Loading...
HomeMy WebLinkAboutContract r Award Date: 5- 2/- 07 CAG 07- 053 Awarded to:_I-R r unj-cr owrd ttr 44"46 wof b,Inc. GG3d S, J-11—Sr i, 5"f-e- q KQ . tom. 9 03 a s G' tY G 11[k Bidding Requirements, City of Renton C OP Y Forms, Contract Forms, Conditions of the Contract, Plans and Specifications City of Renton Renton Village Storm System Project Project No. SWP-27-2711 City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: 425-430-7293 Daniel Carey Ow Printed on Recycled Paper am i I AC M UNDERGROUND UTILITIES aw i i CONTACT LIST Responsible Officers Bret Lane, President 425-251-1636 6632 S 191 st PI., E-104 206-571-3268 (cell) Kent, WA 98032 Dan Kain, Vice-President 425-251-1636 6632 S 191st PI., E-104 206-949-4966 (cell) Kent, WA 98032 i On-Site Kevin Broncheau, Superintendent 425-251-1636 6632 S 191st PI., E-104 206-949-4901 (cell) i Kent, WA 98032 Dan West, Job Foreman 425-251-1636 ,r 6632 S 191 st PI., E-104 206-949-4924 (cell) Kent, WA 98032 i Bonding Agent Gary Niehl, Niehl Insurance Agency, Inc. 12826 SE 40th Lane, #105 Bellevue, WA 98006 425-644-1600 i 6632 S 191st PI,Suite#E-104, Kent,WA 98032 Phone: (425)251-1636 Fax: (425)251-1656 rr r �M+.}4 A ♦ i t.- y..� �,,. ! _�..t%r{ l�,T C T RI E S _ .�. J 11\11 J �1'!' yy -. /• !P ii• r..• Uw•ayt S i sp.,. y � 1 � � '~ y \� 4 h ar i"1 `� i 1 �/ {�teq.. 1�r � 7! r,.F •'n 'i l'�� 'tA 4 ^•....-rJt`, £ \ � t, i�'F.�'Y v C'>�\\ � f� + y"' '+�'i:. n t 1 STERED AS PROVZI�ED BY' W 4.q ,ft i� �f !1 i%;,r• yr ('�7' „r7� r, t�r '�S�\1 f"s•^^•-.�l ��: IFL. � = ..+t h y� :;' t °j: �x,�!• .._al. '1, .� .a*,%� -� `� ��� «f. j�''�... r. ':Pxt t.�lf... A! °`? i��'�!'r.Y •"�/ J'"'....' :Jt/' a�.� y.:aAn, ". :",/f+� •• F .. '�t'' � v� -' . �f�" �: ���:1��_?F�; i ,t ^'.• "`. a r.,. a �"�,,. 't t, z � .�'.i _ r r .r a ME +m a Y o� CITY OF RENTON BUSINESS LICENSE Expiration Date Licensing Division 6/30/2008 1055 South Grady Way ,rO�; Renton, WA 98055 Issued Date: License# +� (425)430-6851 7/1/2007 BL.029631 Business Location Billing Code: ocl_a 6632S 191ST PL E104 KENT, WA 98032 Licensee has made application for a City of Renton business license in accordance with the provisions of Title,V, Business Regulations ,. Chapter 1, Code of General Ordinances of the LASER UNDERGROUND& EARTHWORKS INC City of Renton and agrees to comply with all the 6632S 191ST PL E104 requirements of said ordinance. Licensee shall KENT, WA 98032 further comply with all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. W r r r .. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Renton Village Storm System Project .. PROJECT NO. SWP-27-2711 April 2007 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ST9 ■. O �� yeti '9 y r 2 7 7 Q �0�9FGis PLO ��, ONALEN�\� r EXPIRES 10/16/2,;0? CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ® Printed on Recycled Paper r wo CITY OF RENTON Renton Village Storm System Project SWP-27-2711 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location,Vicinity Map Instructions to Bidders,Example Schedule of Prices Call for Bids 1 -Bid Section *Combined Affidavit&Certificate Form: Non-Collusion, Anti-Trust Claims, Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (if required for project) 2—Contract Section ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates(New job classifications) Environmental Regulation Listing WSDOT Amendments City of Renton Special Provisions .. Geotechnical Report Permits City of Renton Survey Control Network and Monuments Traffic Control Information 1W Site Photos Standard Details, Typical Manufacturer's Details Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 24 hours of bid d• Submit after Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way i.r Renton, Washington 98057 02-Contents.D00 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: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does +� not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules, and labor contract agreements. ' (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) 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. 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- CITY OF RENTON: RENTON CITY COUNCIL: mayor Council President Attest: City Cler 03-SUMMARY.1300 aw CITY OF RENTON SbWfARYOFAAIMCANS W=DISABILITIESACTPOLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a am- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WTTH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' 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: Mayor ouncil President Attest: City Clerk on CITY OF RENTON Renton Village Storm System Project SWP-27-2711 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of .. the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: • Furnish and install approx. 565 LF of new 4' x 6' box culvert storm system, • Install four large structures and access risers, • Construct new outfall and channel restoration, • Temporary diversion of storm water flows, • Relocate a 12-inch water main, • Case and rebuild two sections of active sewer mains, • Replacing approx. 400 linear feet of curb and gutter, and 100 square yards of side walk. • Asphalt pavement patching in the street and parking lots, • Restoration including replanting and striping. i The Contractor will need to comply with the requirements of the Washington State Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the Bid Document The estimated project cost is$950,000 to $1,050,000. A total of 90 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and MW specifications of this contract document. .. 05a-Scope.DOC\ taw jC,� ■'-of■'� 7■mow ]FIE r��1111111�-a� /r��J� ► � C 1■� i nunh► :!All! ♦IIII�1,111111� ��i,'-�� /� ■�Ji ■ �i ■IIII�'► �.� , �� 111 :- =-o r■N lima i 1 11111111► `',\I■iil�0 11111.:: ��■■ ��' ���,; yY ,� ■■� �� ��\\■■ r 1► 11� Ell I1.1III ■ �� `���� ,lj��,� / I1 i a ��`L/ � ::�, :!� •3■■'' r 52 �►+�i1111 111 ISO`\ � -=y�chol �niiiii 11°i��i+ ,�' ` • � �IIJ MOB MINIMUM mom Yi '1 �:■■ VIII► �y gill ,... jam• NEI all - ' II� -n• .ice■ �► ti Project En • • Renton age Storm System Project 1 Scale: 1" 1 Mile City of • D Carey 3/07 s DD TTE TTT Hfffl ° DT D Pr ' ct ❑ ca SH�pp NG EN ER LO oD a 1-445 �- 1-405 ti .. C0 Project Location Renton Village ,. Storm System Project 0' 1000' N ' ' Scale: 1" = 1000' City of Renton Surface Water Utility D. Carey 3/07 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. "' 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. MW 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. VW 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to •. do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the .. City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability «. to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised:04/06 bh 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation .� that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to ,., include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the —� contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of .. environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised:04/06 bh INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised:04/06 bh VAW 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the w successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages i In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. dw 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of ., environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised:04/06 bh 1rr 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Section 1-09 of the City of Renton Special Provisions,Measurement and Payment(added herein),and Section 1-09.14 shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. •• 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. i ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? Revised:04/06 bh " E X A M P L E - SCHEDULE OF PRICES " This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,315.35). 4 Multiply the Subtotal by the Sales Tax, write the result on the"Sales Tax" line (when present). Example: $5,315.35 x 8.8% = $467.75 5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column. RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). EXAMPLE ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars $ 3.00 $ 450.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand dollars $ 2,000.00 $ 800.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,315.35 8.8% Sales Tax $ 467.75 TOTAL $ 5,783.10 07-Example Sched Prices.doc CAG-07-053 •— CITY OF RENTON CALL FOR BIDS Renton Village Storm System Project Sealed bids will be received until 2:30 p.m.,Tuesday, May 1,2007, at the City Clerk's office, 7"'floor, and will be opened and publicly read in conference room#511 on the 5"' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Renton Village Storm System Project. The work to be performed within 90 working days from the date of commencement under this contract shall include, but not be limited to: furnish and install approx. 565 .� LF of new 4' x 6' box culvert storm system, install four large structures and access risers, construct new outfall and channel restoration, temporary diversion of storm water flows, relocate a 12-inch water main, case and rebuild two sections of active sewer mains, replacing approx. 400 linear feet of curb and gutter, and 100 square yards of side walk, asphalt pavement patching in the street and parking lots, restoration including replanting and striping. The Contractor will need to comply with the requirements of the Washington State Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the bid document. The estimated project cost is $950,000 to $1,050,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available April 11, 2007. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at h.ttp://www.bxwa.coni. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Daniel Carey, City of Renton,P/B/PW, 1055 .. Grady Way, Fifth Floor, Renton, WA, 98057, phone(425)430-7293, fax(425)430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce April 11, 2007 Daily Journal of Commerce April 16, 2007 ,� Daily Journal of Commerce April 23, 2007 1 CAG-07-053 CITY OF RENTON CALL FOR BIDS Renton Village Storm System Project s Sealed bids will be received until 2:30 p.m.,Tuesday,May 1,2007, at the City Clerk's office, 7"'floor, and will be opened and publicly read in conference room#511 on the 5`"floor,Renton City Hall, 1055 South Grady Way,Renton WA 98057, for the Renton Village Storm System Project. The work to be performed within 90 working days from the date of commencement under this contract shall include, but not be limited to: furnish and install approx. 565 LF of new 4' x 6' box culvert storm system, install four large structures and access risers, construct new outfall and channel restoration, temporary diversion of storm water flows, relocate a 12-inch water main, case and rebuild two sections of active sewer mains, replacing approx. 400 linear feet of curb and gutter, and 100 square yards of side walk, asphalt pavement patching in the street and parking lots, restoration including replanting and striping. The Contractor will need to comply with the requirements of the Washington State Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the bid document. The estimated project cost is$950,000 to$1,050,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available April 11,2007. Plans, specifications,addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington,Inc., at http://www.bxwa.com. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Daniel Carey, City of Renton,P/B/PW, 1055 Grady Way,Fifth Floor,Renton,WA, 98057,phone (425)430-7293, fax(425)430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. ' _J LL/Q.t d n�) Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce April 11, 2007 Daily Journal of Commerce April 16, 2007 Daily Journal of Commerce April 23, 2007 i .. 1 - BID SECTION am Renton Village Storm System Project SWP-27-2711 The following documents must be submitted for the bid at the time noted in the Call For Bids, and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached '- to the bid document. *Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims, and Minimum Wage Affidavit *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (if required for project) * Submit with Bid „� ** Submit with Bid or within 24 hours of bid 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole .. responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? .. ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? aw aw 09-1-BID Section.DOC\ , 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 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. AND CERTIFICATION RE: ASSIGNMENT OF 0 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 Renton Village Storm System Project Name of Project � L)4 ID Zo�rJ D ' CA��" t+W ok4�� r.J C_ Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this sr day of /14 , 200 OP�" 10ly•F A9/•.,:` Notary Pu in an or tate of Washington ; gS .'10 T 9, 1 t 8 �� Aq y u,; ; Notary (Print) baN i 9q n My appointment expires: l 0 -/1 0 8 jr 4411 OF WAS'kkN r BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents, That we, Baser Underground & Earthworks Inc as Principal, and Traveler as Surety, are held and firmly bound unto.the City of Renton, as Obligee, in the penar sum or Dollars, AW for the payment of which the Principa °an t e Surety in se , their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Renton Village Storm SVSterr► Project according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,the amount of this bond. . SIGNFD; SEALED AND DATED THIS lst DAY O ' 200 . :Principal Las Under and & Earthworks Inc Sure ers Casualty & Surety Company of Americ< Gary Niehl, Attorney In Fact Received return of deposit in the sum of$ r 1 k-BJDBONDMOCi WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER -. STPAUL POWER OF ATTORNEY 7RAVELER!� Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214740 Certificate No. 000156878 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gary Niehl of the City of Bellevue State of Washington their true and lawful Attome s-in-Fact, YO each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 000U IN WITNESS WHEREOF,the Com2Lp�r gs have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of February Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GI.SG,� �QftiTY Wn. SURET a"wFIRE°yuuyxn � 'y,, °eW 2 try C_TY-nnwa.v(/ Y 6,yyn O��N...NSG9 JP+.,��qq't JP�ty q,yp� r�,r ns• oE�ty,1,y0 cq^_rEG•n."5' RORAiED sy to f a WRTF0 ; 1�,1 ixc .0: HMTFORD, 3• i0rto "SE8Lio3 J`;$$ 1896 �. AL+3 �, CONN. � CONN. .� O o:•.... ..:aa° "'�riy1 0 91 tr �iwrte� State of Connecticut By: City of Hartford ss. G rge W ompson,Sen' r Vic President On this the 22nd day f February 2006 before me y personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. �p My Commission expires the 30th day of June,2006. '0t/BU� * Mane C.Tetreault,Notary Public r 58440-9-05 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington,,Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Inrrirance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this is t day of May 20 . Kori M.Johans Assistant Secretary pI.SUA �� SURFjy FIRE 6 �N �N 1N3U �(Y AN .�y b �o[1 � WCa(PDRATFD YG z �A.Ga PORAjFy W J�RPORAT�''� a � �� � i c1 9 8 2 0 � 1 g77 1927 %ice'' W w�xir°AO,I� tass To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER CITY OF RENTON Renton Village Storm System Project SWP-27-271.1 PROPOSAL r. TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: �. (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) r Printed Name: Signature: Address: ('0631- 5. iq 1 Pte. r, Telephone: K Q UJ tL 9 S 03 Z Names of Members of Partnership: t r. OR r Name of President of Corporation P-E- - LA-pi Name of Secretary of Corporation DA-r1 I-a,( Corporation Organized under the laws of V k5;141 A1&-1-0J I With Main Office in State of Washington at 14.S i U!Ac- 663 Z S. C 9 1 I -- 12-PROPOSAL.DOC1 CITY OF RENTON Renton Village Storm System Project, SWP-27-2711 SCHEDULE OF PRICES (State Sales Tax Rule 171 Applies to this Project) Note, Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail, See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY {Unit Prices to be written in words) (figure) (figure) 1 - 1 Mobilization, Clean up, and Demobilization Lump Sum $ 00t uidled 0x5&t4d do /,Vt $ 1001 00U . $ 1404 600 2 - 1 Construction Surveying, Staking, As-Built w Drawings Lump Sum $ 13 114 6 ksa Ad do 141f $ ?-0t 000 , $ y0, 0©o. 3 - 1 Traffic Control •� °� Lump Sum $ 4,o14imod d01(4-'r $ 4S Doh. $ `fS, v ao. 4 - 1 Temp racy Water Pollution/Erosion Control Lump Sum $ Fc�Ftiet , G,oRictnd dolts,✓S' $ l�� oa a. $ l s yoo 5 - 1 Dewatering _"'— Lump Sum $a-le- l tc- ✓sec( Aii4m +o( dol(alf $ loo, Doe), $ /64600. 6 - 1 Temporary Stormwater Bypass 3y as°' Lump Sum $ ✓ Li 5aA0 �ol�d/t $ i ou $ 30,000. 7- 1 Trench Shoring and Excavation Safety Systems Lump Sum $ r#14-y $ �{D, 00a . $ 'f D,00 0• 8 - 1 Locate, Relocate, and Protect Existing Utilitie i Lump Sum $ �, r<k 6 uS aC � leI $ 5-0"000. $ 9 - 1 Re val o Structures and Obstructions a a 00 l p OOy. Lump Sum $�pus d db6lclyP $ P $ 10 1 Remove/ Relocate Existing Signin do- � Sb0.0- Lump Sum $ 5,kty �tv� kttin�l�GaC do�(✓i�C $ 6, 5-00, $ , 11 1 Rel Cate 2-in ph Water Main Lump Sum $ "� btu/ `{�+ouS d i �� $ 2' SU6 . $ L(r 1-00. I4 u m 4 t d oto l l4✓1 a� 12 565 Pre-Cast 4'x 6' Box Culvert(incl. Bedding) Lineal Foot $ 5r✓Q-1t btu,\d✓ 4 �alla�S $ �UU . $ SSOo 13 1 Pre-Cast or Cast-in-Place Box Culvert AngI Points/Connectio s °�' Lump Sum $ T `�'l� ohsa*7 d �ollw�� $ l 0, a° $ �d, ODU 14 2,400 Bank un Gravel for Trench Backfill °e e_ Tons S 7L �(a ll Ris $ l 0 $ 00 GO-Sched Prices-0406.doc 15 150 Unsuitable Foundation Excavation, Incl. Haul Cubic Yards $ (A✓1 $ S 4 $ 16 150 Light-weight Control D nsity ill z vt Cubic Yards $0n e Itund�td T 01 �:i� ��!(dl$ $ 17 1 Sanitary Sewer Crossing /Encasement Sta 13+18 ,l 1b, Lump Sum $ r!<y Wh ` 0g.<440( 0-1d((a✓r $ $ (�, 000- 18 1 Sanitary Sewer Crossing/Encasement ft 15+82 L -z-4 0 0 0, 4v 0 I Lump Sum )tayl foal `l4dKsq.,d dDtl4if $ $ �i 19 1 Plu and Fill Exi ting Storm Sys ern (� v v 0•- $ 0 p� Lump Sum $ nytl h et .eot'fs l $ 2 V 0 20 2,400 Sawcutting Linear Foot $ TWV $ $ 21 290 Temporary Cold Mix Asphalt Concrete +• Patcty �'• �� Ton Pate Aflgrf $ 0 $ 2dt 300 22 4,300 Grind Existing Pavement and Parking Lot Square Yards $ Dye . 611al f4 kfezo GtK Fs $ ( ' $ - 23 340 Crushed Surface Top Course oa .. Tons $ Tu1G�'F f�J� dal1�C+/ $ $ $x!570 24 530 HMA Class 112 PG-58-22 Tons $ d K t l uyi otre d 1- di t(41(- $ I D $ '5-0, 3 00 25 300 As halt Treated B e pp �s a� e� Tons $ Otnc �ccndrrd 10 drllyf $ 1 /0. $ 33 r vpo- 26 400 Remove, Replace oncrete Curb & Gutter °Q" a Linear Feet $ E� f?e1 d lW 1, $ $ -r Z°o 27 110 Remove, Replace Concrete Sidewalk ad o� 3� 3�3 O Square Yards $ I�,%✓1,I��{o 1(44f' $ $ 28 2 Sidewalk Ramp Type 4A ��— , .. Each $ R k r k"d.( -,( cta lid-rl $ 1 0 0 $ gOQ. 29 1 Restore Pavement Markings Lump Sum $ 14L.,v►dled o(41/,x,//' $ gt 00, $ g 0U• 30 2,000 Res ore Parkin Lot L' e So °O Linear Foot $ V)b �4 (' Ce"� $ Z• $ O°Q' 00 GO-Sched Prices-0406.doc r 31 1 Streambank Stabjlization and Restoration Lump Sum $ '� •r� n�{ d da�l2✓�' $ 361/ 600. $ o u 60. 32 1 Remove I estore Existing Landscaping �y Lump Sum $ VJc v� /' tf'I- e C ol�ct/r $ r�vd. $ ��SoO 33 6 Tre Replac�ement Each $ V-D hitodfcd d6(1,0' 200 34 35 Tops it Type C vo Bo Cubic Yards $ doI(qlf $ 35 90 See inn Fertilizing, Mulching de. Square Yards $ —O �! dollrt'r 36 1 Ted vision I spection a� Lump Sum $ I We Tkou SG,laol G��GI�c�C $ 2, d00 37 25 Commpaction Testing Each $ ywgA kLtmo(du $ 38 1 Minor Changes Lump Sum $ Ten Thousand Dollars $ 10,000.00 $ 10,000.00 State Sales Tax Rule 171 Applies to this Project od TOTAL $ 00 GO-Sched Prices-0406.doc CITY OF RENTON Renton Village Storm System Project SWP-27-271 t ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA +' ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: ? NO. 0 DATE: i .. NO. DATE: NO. DATE: NO. DATE: r ■. SIGNED: TITLE: NAME OF COMPANY: L4SEtZ O-4D190- -e0Jnlb ADDRESS:- �� 3 Z S. I'l I Pc-, E 164 CITY/STATE/ZIP: te-EW c ✓tv 17$0 3 Z TELEPHONE: `f24-- Z-S�t - 1 (.3 SUBCONTRACTOR LIST Renton Village Storm System Project SWP-27-2711 ar RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. +� If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. ,. Complete one of the following for contracts that exceed $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. -� Name: ( Cp n 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) 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 Address Phone No. State Contractor's License No. hAfile sys\swp-surface water projects\swp-27-surface water projects(cip)\27-2711 renton village\2006 cip piperp1cmt\1170 draft specs-city3-08\15- subcont-form.doc Revised 7/2002 Addendum 1 CITY OF RENTON Renton Village Storm System Project ADDENDUM NO. 1 ... Date Issued: April 23,2007 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda form in the Bid Document, or by signing this Addendum, and submitting either form with the bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The City is providing clarification to the existing construction plans with the attached figures. Figure 1 -Overhead power and communication lines cross the project. The Contractor shall verify the required clearances with each utility provider. Figure 2 -The gas and telephone utility relocates shown from approximately station 12+50 to 13+80 are to be relocated north of the new storm system box culvert. The Contractor shall coordinate the utility relocates with each utility provider. + The information on the figures will be added to the construction plans after the bid is awarded. Daniel Carey,PE, Pro' ct Manager, Surface Water Utility Ph#425-430-7293 i ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SIGNED: hr TITLE: NAME OF COMPANY: a. w. 070423 GO Addm-1 Notice-DCv01.D00 ADDENDUM # 1 , Figure 1 Thriftway Grocery Store / RVA Center LLC / New Box \ Culvert �i - - - - - - - i o �. ..- B \ Triton Towers One _`' \ , Puget Sound Energy � I � Overhead Power and Communication Lines C It �\ A C �� A — Settle City Light A Overhead Power OSeattle City Light 230kV Transmissions Lines No conductive equipment or material shall exceed 35 feet above grade. OPuget Sound Energy 60kV Transmission Lines Contractor shall maintain a minimum of 15 feet o 40 80 clearance from the power lines. NORTH SCALE 1" = 80 FT OCommunications lines (Owest & Comcast) hung on PSE poles. About 16' to 18' above ground. RENTON VILLAGE STORM SYSTEM PROJECT City of Renton Project No. SWP-27-2711 Prepared: April 23, 2007 aw ADDENDUM # 1 , Figure 2 a Thriftway Grocery Store RVA Center LLC Revised Utility Relocation North of Box Culvert o• V >Y DI y ! I 6 BOX CULVERT \ 6' to / Original Utility Relocation Shown on Bid Plans i/ \ `e.4 \ i / / 0 20 40 NORTH SCALE 1"=40 FT r- RENTON VILLAGE STORM SYSTEM PROJECT City of Renton Project No. SWP-27-2711 Prepared: April 23, 2007 Addendum 2 CITY OF RENTON Renton Village Storm System Project — ADDENDUM NO. 2 Date Issued: April 26,2007 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS i The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. .,, Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda form in the Bid Document, or by signing this Addendum,and submitting either form with the bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The City is providing clarification to the existing construction plans with the attached figures. Figure 3—The southern PSE overhead power line shown on Addemdum 1 Figure 1,and on plan sheet 4, is not shown correctly. The correct location is shown on Figure 3, and is about 80 to 100 feet southeast of the previous location. Delete Figure 1 and use Figure 3. The information on the figures will be added to the construction plans after the bid is awarded. �� y- z6-off Daniel Carey, PE, Pro' ct Manager, Surface Water Utility Ph#425-430-7293 .. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SIGNED: TITLE: NAME OF COMPANY: 070426 GO Addm-2 Notice-DCOLDOC\ %NW ADDENDUM # 2, Figure 3 Thriftway Grocery store RVA Center LLC / New Box •°- �\ Culvert �i - - - - - - - \ , C o 0 ZOO \ \y B --- \ \ / Triton Towers One Puget Sound Energy Overhead Power and Communication Lines C �\ rr ` A _. C B ! A Seattle City Light • A Overhead Power Revised PSE Line Location OSeattle City Light 230kV Transmissions Lines No conductive equipment or material shall exceed 35 feet above grade. O Puget Sound Energy 60kV Transmission Lines o ao 80 Contractor shall maintain a minimum of 15 feet clearance from the power lines. NORTH SCALE 1" = 80 FT - O Communications lines (Qwest & Comcast) hung on PSE poles. About 16' to 18' above ground. RENTON VILLAGE STORM SYSTEM PROJECT City of Renton Project No. SWP-27-2711 Prepared: April 26, 2007 .w 2 — CONTRACT SECTION aw Renton Village Storm System Project SWP-27-2711 UW The contract documents in this section must be executed and submitted by the successful Bidder within ten(10) days following the Notice of Award. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form ❖ Submit after Notice of Award w s ar r tr 16-CONTRACT Section.DOC\ r.. CERTIFICATE OF CORPORATE RESOLUTION Laser Underground & Earthworks, Inc. I, Daniel J. Kain, Registered Agent of Laser Underground & Earthworks Inc. do hereby certify that at a duly constituted meeting of the members held on February 16, 2007 it was upon motion made and seconded, that it be voted: That Bret Lane and Daniel J. Kain in the capacity of President and Vice- President, respectively, of Laser Underground & Earthworks, Inc. are empowered, authorized and directed to execute, deliver and accept any and all documents and undertake all acts reasonably required or incidental to accomplish the foregoing vote, all on such terms and conditions as he in his discretion deems to be in the best interest of Laser Underground & Earthworks, Inc. I further certify that the forgoing votes are in full force this date without rescission, modification or amendment; Executed by the undersigned officers effective as of the date first above writ 4 0 By: Bret Lane By: / o/y/11 Dan' J. Ka Bond #104911326 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Laser Underground & Earthworks Inc Travelers Casulaty & Surety as principal, and Company of America corporation organized and existing under the laws of the State of Connecticut 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 S 1,181,670.00 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 Bellevue __ Washington,this 22nd day of May ,2007. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-07-053 providing for construction of Renton Village Storm System Project _the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in .. the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. r Laser Underground & Earthworks Inc Travelers Casualt Surety Company of America Principal Surety Signature Signature ba", f' f� KR h Gary Niehl Attorney In Fact i V X4, Title Title WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .• STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214740 Certificate No. 000156880 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gary Niehl of the City of Bellevue State of Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,business of,guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perrpitted in art actions or proceedings allowed by law. IN WITNESS WHEREOF,the Co have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of February ZUIJb ,.r Farmington Casualty Company ' St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G�SU.3 _o9ttTY �jfi FIRE 6�h Cf,�E SAL:' State of Connecticut By: City of Hartford ss. G rge W ompson,Sen' r Vic President On this the 22nd day of February 2006 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. eot In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2006. Mane C.Tetreault,Notary Public 58440-9-05 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Ccimpany, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of May 20 07 Kori M.Johans Assistant Secretary ..... G�SUA aSItT�'� S�NEjJ, F\0.E 6 �'yo„yaM�r` cry-�'°a�°".• G rt' � � i 0�;.. G,ys �P.........,A9,�, e� a o >'�/,rwR ��� t O5 G(t � WCC{IPJRATED YL �. T ;CONGORA>Et�Cj V�4 CpPP«RATf,S0. � 9N b/ � � i c1982 0 � 1977 t 1927 � �� iT z` :� � Hnnrrono, < stuarFO�, 9 < � j ��; � 1951 NCO ��� .SEALfo" �`SBEL,•'i � Coru+. c ���� N dr .+a �, � "°�• # .� ��� c c� �a:�•.......'a! �v�'+.... :SOS >Oa� �Ig.,.._..••y'1� �r y � � � 1• OF NE`N Nn„'�,.n� fS�.^/,N� 1p. ....1•" bi P f iwro� �A�� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,.. � CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE r L,GtS�t/ �t�oCru�to v� *, ✓ w u ��S� I h hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Loves L�hd� „yt E�✓ fl�,wo/ks In(-, to offer equal (Name of contracto/subcontractor/consultant) r 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. Lcga lit Kc(¢,✓ ✓ov_n 4 (hc. complies with all applicable (Name of contracto/subcontractor/consultant) �w federal, state and local laws governing non-discrimination in employment. .. III. When applicable, Las a-/'- U�nd e%r o v o 64 +tl W a/(c. (k/-. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. r Print Agent/Representative's Name V"cam Print Agent/Representative's Title Agent/Representative' ignature r.. Date Signed r w HA\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2711 Renton Village\2006 CIP PipeRplcmt\1170 City Final Specs-Example2006 Specs\18-FAIR PRACTICE.DOC\ CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this J,2 day of , 2007 by and between THE CITY OF RENTON, Washington, a municipal cor ration of the State of Washington, hereinafter referred to as "CITY" and Laser (Avd(g4ra+4A0( a Gal+4,w-lk�S hereinafter referred to as "CONTRACTOR." WITNESSETH: .. 1) The Contractor shall within the time stipulated, (to-wit: within 90 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and .. provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. SWP-27-2711 for improvement by construction and installation of: Renton Village Storm System Project Work as described in "Scope of Work"dated April 2007 , attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other •• governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and ,., the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications r. e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any _ 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, 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 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. It is further, specifically and expressly understood that the indemnification provided herein constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated between the parties. The provisions of this section shall survive the expiration or termination of this contract. 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 90 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct .. and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. .. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this .. Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $1,181,670.00 numbers .. One million,one hundred eiEhty one thousand,six hundred seventy Dollars written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions" of this Contract. r 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. C �� �/ (' 1(9, V/ z,--, ..z CONTRACTOR CITY OF R�E/NTON President/Partner/ w er Mayor KoAl- KeolKtr ATTEST Secretary $vnn�L M. WO-46n City Clerk dba Lasef 1.��o�t�5rcwv+�P C�v�(.,c✓d �I�S� ►h.c , Firm Name check one ❑ Individual ❑ Partnership Corporation Incorporated in V)r S o� 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. City of Renton * Human Resources & Risk Management Department Insurance Information Form FOR: Renton Village Storm System Proiect PROJECT NUMBER: SWP-27-2711 STAFF CONTACT: Daniel Carey Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes [ No The Commercial General Liability policy form is an ® Yes ❑ No Occurrence Form or Equivalent?_7-S C, C C Gc Cf% /� G r (If no,attach a copy of the policy with required coverages clearly y identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes No CG'Gao f '`Ic-1 General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No Additional Insured wording provided?* Yes ❑ No Coverage on a primary basis and non-contributing basis?* Yes ❑ No Waiver of Subrogation Clause applies?* ] Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ' Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No .. *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL 4q Auto a Umb 4p--` Professional 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. Agency/Broker Completed By(Type or Print Name) Address Completed By(Signature) '/Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 05/22/2007 PRODUCER NIEHL !NSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION GARY NIEHL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Po Box 5636 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bellevue WA 98006 (425)644-1600 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:American States Ins. CO Laser Underground & Earthworks Inc INSURER B:Safeco Insurance Company 6632 S 191 st PI Suite E104 INSURER C: Kent WA 98032 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 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. INSR ADD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS A GENERAL LIABILITY 02CE04376640 09/10/2006 09/10/2007 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 200,000 CLAIMS MADE � OCCUR MED EXP(Any one erson $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2.000,000 GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC A AUTOMOBILE LIABILITY 02CE04376630 09/10/2006 09/10/2007 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) 7 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY 01-SU-304139-50 EACH OCCURRENCE $ 5,000,000 7X OCCUR F_I CLAIMS MADE 09/10/2006 09/10/2007 AGGREGATE $ 5,000,000 DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND 02CE04376630 09/10/2006 09/10/2007 OTH- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE 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 A OTHER 02CE04376630 09/10/2006 09/10/2007 7 BUSINESS PERSONAL PROPERTY-SCHEDULE EQUIP SPECIAL FORM $944,303=$1000 DED DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Renton Village Storm System Project, SWP-27-2711 -City of Renton, and its officers, agents, employees and volunteers as 7 additional insured per attached CG76801000 Primary-noncontribury endorsement, CG86721001 Completed Operations endorsement attached, Waiver o Subro and Severability of Interest Clause included with regards to project stated CERTIFICATE HOLDER CANCELLATION Al 100003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN CITY OF RENTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1055 S GRADY WAY IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR RENTON WA 98057- REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) Fax:(425)603- ©ACORD CORPORATION 1988 w "'REPRINTED FROM THE FORMS LIBRARY Laser Underground & Earthworks Inc 02CE04376630 UPD 4REVISED: OCTOBER 16, 2002 r. POLICY NUMBER: ______________ CG 86 72 10 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ############################################# City of REnton ############################################# 1055 S. Grady Way ############################################# Renton, WA 98057 Location and Description of Completed Operations: Ifllllllflllllllllllliitlllllti tlllllitllllii Renton Village Storm System Illlttlllllltflllll tillllllifllllililllllllll Project SWP-27-2711 Additional Premium: ????????? ????????? (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II — WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only to the extent you are held liable due to "your work" at the location designated and described in the schedule of this endorsement for that insured and included in the "product-completed operations hazard". Includes Copyrighted Information of ISO Properties, Inc., 2001 with permission ®A registered trademark of SAFECO Corporation CG 86 72 10 02 EP 11' ■Ir Laser Underground & Earthworks Inc 02CE04376630 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY CG 76 80 10 00 COVERAGE COMMERCIAL GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Citv of Renton +++.}++++++++++++++++++++++++++ 1055 S. Grady Way ++++++++++++++++++++++++++++++ Renton, WA 98057 RF: Rei}ton Vijl4gej Storm SVStem Pro ect SWP272711 (If no entry appears above, information required to complete person s or organizations status as an insured under this this endorsement will be shown in the Declarations as endorsement ends when your operations for that insured applicable to this endorsement). are completed. WHO IS AN INSURED (Section II) is amended to include as No coverage will be provided if, in the absence of this an insured the person or organization shown in the endorsement, no liability would be imposed by law on you. Schedule subject to the following provisions. Coverage shall be limited to the extent of your negligence or fault according to the applicable principles of comparative 1. This insurance applies only to the extent you are held fault. liable for: With respect to the insurance afforded the additional a. Your ongoing operations for that insured by or for insured, paragraph 4. of COMMERCIAL GENERAL LIABILITY you; or CONDITIONS (Section IV) is deleted and replaced by the b. The general supervision of your ongoing following operations by the person or organization shown 4. Other Insurance in the Schedule. 2. This insurance does not apply to: a. This insurance is primary and noncontributory, a. 'Bodily injury" or "property damage" arising out and our obligation by not affected b any other insured the sole negligence or willful misconduct of, or for defects in design furnished by, the person whether primary, excess, contingent, or on any or organization shown in the Schedule; or other basis. b. "Bodily injury" or "property damage" included b. This additional provision applies only to the within the "products-completed operations person or organization shown in the Schedule. hazard." W CG 76 80 10 00 Pagel of 1 i.. INSURANCE INFORMATION and REQUIREMENTS 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) aw • 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: City of Renton ATTN: {City project manager name/dept provided by your insured} {Address provided by your insured} [City, State,Zip} ACORD _M CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITED GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE ❑ 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 (Per person) $ HIRED AUTOS 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 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 ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COM PANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following.. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations WCIA Insurance Requirements i CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS i 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. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: i • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations r• • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage i • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability i (2) Automobile Liability including all • Owned Vehicles i • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability i • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. i (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 i the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. r 20-Insurance Forms.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 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 + *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 aw Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) w Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 4W q& at ow 20-Insurance Forms.doc\ No .. ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. rr 3) Severability of Interest Clause(Cross Liability) aw 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 "' of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for s. two(2)years after completion of the project. 4W fr rrr on qr 20-Insurance Forms.doc\ to PREVAILING MINIMUM HOURLY WAGE RATES r. CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project Renton Village Storm System Project SWP-27-2711 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. Company Name By: Title: List of Subcontractors Used on the Project: 21-City-Prevai1-WagesForm.doc\ Department of Labor and Industries Vr Prevailing Wage STATEMENT OF INTENT TO .ts-ST"''8o,� (360)902-5335 - PAY PREVAILING WAGES www.Ini.wa.gov//'rradesLicensing?revailingWage y° Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of I O'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 it Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# ■1s 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 Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No +. Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly a benefits re Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all +• workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries ow Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number For L&I Use 0oly Check Number: ❑ $25 or $ For L&I Use Only ---— — ------ -- Issued By: APPROVED: Department of Labor and Industries rr By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary PY co 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. 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 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 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 benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—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: 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. 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[TradesLicensinglPrevailingWage 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 F7An_A 17_r n0 af}ieiavit of waoPc -hark,, I)_nA Department of Labor and Industries Prevailing Wage STaTg AFFIDAVIT OF WAGES PAID s ��'�' .b (360)902-5335 Public Works Contract http://www.Ini.wa.gov/TradesLicensinWPrevailingWage "�� �y° $25.00 Filing Fee Required wse e • 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. LAPPROVED 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 r Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) ri► Date work completed (mm/dd/yy) Date Intent riled (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. Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries aw Contractor Registration No. UBI Title Signature Industrial Insurance Account Number M Email address Phone number For L&I Use Only Check Number: ❑ $25 or $ • For L&I Use Only Issued B y: APPROVED: Department of Labor and Industries ar By Industrial Statistician F700-007-000 affidavit of wages 12-04 After APPROVAL,send white coot/to Awarding Agency. Canary PY co 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. 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 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 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"" P lus 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 project(m/d/y to m/d/y), and rate of hourly pay and fringe benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount Cnot"time and materials"). Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). Signature Missing—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: 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. 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//w4vw.lni.wa.gov/TradesLicensing/PrevailingWage Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 985044835 For questions call (360) 902-5335 F7/10-nn7-OOO affidavit of—a— -h—L— 17-04 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 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 1M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 IM 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 IT 5D 8L ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 IT 5D 8L ENGINEER WELDER $42.07 IT 5D 8L LEVERMAN,HYDRAULIC $43.64 IT 5D 8L MAINTENANCE $41.51 IT 5D 8L MATES $42.02 IT 5D 8L OILER $41.64 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS w. JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER(TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER(TUNNEL) $54.26 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $48.75 1D 5A JOURNEY LEVEL(TUNNEL) $52.30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.92 4A 5A HEAD GROUNDPERSON $37.88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.88 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $29.68 1M 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 1s 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38.04 1K 56 COOK $31.90 1K 5B DECKHAND $31.59 1K 56 ENGINEER/DECKHAND $34.37 1K 5B MATE,LAUNCH OPERATOR $36.02 1K 5B Page 2 KING COUNTY Effective 03-03-07 (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 $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.93 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $41.27 1M 5D IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 1M 5D BALLAST REGULATOR MACHINE $34.36 1M 5D BATCH WEIGHMAN $29.68 1M 5D BRUSH CUTTER $34.36 1M 5D BRUSH HOG FEEDER $34.36 IM 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENTDUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D CHIPPING GUN(OVER 30 LBS) $34.84 1 M 5D CHIPPING GUN(UNDER 30 LBS) $34.36 IM 5D CHOKER SETTER $34.36 1M 5D CHUCKTENDER $34.36 1M 5D CLEAN-UP LABORER $34.36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D CONCRETE FORM STRIPPER $34.36 1M 5D CONCRETE SAW OPERATOR $34.84 1M 5D CRUSHER FEEDER $29.68 1 M 5D CURING LABORER $34.36 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 1M 5D DITCH DIGGER $34.36 1M 5D DIVER $35.20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34.84 1M 5D DRILL OPERATOR,AIRTRAC $35.20 1M 5D DUMPMAN $34.36 1M 5D EPDXY TECHNICIAN $34.36 1M 5D EROSION CONTROL WORKER $34.36 1 M 5D FALLER/BUCKER,CHAIN SAW $34.84 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $27.36 1M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1 M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 1M 5D GRADE CHECKER&TRANSIT PERSON $34.84 IM 5D GRINDERS $34.36 1M 5D GROUT MACHINE TENDER $34.36 1 M 5D Page 3 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D HIGH SCALER $35.20 1M 5D HOD CARRIER/MORTARMAN $34.84 1M 5D JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $34.84 1M 5D MANHOLE BUILDER-MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 1M 5D MINER $35.20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $34.84 IM 5D PILOT CAR $29.68 1M 5D PIPE POT TENDER $34.84 1M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1M 5D PIPELAYER&CAULKER $34.84 1M 5D PIPELAYER&CAULKER(LEAD) $35.20 1M 5D PIPEWRAPPER $34.84 1M 5D POTTENDER $34.36 1M 5D POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 1M 5D POWERJACKS $34.84 1M 5D RAILROAD SPIKE PULLER(POWER) $34.84 1M 5D RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 1M 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1M 5D SIGNALMAN $34.36 1M 5D SLOPER(OVER 20") $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $34.84 1M 5D SPREADER(CONCRETE) $34.84 IM 5D STAKE HOPPER $34.36 1M 5D STOCKPILER $34.36 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $34.84 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $34.84 1M 5D TOOLROOM MAN(AT JOB SITE) $34.36 1M 5D TOPPER-TAILER $34.36 1M 5D TRACK LABORER $34.36 1M 5D TRACK LINER(POWER) $34.84 1M 5D TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 1M 5D VIBRATOR $34.84 1M 5D VINYL SEAMER $34.36 1M 5D WELDER $34.36 1M 5D WELL-POINT LABORER $34.84 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $41.31 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 $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 1M 5D 8L BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41.93 IM 5D 8L BACKHOES, (OVER 75 HP) $42.35 IM 5D 8L BARRIER MACHINE(ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42.35 1 M 5D 8L BELT LOADERS(ELEVATING TYPE) $41.93 1M 5D 8L BOBCAT(SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 IM 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1 M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L Page 5 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 1M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42.84 1M 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43.39 1 M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L ATTACHMENTS CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $42.35 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 1M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $43.96 1M 5D 8L CRUSHERS $42.35 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42.35 1M 5D 8L DERRICK,BUILDING $42.84 1M 5D 8L DOZERS,D-9&UNDER $41.93 1M 5D 8L ' DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 1M 5D 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1 M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41.93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M 5D 8L GRADECHECKER AND STAKEMAN $39.57 IM 5D 8L r. GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42.35 IM 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1 M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1M 5D 8L LOCOMOTIVES,ALL $42.35 1M 5D 8L MECHANICS,ALL $42.84 1M 5D 8L MIXERS,ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L ,. OPERATOR PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS,WATER $39.57 1M 5D 8L Page 6 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1 M 5D 8L ROLLAGON $42.84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D 8L ROTO-MILL,ROTO-GRINDER $42.35 1M 5D 8L SAWS,CONCRETE $41.93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS, CONCRETE AND CARRYALL $41.93 1M 5D 8L SCREED MAN $42.35 1 M 5D 8L SHOTCRETE GUNITE $39.57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1M 5D 8L TRACTORS, (75 HP&UNDER) $41.93 1M 5D 8L TRACTORS, (OVER 75 HP) $42.35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1 M 5D 8L TRENCHING MACHINES $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39.57 1 M 5D 8L YO YO PAY DOZER $42.35 1M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53.01 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 $41.14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G Page 7 KING COUNTY Effective 03-03-07 r- (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 JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZOlTILE SETTERS JOURNEY LEVEL $40.33 1B 5A ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 28 5A _ INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A Page 8 KING COUNTY Effective 03-03-07 ` (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A ` TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $39.62 IT 5D 8L DUMP TRUCK $39.04 IT 5D 8L DUMP TRUCK&TRAILER $39.62 IT 5D 8L OTHER TRUCKS $39.62 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 r Page 9 t 1 i i 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY-EFFECTIVE 03-3-07 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. 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. sw D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND r 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 ar 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 irr 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. to 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 03-03-07 -2- I. 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. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. 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. BENEFIT CODE KEY-EFFECTIVE 03-03-07 -3- 2. I. 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 it 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 L THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. to O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALI 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. L 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 I AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). to 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 r 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 I THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). BENEFIT CODE KEY-EFFECTIVE 03-03-07 -4- 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 ' HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). , 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). t C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND , CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY , AFTER CHRISTMAS DAY(9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). , I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING , DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). BENEFIT CODE KEY-EFFECTIVE 03-03-07 -5- NOTE CODES & 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 FOR 250 FEET +� C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 1 00'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, ,aw LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. 9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4% B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%z HOURS WORKED GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED ' C. r 1 1 � ENVIRONMENTAL � REGULATION LISTING 1 1 1 1 1 1 1 1 1 1 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances,and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No. 800 No. 900 No 1006 and Resolution No 8778 No 24553 No 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I- A regulation to control the emission of air �+ contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation 1. R_C.W. 9048: 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 r 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 aw and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W.76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings,roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. .r H:\DNISION.S\UTILnM.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOCIM r� 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 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue pen sits 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 without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U.S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, Iand fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land r Development Division. H:\DIVISION.S\UTILrnE.S\WATER\RICK\Springbrook Springs\BIDSPEC.DOUbh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY 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. 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). 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.) r WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES .� R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for r recreational purposes or yard debris disposal. AIso the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and ,. 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. r R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) rr H:\DNISION.S\UTD-XnE_S\WA7ERXRICK\Springbrook SpringsXBOSPEC.DOCIbh 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 1,particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5) dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. H:\DIVISION.S\UTIL,rr1E.SIWATER\RICK\Springbrook Springs\BIDSPEC.DOGbh rr WSDOT AMENDMENTS 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 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 2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 3 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. 4 5 Number 1 under the second paragraph is revised to read: 6 7 1. Shall be new, unless the Special Provisions or Standard Specifications permit 8 otherwise; 9 10 1-06.1(1) Qualified Products List (QPL) 11 This section is supplemented with the following: 12 13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm 14 15 The following new sub-section is inserted to follow 1-06.1(2). 16 17 1-06.1(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources. This database is used by the Contracting Agency to indicate the 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report' 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 38 TEST2 2 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor (CPF) for each lot. 5 6 _ _ 7 CPF = f1(PF1) + f2(PF2) +-.-+ fi(PF) 8 Yf.' 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 TEST2 3 1 In an effort to prevent, control, and stop water pollution and erosion within the project, 4 2 thereby protecting the work, nearby land, streams, and other bodies of water, the 3 Contractor shall perform all work in strict accordance with all Federal, State, and local 4 laws and regulations governing waters of the State, as well as permits acquired for the ,. 5 project. 6 7 SECTION 1-08, PROSECUTION AND PROGRESS 8 December 4, 2006 9 1-08.1 Subcontracting 10 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 11 funds and Federal assistance ...) is supplemented with the following: 12 13 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 14 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 15 Agency funded only contracts to the contracting agency on a monthly basis using the 16 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 17 located at http://www.omwbe.wa.gov/bizwebatwashington Use of CMATS will become a 18 requirement for all contractors effective January 7, 2008. 19 20 1-08.3 Progress Schedule 21 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 22 following: 23 24 1-08.3 Progress Schedule 25 1-08.3(1) General Requirements 26 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 27 Updates to the Engineer for approval. Schedules shall show work that complies 28 with all time and order of work requirements in the contract. Scheduling terms and 29 practices shall conform to the standards established in Construction Planning and 30 Scheduling, Second Edition, published by the Associated General Contractors of 31 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 32 these General Requirements, and provide the following information: 33 34 1. Include all activities necessary to physically complete the project. 35 36 2. Show the planned order of work activities in a logical sequence. 37 38 3. Show durations of work activities in working days as defined in Section 1- 39 08.5. 40 41 4. Show activities in durations that are reasonable for the intended work. 42 43 5. Define activity durations in sufficient detail to evaluate the progress of 44 individual activities on a daily basis. 45 46 6. Show the physical completion of all work within the authorized contract 47 time. 48 49 The Contracting Agency allocates its resources to a contract based on the total 50 time allowed in the contract. The Contracting Agency may accept a Progress 51 Schedule indicating an early physical completion date but cannot guarantee the TEST2 4 . 1 Contracting Agency's resources will be available to meet an accelerated schedule. 2 No additional compensation will be allowed if the Contractor is not able to meet 3 their accelerated schedule due to the unavailability of Contracting Agency's 4 resources or for other reasons beyond the Contracting Agency's control. 5 6 If the Engineer determines that the Progress Schedule or any necessary Schedule 7 Update does not provide the required information, then the schedule will be 8 returned to the Contractor for correction and resubmittal. 9 10 The Engineer's approval of any schedule shall not transfer any of the Contractor's 11 responsibilities to the Contracting Agency. The Contractor alone shall remain 12 responsible for adjusting forces, equipment, and work schedules to ensure 13 completion of the work within the time(s) specified in the contract. 14 15 1-08.3(2) Progress Schedule Types 16 Type A Progress Schedules are required on all projects that do not contain the bid 17 item for Type B Progress Schedule. Type B Progress Schedules are required on all 18 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 19 Ahead Schedules and Schedule Updates are required on all projects. 20 21 1-08.3(2)A Type A Progress Schedule 22 The Contractor shall submit five copies of a Type A Progress Schedule no later 23 than 10 days after the date the contract is executed, or some other mutually 24 agreed upon submittal time. The schedule may be a critical path method 25 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 26 which format used, the schedule shall identify the critical path. The Engineer 27 will evaluate the Type A Progress Schedule and approve or return the schedule 28 for corrections within 15 calendar days of receiving the submittal. 29 30 1-08.3(2)B Type B Progress Schedule 31 The Contractor shall submit a preliminary Type B Progress Schedule no later 32 than five calendar days after the date the contract is executed. The 33 preliminary Type B Progress Schedule shall comply with all of these 34 requirements and the requirements of Section 1-08.3(1), except that it may be 35 limited to only those activities occurring within the first 60 working days of the 36 project. 37 38 The Contractor shall submit five copies of a Type B Progress Schedule no later 39 than 30 calendar days after the date the contract is executed. The schedule 40 shall be a critical path method (CPM) schedule developed by the Precedence 41 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 42 change the logic of the network or the critical path. The schedule shall display 43 at least the following information: 44 45 Contract Number and Title 46 Construction Start Date 47 Critical Path 48 Activity Description 49 Milestone Description 50 Activity Duration 51 Predecessor Activities 52 Successor Activities TEST2 5 1 Early Start (ES) and Early Finish (EF) for each activity 2 Late Start (LS) and Late Finish (LF) for each activity 3 Total Float (TF) and Free Float (FF) for each activity 4 Physical Completion Date 5 Data Date 6 7 The Engineer will evaluate the Type B Progress Schedule and approve or 8 return the schedule for corrections within 15 calendar days of receiving the 9 submittal. 10 11 1-08.3(2)C Vacant 12 13 1-08.3(2)D Weekly Look-Ahead Schedule 14 Each week that work will be performed, the Contractor shall submit a Weekly 15 Look-Ahead Schedule showing the Contractor's and all subcontractors' 16 proposed work activities for the next two weeks. The Weekly Look-Ahead 17 Schedule shall include the description, duration and sequence of work, along 18 with the planned hours of work. This schedule may be a network schedule, 19 bar chart, or other standard schedule format. The Weekly Look-Ahead 20 Schedule shall be submitted to the Engineer by the midpoint of the week 21 preceding the scheduled work or some other mutually agreed upon submittal 22 time. 23 24 1-08.3(3) Schedule Updates 25 The Engineer may request a Schedule Update when any of the following events 26 occur: 27 28 1. The project has experienced a change that affects the critical path. 29 30 2. The sequence of work is changed from that in the approved schedule. 31 32 3. The project is significantly delayed. 33 34 4. Upon receiving an extension of contract time. 35 36 The Contractor shall submit five copies of a Type A or Type B Schedule Update 37 within 15 calendar days of receiving a written request, or when an update is 38 required by any other provision of the contract. A "significant" delay in time is 39 defined as 10 working days or 10 percent of the original contract time, whichever is 40 greater. 41 42 In addition to the other requirements of this Section, Schedule Updates shall reflect 43 the following information: 44 45 1. The actual duration and sequence of as-constructed work activities, 46 including changed work. 47 48 2. Approved time extensions. 49 50 3. Any construction delays or other conditions that affect the progress of the 51 work. 52 TEST2 6 1 4. Any modifications to the as-planned sequence or duration of remaining 2 activities. 3 4 5. The physical completion of all remaining work in the remaining contract 5 time. 6 7 Unresolved requests for time extensions shall be reflected in the Schedule Update 8 by assuming no time extension will be granted, and by showing the effects to 9 follow-on activities necessary to physically complete the project within the currently 10 authorized time for completion. 11 12 1-08.3(4) Measurement 13 No specific unit of measurement shall apply to the lump sum item for Type B 14 Progress Schedule. 15 16 1-08.3(5) Payment 17 Payment will be made in accordance with Section 1-04.1, for the following bid item 18 when it is included in the proposal: 19 20 "Type B Progress Schedule", lump sum. 21 22 The Lump Sum price shall be full pay for all costs for furnishing the Type B 23 Progress Schedule and preliminary Type B Progress Schedule. 24 25 Payment of 80 percent of the lump sum price will be made upon approval of the 26 Progress Schedule. 27 28 Payment will be increased to 100 percent of the lump sum price upon completion of 29 80 percent of the original total contract award amount. 30 31 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 32 Schedules are considered incidental to other items of work in the contract. 33 34 No payment will be made for Schedule Updates that are required due to the 35 Contractors operations. Schedule Updates required by events that are attributed to 36 the actions of the Contracting Agency will be paid for in accordance with Section 1- 37 09.4. 38 39 1-08.4 Prosecution of Work 40 The first sentence is revised to read: 41 42 The Contractor shall begin work within 21 calendar days from the date of execution of 43 the contract by the Contracting Agency, unless otherwise approved in writing. 44 45 1-08.5 Time for Completion 46 This section is revised to read: 47 48 The Contractor shall complete all physical contract work within the number of "working 49 days" stated in the Contract Provisions or as extended by the Engineer in accordance 50 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 51 nonworking day or an Engineer determined unworkable day. A nonworking day is 52 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically TEST2 7 1 prohibits work on the critical path of the Contractor's approved progress schedule, or 2 one of these holidays: January 1, the third Monday of January, the third Monday of 3 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 4 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 5 the following Monday shall be counted a nonworking day. When the holiday falls on a 6 Saturday, the preceding Friday shall be counted a nonworking day. The days between 7 December 25 and January 1 will be classified as nonworking days. 8 9 An unworkable day is defined as a half or whole day the Engineer declares to be 10 unworkable because of weather or conditions caused by the weather that prevents 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 21st calendar day after 16 the date the Contracting Agency executes the contract. If the Contractor starts work on 17 the project at an earlier date, then contract time shall begin on the first working day 18 when onsite work begins. The contract provisions may specify another starting date for 19 contract time, in which case, time will begin on the starting date specified. 20 21 Each working day shall be charged to the contract as it occurs, until the contract work is 22 physically complete. If substantial completion has been granted and all the authorized 23 working days have been used, charging of working days will cease. Each week the 24 Engineer will provide the Contractor a statement that shows the number of working 25 days: (1) charged to the contract the week before; (2) specified for the physical 26 completion of the contract; and (3) remaining for the physical completion of the contract. 27 The statement will also show the nonworking days and any half or whole day the 28 Engineer declares as unworkable. Within 10 calendar days after the date of each 29 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 30 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 31 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 32 protest in that period, the Contractor shall be deemed as having accepted the statement 33 as correct. 34 35 The Engineer will give the Contractor written notice of the physical completion date for 36 all work the contract requires. That date shall constitute the physical completion date of 37 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 38 39 The Engineer will give the Contractor written notice of the completion date of the 40 contract after all the Contractor's obligations under the contract have been performed by 41 the Contractor. The following events must occur before the Completion Date can be 42 established: 43 44 1. The physical work on the project must be complete; and 45 46 2. The Contractor must furnish all documentation required by the contract and 47 required by law, to allow the Contracting Agency to process final acceptance of 48 the contract. The following documents must be received by the Project 49 Engineer prior to establishing a completion date: 50 51 a. Certified Payrolls (Federal-aid Projects) 52 b. Material Acceptance Certification Documents TEST2 8 w 1 c. Annual Report of Amounts Paid as MBE/WBE Participants or 2 Quarterly Report of Amounts Credited as DBE Participation, as 3 required by the Contract Provisions. 4 d. FHWA 47 (Federal-aid Projects) 5 e. Final Contract Voucher Certification 6 7 1-08.8 Extensions of Time 8 Section 1-08.8 is revised to read: 9 10 The Contractor shall submit any requests for time extensions to the Engineer in writing 11 no later than 10 working days after the delay occurs. The requests for time extension 12 shall be limited to the affect on the critical path of the Contractor's approved schedule 13 attributable to the change or event giving rise to the request. 14 15 To be considered by the Engineer, the request shall be in sufficient detail (as determined 16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time 17 requested. The request shall include an updated schedule that supports the request 18 and demonstrates that the change or event: (1) had a specific impact on the critical 19 path, and except in cases of concurrent delay, was the sole cause of such impact, and 20 (2) could not have been avoided by resequencing of the work or by using other 21 reasonable alternatives. If a request combined with previous extension requests, 22 equals 20 percent or more of the original contract time then the Contractor's letter of 23 request must bear consent of Surety. In evaluating any request, the Engineer will 24 consider how well the Contractor used the time from contract execution up to the point 25 of the delay and the effect the delay has on any completion times included in the special 26 provisions. The Engineer will evaluate and respond within 15 calendar days of 27 receiving the request. 28 29 The authorized time for physical completion will be extended for a period equal to the 30 time the Engineer determines the work was delayed because of: 31 32 1. Adverse weather causing the time requested to be unworkable, provided that 33 the Engineer had not already declared the time to be unworkable and the 34 Contractor has filed a written protest according to Section 1-08.5. 35 36 2. Any action, neglect, or default of the Contracting Agency, its officers, or 37 employees, or of any other contractor employed by the Contracting Agency. 38 39 3. Fire or other casualty for which the Contractor is not responsible. 40 41 4. Strikes. 42 43 5. Any other conditions for which these Specifications permit time extensions 44 such as: 45 46 a. In Section 1-04.4 if a change increases the time to do any of the work 47 including unchanged work. 48 49 b. In Section 1-04.5 if increased time is part of a protest that is 50 found to be a valid protest. 51 TEST2 9 1 c. In Section 1-04.7 if a changed condition is determined to exist that 2 caused a delay in completing the contract. 3 4 d. In Section 1-05.3 if the Contracting Agency does not approve properly 5 prepared and acceptable drawings within 30 calendar days. 6 7 e. In Section 1-07.13 if the performance of the work is delayed as a 8 result of damage by others. 9 10 f. In Section 1-07.17 if the removal or the relocation of any utility by 11 forces other than the Contractor caused a delay. 12 13 g. In Section 1-07.24 if a delay results from all the right of way 14 necessary for the construction not being purchased and the special 15 provisions does not make specific provisions regarding unpurchased 16 right of way. 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 34 and could have done nothing to avoid or shorten it. 35 36 Working days added to the contract by time extensions, when time has overran, shall 37 only apply to days on which liquidated damages or direct engineering have been 38 charged, such as the following: 39 40 If substantial completion has been granted prior to all of the authorized working 41 days being used, then the number of days in the time extension will eliminate an 42 equal number of days on which direct engineering charges have accrued. If the 43 substantial completion date is established after all of the authorized working days 44 have been used, then the number of days in the time extension will eliminate an 45 equal number of days on which liquidated damages or direct engineering charges 46 have accrued. 47 The Engineer will not allow a time extension for any cause listed above if it resulted 48 from the Contractor's default, collusion, action or inaction, or failure to comply with 49 the contract. 50 The Contracting Agency considers the time specified in the special provisions as 51 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 52 time extension for: TEST2 10 1 2 • Failure to obtain all materials and workers unless the failure was the result of 3 exceptional causes as provided above in subsection 7; 4 5 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) 6 that do not delay the completion of the contract or prove to be an invalid or 7 inappropriate time extension request; 8 9 0 Delays caused by nonapproval of drawings or plans as provided in Section 10 1-05.3; 11 12 0 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 13 14 Correction of thickness deficiency as provided in Section 5-05.5(1)6. 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. 47 48 5. All claims, as provided by law, filed against the retainage have been resolved. 49 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 50 met, the Contractor will be paid such retained percentage less an amount 51 sufficient to pay any such claims together with a sum determined by the TEST2 11 1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 2 cover attorney's fees. 3 4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 5 August 7, 2006 6 2-03.3(2) Rock Cuts 7 This section is revised to read: 8 9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 10 down, loosen, or damage the rock under the subgrade line, except as provided by 11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 12 rock bench that will remain. The Contractor shall be responsible for methods used 13 and for any damage caused to the roadbed, regardless of any previous approvals 14 by the Engineer. 15 16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 17 Contractor shall scale and dress them, removing all loose fragments and rocks not 18 firmly fastened to the rock slope. The Contractor shall also remove any 19 overhanging rock the Engineer sees as a hazard to roadway users. 20 21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks 22 lying outside the slope stakes. Payment for such extra work shall be by force 23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 24 and hauling these materials at the unit contract prices that apply or as provided in 25 Section 1-04.4. 26 27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 28 blasting operations or at any time the Contractor proposes to change the drilling 29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 30 for review. The blasting plan shall contain the full details of the drilling and blasting 31 patterns and controls the Contractor proposes to use for both the controlled and 32 production blasting. The blasting plan submittal is required for all blasting 33 operations and shall contain the following minimum information: 34 35 a) Station limits of proposed shot. 36 37 b) Plan and section views of proposed drill pattern including free face, 38 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 39 height, and subdrill depth. 40 +�41 c) Loading diagram showing type and amount of explosives, primers, 42 initiators, and location and depth of stemming. 43 44 d) Initiation sequence of blast holes including delay times and delay system. 45 46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 47 employed. 48 49 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 50 responsibility for the accuracy and adequacy of the plan when implemented in the 51 field. TEST2 12 1 2 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, 3 the Contractor shall use controlled blasting. The Engineer may require the 4 Contractor to use controlled blasting to form the faces of other slopes, even if the 5 slopes could be formed by nonblasting methods. 6 7 Controlled blasting refers to the controlled use of explosives and blasting 8 accessories in carefully spaced and aligned drill holes to provide a free surface or 9 shear plane in the rock along the specified backslope. Controlled blasting 10 techniques covered by this specification include presplitting and cushion blasting. 11 12 In addition to the blasting plan submittal, when using controlled blasting the 13 Contractor shall: 14 15 a) Prior to commencing full-scale blasting operations, the Contractor shall 16 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 17 and excavating short test sections, up to 100 feet in length, to determine 18 which combination of method, hole spacing, and charge works best. 19 When field conditions warrant, the Contractor may be ordered to use test 20 section lengths less than 100 feet. 21 22 Unless otherwise approved by the Engineer, the Contractor shall begin the 23 tests with the controlled blast holes spaced 30-inches apart, then adjust if 24 needed, until the Engineer approves the spacing to be used for full-scale 25 blasting operations. 26 27 b) The Contractor shall completely remove all overburden soil and loose or 28 decomposed rock along the top of the excavation for a distance of at least 29 30 feet beyond the end of the production hole drilling limits, or to the end 30 of the cut, before drilling the presplitting holes. 31 32 c) The controlled blast holes shall be not less than 21/2 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, 49 the Contractor shall reduce the height of the lifts until the 9-inch alignment 50 tolerance is met. Upon satisfactory demonstration, the length of holes 51 may be increased to a maximum of 60 feet with written approval of the 52 Engineer. TEST2 13 1 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 a 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 '/z 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 0) 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 i 46 the excavation. 47 48 q) Production blast holes shall not be drilled closer than 6 feet to the 49 controlled blast line, unless approved by the Engineer. The bottom of the 50 production holes shall not be lower than the bottom of the controlled blast 51 holes. Production holes shall not exceed 6 inches in diameter, unless TEST2 14 w 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 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 44 If, under the terms of the Contract, the Contractor is required to provide a source of 45 materials, or if the Contractor elects to use materials from sources other than those 46 provided by the Contracting Agency, the Contractor shall, at no expense to the 47 Contracting Agency, make all necessary arrangements for obtaining the material and TEST2 15 1 shall ensure the quantity of suitable material is available. Preliminary samples shall be 2 taken by or in the presence of the Engineer or a designated representative unless the 3 Engineer permits otherwise. Approval of the source does not relieve the Contractor 4 from meeting these specification requirements, nor does it guarantee that the material 5 will meet these requirements without additional or proper processing. The Engineer 6 may require additional preliminary samples at any time. 7 8 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 9 December 4, 2006 10 5-01.3(2)B Portland Cement Concrete 11 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 12 13 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 14 protect concrete cylinders in cure boxes from excessive vibration and shock waves 15 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 16 boxes shall be in accordance with Section 6-02.5. 17 18 5-01.3(4) Replace Portland Cement Concrete Panel 19 The third paragraph is revised to read: 20 21 When new concrete pavement is to be placed against existing cement concrete 22 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and 23 grouted into the existing pavement with either Type I or IV epoxy resin as specified in 24 Section 9-26. Tie bars are not required for panel replacement less than a full panel. 25 26 5-01.3(6) Dowel Bar Retrofit 27 The fourth and fifth sentences in the second paragraph are revised to read: 28 29 When gang saws are used, slots that are not used shall be cleaned and sealed with 30 either Type I or IV epoxy resin as specified in Section 9-26. 31 32 The sixth paragraph is revised to read: 33 34 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall 35 remove all slurry, parting compound, and other foreign materials prior to installation of 36 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to 37 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been 38 removed. 39 40 5-01.3(10) Pavement Smoothness 41 This section is revised to read: 42 43 Perform the work described in Section 5-05.3(12), and the following: 44 45 Where the pavement is ground, calculation of the profile index shall exclude dips 46 and depressions in the existing roadway. The profilograph generated reports shall 47 be provided to the Engineer prior to payment. 48 49 5-01.5 Payment 50 This section is revised to read: 51 TEST2 16 1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 2 Concrete Pavement Grinding", per square yard. 3 4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 5 square yard. 6 7 The second sentence in the 16th paragraph is revised to read: 8 9 The costs of any additional pavement grinding and profiling required to complete 10 the work as specified is also included in this payment. 11 12 The 18th paragraph for Replace Uncompactable Material is supplemented with the 13 following: 14 15 All costs associated with the containment, collection and disposal of concrete slurry 16 and grinding residue shall be included in the applicable concrete grinding or cutting 17 items of work. 18 19 SECTION 5-05, CEMENT CONCRETE PAVEMENT 20 December 4, 2006 21 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 22 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented 23 with the following: 24 25 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and 26 protect concrete cylinders in cure boxes from excessive vibration and shock waves 27 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure 28 boxes shall be in accordance with Section 6-02.5. 29 30 5-05.3(7) Placing, Spreading, and Compacting Concrete 31 The second paragraph is revised to read: 32 33 The average density of the cores shall be at least 97 percent of the approved mix 34 design density or the actual concrete density when determined by the Contractor using 35 AASHTO T 121 with no cores having a density of less than 96 percent. 36 37 5-05.3(10) Tie Bars and Dowel Bars 38 The second sentence in the seventh paragraph is revised to read: 39 40 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 41 9-26. 42 43 5-05.3(12) Surface Smoothness 44 The first sentence in the first paragraph is revised to read: 45 46 The pavement smoothness will be checked with equipment furnished and operated by 47 the Contractor, under supervision of the Engineer, within 48 hours following placement 48 of concrete. 49 TEST2 17 1 SECTION 6-02, CONCRETE STRUCTURES 2 December 4, 2006 3 6-02.3(2) Proportioning Materials 4 The third paragraph is revised to read: 5 6 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 7 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 8 ash and ground granulated blast furnace slag is optional for all other classes of 9 concrete. 10 11 6-02.3(2)A Contractor Mix Design 12 The first paragraph is revised to read: 13 14 The Contractor shall provide a mix design in writing to the Engineer for all classes of 15 concrete specified in the Plans except for those accepted based on a Certificate of 16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 17 design. The required average 28 day compressive strength shall be selected per ACI 18 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine 19 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or 20 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a 21 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 22 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 23 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 24 pounds. All other concrete mix designs, except those for lean concrete and commercial 25 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 26 yard of concrete. 27 28 The following new sentence is inserted after the first sentence in the fourth paragraph. 29 30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 31 be used. 32 33 6-02.3(4)A Qualification of Concrete Suppliers 34 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced 35 with the following: 36 37 Batch Plant Prequalification may be obtained through one of the following methods: 38 39 1. Certification by the National Ready Mix Concrete Association (NRMCA). 40 Information concerning NRMCA certification may be obtained from the NRMCA 41 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. 42 The NRMCA certification shall be good for a two year period. When this 43 method of certification is used the following documentation shall be submitted 44 to the project engineer. 45 46 a. A copy of the current NRMCA Certificate of Conformance, the 47 concrete mix design(s) (WSDOT Form 350-040), along with copies of 48 the truck list, batch plant scale certification, admixture dispensing 49 certification, and volumetric water batching devices (including water 50 meters) verification. 51 TEST2 18 1 2. Independent evaluation certified by a Professional Engineer using NRMCA 2 checklist. The Professional Engineer shall be licensed under title 18 RCW, 3 state of Washington, qualified in civil engineering. The independent certification 4 using the NRMCA checklist shall be good for a two year period. When this 5 method of certification is used the following documentation shall be submitted 6 to the engineer. 7 8 a. A copy of the Professional Engineer's stamped and sealed NRMCA 9 Verification of Inspection and Application for Certificate page from the 10 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- 11 040), along with copies of the truck list, batch plant scale certification, 12 admixture dispensing certification, and volumetric water batching 13 devices (including water meters) verification. 14 15 3. Inspection conducted by the Plant Manager, defined as the person directly 16 responsible for the daily plant operation, using the NRMCA Plant Certification 17 checklist. The Plant Manager certification shall be done prior to the start of a 18 project, and every six months throughout the life of the project, and meet the 19 following requirements: 20 21 a. The Agreement to Regularly Check Scales and Volumetric Batching 22 Dispensers page in the NRMCA Plant Certification checklist shall be 23 signed by the Plant Manager and notarized. 24 25 b. The signed and notarized Agreement to Regularly Check Scales and 26 Volumetric Batching Dispensers page and a copy of the NRMCA 27 Plant Certification checklist cover page showing the plant designation, 28 address and Company operating plant shall all be submitted to the 29 Project Engineer with the concrete mix design (WSDOT Form 350- 30 040), along with copies of the truck list, batch plant scale certification, 31 admixture dispensing certification, and volumetric water batching 32 devices (including water meters) verification. 33 34 c. The NRMCA Plant Certification checklists shall be maintained by the 35 Plant Manager and are subject to review at any time by the 36 Contracting Agency. 37 38 e. Volumetric water batching devices (including water meters) shall be 39 verified every 90 days. 40 41 6-02.3(5)C Conformance to Mix Design 42 Item 2 under the first paragraph is revised to read: 43 44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 45 that specified in the mix design. 46 47 6-02.3(5)H Sampling and Testing for Compressive Strength 48 This section including title is revised to read: +� 49 TEST2 19 1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 2 Curing 3 Acceptance testing for compressive strength shall be conducted at the same frequency 4 as the acceptance tests for temperature, consistency, and air content. 5 6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 7 The Contractor shall also provide, maintain and operate all necessary power sources 8 and connections needed to operate the curing box. Concrete cylinders shall be cured in 9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 10 maintain a temperature between 60°F and 80°F for concrete with specified strengths 11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 13 the internal temperature of the cure box. The thermometer shall be readable from 14 outside of the box and be capable of recording the high and low temperatures in a 24- 15 hour period. The cure boxes shall create an environment that prevents moisture loss 16 from the concrete specimens. The top shall have a working lock and the interior shall be 17 rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure 18 box shall be the appropriate size to accommodate the number of concrete acceptance 19 cylinders necessary or the Contractor shall provide additional cure boxes. Once 20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 21 cylinders have been cured in accordance with these specifications. When concrete is 22 placed at more than one location simultaneously, multiple cure boxes shall be provided. 23 24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration 25 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 26 27 6-02.3(6)D Protection Against Vibration 28 The last sentence in the second paragraph is revised to read: 29 30 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 31 soldier pile shaft installation operations. 32 33 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 34 35 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated 36 impact tools, pavement breakers, and other large pieces of equipment. 37 38 6-02.3(11) Curing Concrete 39 The second paragraph is supplemented with the following: 40 41 Runoff water shall be collected and disposed of in accordance with all applicable 42 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 43 other surface waters. 44 45 6-02.3(16) Plans for Falsework and Formwork 46 The address for FEDEX delivery following the fourth paragraph is revised to read: 47 48 Washington State Department of Transportation 49 Bridge and Structures Engineer 50 7345 Linderson Way SW 51 Tumwater, WA 98501-6504 52 TEST2 20 1 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 2 The address for FEDEX delivery following the first paragraph is revised to read: 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer 6 7345 Linderson Way SW 7 Tumwater, WA 98501-6504 8 9 6-02.3(16)B Preapproved Formwork Plans 10 The address for FEDEX delivery following the second paragraph is revised to read: 11 12 Washington State Department of Transportation 13 Bridge and Structures Engineer 14 7345 Linderson Way SW 15 Tumwater, WA 98501-6504 16 17 6-02.3(24)C Placing and Fastening 18 The 14th paragraph is revised to read: 19 20 Clearances shall be at least: 21 22 4-inches between: Main bars and the top of any concrete masonry 23 exposed to the action of salt or alkaline water. 24 25 3-inches between: Main bars and the top of any concrete deposited 26 against earth without intervening forms. 27 28 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 29 top of the roadway slab. 30 31 2-inches between: Adjacent layers. Main bars and the surface of concrete 32 exposed to earth or weather (except in roadway slabs). 33 Reinforcing bars and the faces of forms for exposed 34 aggregate finish. 35 36 1 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 49 Washington State Department of Transportation 50 Bridge and Structures Engineer 51 7345 Linderson Way SW 52 Tumwater, WA 98501-6504 TEST2 21 1 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 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 ii 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: 42 43 US Postal Service 44 R O. Box 47340 45 Olympia, WA 98504-7340 46 47 FedEx 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 TEST2 22 ... 1 6-03.3(21)A Web Plates 2 This section is revised to read: 3 4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 5 measure 1/4-inch, and shall not exceed 3/8-inch. 6 7 6-03.3(33) Bolted Connections 8 The first sentence in the second paragraph is revised to read: 9 10 All bolted connections are slip critical. 11 12 SECTION 6-05, PILING 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 ( )" shall be full 26 pay for furnishing the piling specified, including fabricating and installing the steel 27 reinforcing bar cage, and casting and curing the concrete, as required for concrete 28 piling. Such price shall also be full pay, when measurement includes, for piling length 29 ordered but not driven. 30 31 SECTION 6-07, PAINTING 32 August 7, 2006 33 6-07.2 Materials 34 The first sentence in the second paragraph is revised to read: 35 36 Material used for field abrasive blasting shall meet Military Specification MIL-A- 37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 38 39 6-07.3(2)A Bridge Cleaning 40 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening 41 size (ASTM D4751) is revised to read: 42 43 #100 US Sieve 44 45 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 46 December 4, 2006 47 6-09.3(6)C Placing Deck Repair Concrete 48 This section is revised to read: TEST2 23 1 2 Deck repair concrete for modified concrete overlays shall be either modified concrete or 3 concrete Class M. 4 5 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 6 in the repair area with water and make sure that the existing concrete is well saturated. 7 The Contractor shall remove any freestanding water prior to placing the deck repair 8 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 9 while it is wet. 10 11 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck 12 repairs, and all deck repairs of an area greater than ten square feet (measured at the 13 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in 14 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 15 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 16 17 Small deck repairs, defined as those of an area equal to or less than ten square feet 18 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 19 material during the placement of the concrete overlay. 20 21 SECTION 6-10, CONCRETE BARRIER 22 December 4, 2006 23 6-10.2 Materials 24 The fourth paragraph is revised to read: 25 26 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 27 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 28 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. 29 30 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 31 January 3, 2006 32 This section including title is revised to read: 33 34 SECTION 6-11, REINFORCED CONCRETE WALLS 35 6-11.1 Description 36 This work consists of constructing reinforced concrete retaining walls, including those 37 shown in the Standard Plans, L walls, and counterfort walls. 38 39 6-11.2 Materials 40 Materials shall meet the requirements of the following sections: 41 42 Cement 9-01 43 Aggregates for Portland Cement Concrete 9-03.1 44 Gravel Backfill 9-03.12 45 Premolded Joint Filler 9-04.1(2) 46 Steel Reinforcing Bar 9-07.2 47 Epoxy-Coated Steel Reinforcing Bar 9-07.3 48 Concrete Curing Materials and Admixtures 9-23 49 Fly Ash 9-23.9 TEST2 24 1 Water 9-25 2 3 Other materials required shall be as specified in the Special Provisions. 4 5 6-11.3 Construction Requirements 6 7 6-11.3(1) Submittals 8 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 9 accordance with Section 2-09.3(3)D. 10 11 The Contractor shall submit all falsework and formwork plans to the Engineer for 12 approval in accordance with Sections 6-02.3(16) and 6-02.3(17). 13 14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 15 following information shall be submitted to the Engineer for approval in accordance with 16 Sections 6-01.9 and 6-02.3(28)A: 17 18 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 20 devices with the manufacturer's recommended safe working capacity, and 21 material specifications. 22 23 2. Working drawings and design calculations for the erection of the wall stem 24 panels showing dimensions, support points, support footing sizes, erection 25 blockouts, member sizes, connections, and material specifications. 26 27 3. Design calculations for the precast wall stem panels, the connection between 28 the precast panels and the cast-in-place footing, and all modifications to the 29 cast-in-place footing details as shown in the Plans or Standard Plans. 30 31 The Contractor shall not begin excavation and construction operations for the retaining 32 walls until receiving the Engineer's approval of the above submittals. 33 34 6-11.3(2) Excavation and Foundation Preparation 35 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 36 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 37 replaced in accordance with Section 2-09.3(1)C. 38 39 6-11.3(3) Precast Concrete Wall Stem Panels 40 The Contractor may fabricate precast concrete wall stem panels for construction of 41 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 42 concrete wall stem panels may be used for construction of non-Standard Plan retaining 43 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 44 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 45 46 The precast concrete wall stem panels shall be designed in accordance with the 47 requirements for Load Factor Design in the following codes: 48 49 1. For all loads except as otherwise noted -AASHTO Standard Specifications for 50 Highway Bridges, latest edition and current interims. The seismic design shall 51 use the acceleration coefficient and soil profile type as specified in the Plans. 52 TEST2 25 1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 2 Sound Barriers, latest edition and current interims. 3 4 The precast concrete wall stem panels shall be fabricated in accordance with the 5 dimensions and details shown in the Plans, except as modified in the shop drawings as 6 approved by the Engineer. 7 8 The precast concrete wall stem panels shall be fabricated full height, and shall be 9 fabricated in widths of 8 feet, 16 feet, and 24 feet. 10 11 The construction tolerances for the precast concrete wall stem panels shall be as 12 follows: 13 14 Height ±1/4 inch 15 Width ±1/4 inch 16 Thickness ±1/4 inch 17 -1/8 inch 18 Concrete cover for steel reinforcing bar ±3/8 inch 19 -1/8 inch 20 Width of precast concrete wall stem panel joints ±1/4 inch 21 Offset of precast concrete wall stem panels ±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 37 The precast concrete wall stem panel shall be rigidly held in place during placement and 38 curing of the footing concrete. 39 40 The precast concrete wall stem panels shall be placed a minimum of one inch into the 41 footing to provide a shear key. The base of the precast concrete wall stem panel shall 42 be sloped '/z inch per foot to facilitate proper concrete placement. 43 44 To ensure an even flow of concrete under and against the base of the wall panel, a form 45 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 46 allow a minimum one foot head to develop in the concrete during concrete placement. 47 48 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 49 concrete wall stem panel by 1-1/2 inches minimum. 50 51 All precast concrete wall stem panel joints shall be constructed with joint filler installed 52 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet TEST2 26 1 below the final ground level in front of the wall to the top of the wall. The joint filler shall 2 be a nonorganic flexible material and shall be installed to create a waterproof seal at 3 panel joints. 4 5 The soil bearing pressure beneath the falsework supports for the precast concrete wall 6 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 7 the retaining wall. 8 9 6-11.3(4) Cast-In-Place Concrete Construction 10 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 11 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 12 and Standard Plans. All cast-in-place concrete shall be Class 4000. 13 14 The Contractor shall provide the specified surface finish as noted, and to the limits 15 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 16 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 17 Special Provisions. 18 19 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 20 joints) shall be formed and placed separately, with a minimum 12 hour time period 21 between concrete placement operations. 22 23 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 24 expansion joints in accordance with Section 6-01.14. 25 26 6-11.3(5) Backfill, Weepholes and Gutters 27 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 28 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 29 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 30 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 31 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 32 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. 33 34 Cement concrete gutter shall be constructed as shown in the Standard Plans. 35 36 6-11.3(6) Traffic Barrier and Pedestrian Barrier 37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 39 and Standard Plans. 40 41 6-11.4 Measurement 42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 43 44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 45 retaining wall will be measured as specified in Section 6-02.4. 46 47 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 48 cast-in-place concrete barrier. 49 50 6-11.5 Payment 51 Payment will be made in accordance with Section 1-04.1 for each of the following bid 52 items when they are included in the proposal: TEST2 27 1 t 2 "Conc. Class 4000 For Retaining Wall", per cubic yard. 3 All costs in connection with furnishing and installing weep holes and premolded 4 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 5 4000 for Retaining Wall". 6 7 "St. Reinf. Bar For Retaining Wall", per pound. 8 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 9 10 "Traffic Barrier", per linear foot. 11 "Pedestrian Barrier", per linear foot. 12 The unit contract price per linear foot for "_ Barrier" shall be full pay for 13 constructing the barrier on top of the retaining wall, except that when these bid 14 items are not included in the proposal, all costs in connection with performing the 15 work as specified shall be included in the unit contract price per cubic yard for 16 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 17 _ Bar For Retaining Wall". 18 19 SECTION 6-12, NOISE BARRIER WALLS 20 January 3, 2006 21 6-12.3(6) Precast Concrete Panel Fabrication and Erection 22 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. 23 24 The below new item 5 is inserted ahead of renumbered item 6: 25 26 5. Precast concrete panels shall not be erected until the foundations for the panels 27 have attained a minimum compressive strength of 3,400 psi. 28 29 SECTION 6-13, STRUCTURAL EARTH WALLS 30 December 4, 2006 ' 31 6-13.3(2) Submittals 32 The fifth paragraph is revised to read: 33 34 The design calculation and working drawing submittal shall include detailed design 35 calculations and all details, dimensions, quantities, and cross-sections necessary to 36 construct the wall. The calculations shall include a detailed explanation of any symbols, 37 design input, material property values, and computer programs used in the design of the 38 walls. All computer output submitted shall be accompanied by supporting hand 39 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 40 for the wall design, hand calculations supporting MSEW are not required. 41 42 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 43 This section is supplemented with the following: 44 45 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 46 12.3 and 6-13.3(5). 47 48 6-13.3(7) Backfill 49 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to 50 "a plate compactor". r TEST2 28 .. 1 2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 3 This Section is revised to read: 4 5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 8 barrier working drawings and supporting calculations shall include, but not be limited to, 9 the following: 10 11 1. Complete details of barrier cross section geometry, including the portion below 12 ground, and accommodations necessary for bridge approach slabs, PCCP, 13 drainage facilities, underground utilities, and sign support, luminaire pole, 14 traffic signal standard, and other barrier attachments. 15 16 2. Details of the steel reinforcement of the barrier, including a bar list and bending 17 diagram in accordance with Section 6-02.3(24), and including additional 18 reinforcement required at sign support, luminaire pole, traffic signal standard, 19 and other barrier attachment locations. 20 21 3. Details of the interface of, and the interaction between, the barrier and the top 22 layers of structural earth wall reinforcement and facing. 23 24 4. When the Plans specify placement of conduit pipes through the barrier, details 25 of conduit pipe and junction box placement. 26 27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 29 earth wall working drawings as approved by the Engineer. 30 31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 32 December 4, 2006 33 6-14.3(2) Submittals 34 Item 2 is revised to read: 35 36 2. The Contractor's proposed wall construction method, including proposed forming 37 systems, types of equipment to be used, proposed erection sequence and details 38 of how the backfill will be retained during each stage of construction. 39 40 6-14.3(4) Erection and Backfill 41 The first sentence in the eighth paragraph is revised to read: 42 43 The Contractor shall place and compact the wall backfill in accordance with the wall 44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 45 except as follows: 46 47 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 48 to "a plate compactor". 49 50 6-14.4 Measurement 51 The first three paragraphs are revised to read: TEST2 29 1 2 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 3 measured by the square foot of face of completed wall. Corner wrap area and 4 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or 5 staked by the Engineer are considered incidental to the wall construction and will not be 6 included in the measurement of the square foot of face of completed geosynthetic 7 retaining wall. 8 9 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 10 Section 2-03.4. 11 12 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 13 area of the completed facing or fascia panel, measured to the neat lines of the facing or 14 panel as shown in the Plans. When a footing is required, the measurement of the fascia 15 panel area will include the footing. 16 17 6-14.5 Payment 18 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are 19 revised to read: 20 21 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 22 All costs in connection with furnishing and placing backfill material for temporary or 23 permanent geosynthetic retaining walls as specified shall be included in the unit contract 24 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 25 26 SECTION 6-15, SOIL NAIL WALLS 27 August 7, 2006 28 6-15.3(8) Soil Nail Testing and Acceptance 29 The first sentence in the fourth paragraph is revised to read: 30 31 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 32 the maximum test load, whichever is less. 33 34 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 35 August 7, 2006 36 6-16.3(5) Backfilling Shaft 37 The first and second paragraphs are revised to read: 38 39 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 40 pumpable lean concrete, as shown in the Plans and subject to the following 41 requirements: 42 43 1. Dry_ shaft excavations shall be backfilled with CDF. 44 45 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 46 47 3. Pumpable lean concrete shall be a Contractor designed mix providing a 48 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 49 lean concrete will conform to the acceptance requirements specified in Section 50 2-09.3(1) for CDF. TEST2 30 1 2 4. A wet shaft is defined as a shaft where water is entering the excavation and 3 remains present to a depth of six inches or more. 4 5 5. When the Plans or test hole boring logs identify the presence of a water table a 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 W. 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 I 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 'I 47 7-01.3(1) Drain Pipe 48 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 49 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be TEST2 31 w 1 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 2 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 3 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by 4 the manufacturer of the tubing. 5 6 7-01.3(2) Underdrain Pipe 7 When underdrain pipe is being installed as a means of intercepting ground or surface 8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill 10 shall be 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 32 7-04.2 Materials 33 The fourth and sixth paragraphs are deleted: 34 35 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 36 December 4, 2006 37 8-01.3(1) General 38 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 39 replaced with the following: 40 41 Erodible soil not being worked, whether at final grade or not, shall be covered within the 42 following time period, using an approved soil covering practice, unless authorized 43 otherwise by the Engineer: 44 45 In western Washington (west of the Cascade Mountain crest): 46 47 October 1 through April 30 2 days maximum 48 May 1 to September 30 7 days maximum TEST2 32 m. 1 2 In eastern Washington (east of the Cascade Mountain crest.): 3 4 October 1 through June 30 5 days maximum 5 July 1 through September 30 10 days maximum 6 7 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 8 This section is revised to read: 9 10 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 11 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 12 Training in Construction Site Erosion and Sediment Control from a course approved by 13 the Washington State Department of Ecology. The ESC Lead shall be listed on the 14 Emergency Contact List required under Section 1-05.13(1). 15 16 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 17 plan. Implementation shall include, but is not limited to: 18 19 1. Installing and maintaining all temporary erosion and sediment control Best 20 Management Practices (BMPs) included in the TESC plan to assure continued 21 performance of their intended function. Damaged or inadequate TESC BMPs 22 shall be corrected immediately. 23 24 2. Updating the TESC plan to reflect current field conditions. 25 26 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 27 site erosion and sediment control BMPs at least once every calendar week and within 28 24 hours of runoff events in which stormwater discharges from the site. Inspections of 29 temporarily stabilized, inactive sites may be reduced to once every calendar month. 30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 31 be completed for each inspection and a copy shall be submitted to the Engineer no later 32 than the end of the next working day following the inspection. 33 34 8-01.3(2)E Tacking Agent and Soil Binders 35 The third paragraph, (PAM) is revised to read: 36 37 Soil Binding Using Polyacrylamide (PAM) 38 The PAM shall be applied on bare soil completely dissolved and mixed in water or 39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 43 fertilizer spreader or a tractor-mounted spreader. 44 45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 46 The second paragraph under East of the summit of the Cascade Range, beginning with "The 47 Contractor will be responsible", is deleted. 48 49 8-01.3(9)A Silt Fence 50 The fifth paragraph is revised to read: 51 TEST2 33 1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 ' 2 1/4 inches by 1 114 inches by the minimum length shown in the Plans. Steel posts shall 3 have a minimum weight of 0.90 Ibs/ft 4 5 8-01.4 Measurement 6 This section is supplemented with the following: 7 8 Coir log will be measured by the linear foot along the ground line of the completed 9 installation. 10 11 8-01.5 Payment 12 The following bid item is inserted after"Compost Sock", per linear foot: 13 14 "Coir Log", per linear foot 15 16 This section is supplemented with the following: , 17 18 "Mowing", per acre. 19 20 SECTION 8-02, ROADSIDE RESTORATION 21 April 3, 2006 22 8-02.3(8) Planting 23 The seventh and eighth paragraphs are deleted and replaced with the following: 24 25 All burlap, baskets, string, wire and other such materials shall be removed from the hole 26 when planting balled and burlapped plants. The plant material shall be handled in such 27 a manner that the root systems are kept covered and damp at all times. The root , 28 systems of all bare root plant material shall be dipped in a slurry of silt and water 29 immediately prior to planting. The root systems of container plant material shall be 30 moist at the time of planting. In their final position, all plants shall have their top true root ' 31 (not adventitious root) no more than 1" below the soil surface, no matter where that root 32 was located in the original root ball or container. After planting, the backfill material and 33 root ball shall be thoroughly watered in within 24 hours. 34 35 8-02.3(9) Pruning, Staking, Guying, and Wrapping 36 The first paragraph is revised to read: 37 ,38 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 39 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 40 such a manner as to retain or to encourage natural growth characteristics of the plants. 41 All other pruning shall be performed only after the plants have been in the ground at 42 least one year. 43 ,44 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 45 December 4, 2006 46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 47 The first paragraph is supplemented with the following: 48 TEST2 34 1 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 2 pavement surface at the rate ordered by the Engineer. 3 4 8-04.4 Measurement 5 The first paragraph is revised to read: 6 7 All curbs, gutters, and spillways will be measured by the linear foot along the line and 8 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 9 cement concrete curb and cement concrete curb and gutter, when constructed across 10 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 11 12 SECTION 8-08, RUMBLE STRIPS 13 April 3, 2006 14 8-08.1 Description 15 The first sentence is revised to read: 16 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 TEST2 35 1 8-11.3(4) Removing Guardrail and Guardrail Anchor , 2 Removal of the various types of guardrail shall include removal of the rail, cable 3 elements, hardware, and pests, 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 1 25 8-20.3(2) Excavating and Backfilling 26 The third paragraph is revised to read: ' 27 28 The excavations shall be backfilled in conformance with the requirements of Section 2- 29 09.3(1)E, Structure Excavation. , 30 31 8-20.3(4) Foundations 32 The second paragraph is revised to read: 33 34 The bottom of concrete foundations shall rest on firm ground. If the portion of the 35 foundation beneath the existing ground line is formed or cased instead of being cast 36 against the existing soil forming the sides of the excavation, then all gaps between the 37 existing soil and the completed foundation shall be backfilled and compacted in 38 accordance with Section 2-09.3(1)E. ' 39 40 The thirteenth paragraph is revised to read: 41 42 Both forms and ground which will be in contact with the concrete shall be thoroughly 43 moistened before placing concrete; however, excess water in the foundation excavation 44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal 45 of the forms. All forms shall be removed, except when the Plans or Special Provisions , 46 specifically allow or require the forms or casing to remain. 47 48 8-20.3(9) Bonding, Grounding 49 The first, second, and fourth paragraphs are revised to read: TEST2 36 2 All metallic appurtenances containing electrical conductors (luminaires, light standards, 3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 4 form continuous systems, that shall be effectively grounded. 5 6 Where conduit is installed, the installation shall include an equipment ground conductor, 7 in addition to the conductors noted in the contract. Bonding jumpers and equipment 8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 9 Where existing conduits are used for the installation of new circuits, an equipment- 10 grounding conductor shall be installed unless an existing equipment ground conductor, 11 which is appropriate for the largest circuit, is already present in the existing raceway. 12 The equipment ground conductor between the isolation switch and the sign lighter 13 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 14 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 15 sized by the largest overcurrent device serving any circuit contained within the conduit. 16 17 Supplemental grounding shall be provided at light standards, signal standards, 18 cantilever and sign bridge structures. Steel sign posts which support signs with sign 19 lighting or flashing beacons shall also have supplemental grounding. The supplemental 20 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 21 be wire tied) by means of a grounding connector listed for use in concrete, and lead up 22 directly adjacent to a conduit installed within the foundation. The free end of the 23 conductor shall be terminated to the ground terminal, with an approved clamp, within 24 the pole. If no ground terminal is provided, bond to standard or post. Three feet of 25 slack shall be provided inside the standard. Where a concrete and rebar foundation is 26 not used the supplemental ground shall be a grounding electrode placed in the hole 27 next to the post prior to back fill. For light standards, signal standards, cantilever and 28 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 29 AWG stranded copper conductor. For steel sign posts which support signs with sign 30 lighting or flashing beacons the supplemental grounding conductor shall be a non- 31 insulated 6 AWG stranded copper conductor. 32 33 8-20.3(14)E Signal Standards 34 The second paragraph is revised to read: 35 36 Signal standards shall not be erected on concrete foundations until the foundations 37 have attained 2400 psi or 14 days after concrete placement. Signal standards without 38 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 39 erected but the messenger cable (span wire) shall not be placed until the foundation has 40 attained 2400 psi or 14 days after concrete placement. 41 42 SECTION 8-21, PERMANENT SIGNING 43 January 3, 2006 44 8-21.3(9)F Bases 45 The second paragraph is revised to read: 46 47 The excavation and backfill shall be in conformance with the requirements of Section 2- 48 09.3(1)E. 49 50 The fifth paragraph is revised to read: 51 TEST2 37 1 The bottom of concrete foundations shall rest on firm ground. If the portion of the 2 foundation beneath the existing ground line is formed or cased instead of being cast 3 against the existing soil forming the sides of the excavation, then all gaps between the 4 existing soil and the completed foundation shall be backfilled and compacted in 5 accordance with Section 2-09.3(1)E. 6 7 The fourteenth paragraph is revised to read: 8 9 Both forms and ground which will be in contact with the concrete shall be thoroughly 10 moistened before placing concrete; however, excess water in the foundation excavation ' 11 will not be permitted. Forms shall not be removed until the concrete has set at least 12 three days. All forms shall be removed, except when the Plans or Special Provisions 13 specifically allow or require the forms or casing to remain. ' 14 15 SECTION 8-22, PAVEMENT MARKING 16 December 4, 2006 17 8-22.3(2) Preparation of Roadway Surfaces 18 The following new sentence is inserted after the first sentence in the second paragraph: ' 19 20 The temperature requirement may be superseded by the material manufacturers written 21 installation instructions. , 22 23 The last sentence in the third paragraph is revised to read: 24 '25 These cure periods may be reduced if the manufacturer performs a successful bond 26 test and approves the reduction of the pavement cure period. 27 '28 8-22.3(3) Marking Application 29 The following is inserted preceding the first paragraph: 30 31 Flat Lines — Pavement marking lines with a flat surface. , 32 33 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 34 thickness and a profiled thickness which is a portion of the pavement marking line that is ' 35 applied at a greater thickness than the base line thickness. Profiles shall be applied 36 using the extruded method in the same application as the base line. The profiles may 37 be slightly rounded provided the minimum profile thickness is provided for the length of 38 the profile. See the Standard Plans for the construction details. 39 40 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 41 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 42 the construction details. 43 44 Inset Line — A line constructed by grinding or saw cutting a groove into the pavement 45 surface and spraying, extruding or gluing pavement marking material into the groove. 46 The groove depth is dependent upon the material used, the pavement surface and 47 location. 48 49 The second paragraph is revised to read: 50 TEST2 38 1 Centerlines on two lane 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 8 opposite (decreasing mile post) direction as the first application (increasing mile post) 9 direction. This will require minor skip pattern corrections for curves on the second 10 application. 11 12 The fourth paragraph, beginning with "Lines with skip patterns", is deleted. 13 14 The fifth paragraph, beginning with "Glass beads", is deleted. 15 16 The first sentence in the sixth paragraph is revised to read: 17 18 Pavement markings shall be applied at the following base line thickness measured 19 above the pavement surface or above the slot bottom for inset markings in thousandths 20 of an inch (mils): 21 22 In the sixth paragraph, the chart Marking Material Application is revised to read: 23 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 Type A-flat/transverse & symbols extruded 125 125 125 Type A-flat/long line & symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 Type A-embossed with profiles extruded 160 160 160 Type B -flat/transverse & symbols heat fused 125 125 125 Type C -flat/transverse & adhesive 90 90 NA symbols Type C-1 - inset/long line adhesive 60 60 NA Type D -flat/transverse & spray 120 120 120 symbols Type D -flat/transverse & extruded 120 120 120 symbols Type D-flat/long line spray 90 90 120 Type D -flat/long line extruded 90 90 120 Type D- profiled/long line extruded 90 90 120 Type D—inset/long line spray 40 40 40 Type D—inset/long line extruded 230 230 230 24 TEST2 39 1 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is 4, 2 revised to read: 3 Mils thickness Feet of 4" line/gallon Square feetigallon 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 i 6 A) yield is revised to read: 7 8 230—flat inset 47 15 ' 9 10 The ninth and tenth paragraphs are deleted. 11 12 The eleventh paragraph is revised to read: 13 14 All inset plastic lines shall be applied into a groove cut or ground into the pavement. For ' 15 Type A or D material the groove shall be cut or ground with equipment to produce a 16 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 17 with equipment to produce a smooth square groove with a width in accordance with the 18 material manufacturer's recommendation. The groove depth for Type C-1 material shall 19 be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be 20 as shown in the Plans. 21 22 Section 8-22.3 is supplemented with the following new sub-section. 23 24 8-22.3(3)A Glass beads 25 Top dress glass beads shall be applied to all spray and extruded pavement marking 26 material. Glass beads shall be applied by a bead dispenser immediately following the 27 pavement marking material application. Glass bead dispensers shall apply the glass 28 beads in a manner such that the beads appear uniform on the entire pavement marking 29 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 30 31 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 32 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 33 applied at the rate recommended by the marking material manufacturer. 34 35 When two or more spray applications are required to meet thickness requirements for 36 Type A and Type D materials, top dressing with glass beads is only allowed on the last 37 application. The cure period between successive applications shall be in accordance 38 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall TEST2 40 ., 1 be swept or blown off the line prior to application of each successive application. 2 Successive applications shall be applied squarely on top of the preceding application. 3 4 8-22.3(5) Installation Instructions 5 This section including title is revised to read: 6 7 8-22.3(5) Plastic Installation Instructions 8 Installation instructions for plastic markings shall be provided for the Engineer. All 9 materials including glass beads shall be installed according to the manufacturer's 10 recommendations. A manufacturer's technical representative shall be present at the 11 initial installation of plastic material to approve the installation procedure or the material 12 manufacturer shall certify that the Contractor will install the plastic material in 13 accordance with their recommended procedure. 14 15 8-22.4 Measurement 16 The following is inserted after the fifth paragraph: 17 18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 22 the square foot of marking installed. 23 24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 28 regardless of the number of arrow heads. 29 30 The last paragraph is revised to read: 31 32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 35 bump symbol will be measured per each. Removal of crosswalk lines will be measured 36 by the square foot of lines removed. 37 38 8-22.5 Payment 39 The following items are deleted: 40 41 "Painted HOV Lane Symbol Type " 42 "Plastic HOV Lane Symbol Type " 43 44 SECTION 9-00, DEFINITIONS AND TESTS 45 January 3, 2006 46 9-00.8 Sand Equivalent 47 The second paragraph is revised to read: 48 49 For acceptance, there must be a clear line of demarcation. If no clear line of 50 demarcation has formed at the end of a 30 minute sedimentation period, the material 51 will be considered as failing to meet the minimum specified sand equivalent. TEST2 41 1 1 2 SECTION 9-02, BITUMINOUS MATERIALS 3 January 3, 2006 4 9-02.1(4) Asphalt Binders 5 This section including title is revised to read: , 6 7 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 8 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the , 9 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 10 314) of M 320 is not a specification requirement. 11 '12 9-02.1(4)A Performance Graded Asphalt Binder 13 This section including title is revised to read: 14 '15 9-02.1(4)A Quality Control Plan 16 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 17 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 18 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the ' 19 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 20 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 21 PGAB meets the specification requirements of the contract. ' 22 23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 24 This section is revised to read: ' 25 26 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 27 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. ' 28 The asphalt CRS-2P shall meet the following specifications: 29 AASHTO Test Specifications Method Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery % note z 18 TEST2 42 or Toughness/Tenacity in-lbs note 3 50/25 --- m. 1 2 note 1Distillation modified to use 300 grams of emulsion heated to 350oF ± 91F 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 770F, 10 20 in. per minute pull. Tension head 7/8 in. diameter. 11 12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 14 method is used for acceptance the supplier must supply all test data verifying 15 specification conformance. 16 17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 18 December 4, 2006 19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 20 This section including title is revised to read: 21 22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 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 CID or Type SR Type CP shall be Type C pipe with Class 2 43 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 44 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 45 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 46 TEST2 43 1 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 2 This section including title is revised to read: 3 4 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 5 through 60-inch) 6 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 7 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 8 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 9 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be ' 10 uniformly spaced along the length and circumference of the pipe. 11 12 9-05.4(3) Protective Treatment , 13 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 14 15 9-05.15 Metal Castings 16 This section is revised to read: 17 18 For all metal castings the producing foundry shall provide certification stating the 19 country of origin, the material meets the required ASTM or AASHTO specification noted 20 in the subsections below. The producing foundry shall detail all test results from 21 physical testing to determine compliance to the specifications. The test reports shall 22 include physical properties of the material from each heat and shall include tensile, ' 23 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 24 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above 25 certification and testing requirements. ' 26 27 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 28 repaired. Porosity in metal castings for drainage structures shall be considered a 29 workmanship defect subject to rejection by the Engineer. Metal castings made from 30 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal 31 castings made from cast steel shall conform to the requirements of Section 9-06.8. All , 32 metal castings shall meet the proof load testing requirements of AASHTO M 306. 33 34 9-05.15(1) Manhole Ring and Cover 35 This section is revised to read: , 36 37 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 38 iron. 39 40 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 41 All mating surfaces shall be machine finished to ensure a nonrocking fit. 42 43 The inside vertical recessed face of the ring and the vertical outside edge of the cover 44 shall be machined or manufactured to the following tolerances: 45 46 Ring +3/32 inch to -3/32 inch 47 Cover +3/32 inch to -3/32 inch 48 49 All manhole rings and covers shall be identified by the name or symbol of the producing 50 foundry and country of casting origin. This identification shall be in a plainly visible 51 location when the ring and cover are installed. Ductile iron shall be identified by the 52 following, "DUC" or "DI." The producing foundry and material identification shall be TEST2 44 1 adjacent to each other and shall be minimum '/2 inch to maximum 1 inch high letters, 2 recessed to be flush with the adjacent surfaces. 3 4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 5 The first and second paragraphs are revised to read: 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 27 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 28 29 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 30 December 4, 2006 31 9-06.5(4) Anchor Bolts 32 The first and second paragraphs are revised to read: 33 34 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 35 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, 36 and S4. 37 38 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 39 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 40 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 41 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 42 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 43 44 9-06.9 Gray Iron Castings 45 The AASHTO requirement is revised to read "AASHTO M 306". 46 TEST2 45 1 SECTION 9-07, REINFORCING STEEL 2 December 4, 2006 3 9-07.2 Deformed Steel Bars 4 The first sentence in the first paragraph is revised to read: 5 ,6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast- 8 in-place components of bridge structures (excluding sidewalks and barriers but including 9 shafts and concrete piles), and for precast substructure components of bridge 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-09, TIMBER AND LUMBER 13 August 7, 2006 14 9-09.2(3) Inspection 15 This section is revised to read: 16 17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber , 18 grade stamp provided by one of the following agencies: 19 20 West Coast Lumber Inspection Bureau (WCLIB) 21 Western Wood Products Association (WWPA) 22 Pacific Lumber Inspection Bureau (PLIB) 23 Any lumber grading bureau certified by the American Lumber Standards Committee 24 25 Timber and Lumber requiring a grading certificate shall have a certificate that was 26 issued by either the grading bureau whose stamp is shown on the material, or by the ' 27 lumber mill, which must be under the supervision of one of the grading bureaus listed 28 above. The certificate shall include the following: 29 30 Name of the mill performing the grading ' 31 The grading rules being used 32 Name of the person doing the grading with current certification 33 Signature of a responsible mill official ' 34 Date the lumber was graded at the mill 35 Grade, dimensions, and quantity of the timber or lumber 36 37 For Structures: 38 All material delivered to the project shall bear a grade stamp and have a grading 39 certificate. The grade stamp and grading certificate shall not constitute final acceptance 40 of the material. The Engineer may reject any or all of the timber or lumber that does not 41 comply with the specifications or has been damaged during shipping or upon delivery. 42 43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 44 Mailbox Posts: 45 Material delivered to the project shall either bear a grade stamp on each piece or have a 46 grading certificate. The grade stamp or grading certificate shall not constitute final 47 acceptance of the material. The Engineer may reject any or all of the timber or lumber 48 that does not comply with the specifications or has been damaged during shipping or 49 upon delivery. 50 TEST2 46 1 9-09.3(1) General Requirements 2 The last sentence in the first paragraph is revised to read: 3 4 Unless otherwise specified in the contract, all timber and lumber shall be treated in 5 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 6 7 SECTION 9-10, PILING 8 December 4, 2006 9 9-10.2(2) Reinforcement 10 This section is revised to read: 11 12 Reinforcement shall meet the requirements of Section 9-07. 13 14 SECTION 9-12, MASONRY UNITS 15 August 7, 2006 16 9-12.7 Precast Concrete Drywells 17 The third sentence is revised to read: 18 19 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 20 square inches for round openings and 15 square inches for rectangular openings. 21 22 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 23 WALLS 24 August 7, 2006 25 9-13.5(2) Poured Portland Cement Concrete Slope Protection 26 The first paragraph is revised to read: 27 28 Cement concrete for poured concrete slope protection shall be commercial concrete in 29 conformance with Section 6-02.3(2)B. 30 31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 32 August 7, 2006 33 9-14.2 Seed 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 1 contractor shall furnish the Engineer with copies of the applicable licenses and 2 endorsements. 3 '4 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 5 statement signed by the vendor certifying that each lot of seed has been tested by a 6 recognized seed testing laboratory within six months before the date of delivery on the 7 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 8 will not be accepted. 9 10 9-14.4(1) Straw 11 This section is revised to read: 12 13 All straw material shall be in an air dried condition free of noxious weeds and other , 14 materials detrimental to plant life. Straw mulch so provided shall be suitable for 15 spreading with mulch blower equipment. 16 '17 9-14.4(3) Bark or Wood Chips 18 This section is supplemented with the following: 19 20 Sawdust shall not be used as mulch. 21 22 9-14.4(4) Sawdust , 23 This section including title is revised to read: 24 25 9-14.4(4) Vacant ' 26 27 9-14.4(8) Compost 28 This section is revised to read: ' 29 30 Compost products shall be the result of the biological degradation and transformation of 31 plant-derived materials under controlled conditions designed to promote aerobic 32 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 33 dioxide generation. Compost shall be mature with regard to its suitability for serving as 34 a soil amendment or an erosion control BMP as defined below. The compost shall have ' 35 a moisture content that has no visible free water or dust produced when handling the 36 material. 37 '38 Compost production and quality shall comply with Chapter 173-350 WAC. 39 40 Compost products shall meet the following physical criteria: 41 42 1. Compost material shall be tested in accordance with Testing Methods for the 43 Examination of Compost and Composting (TMECC) Test Method 02.02-13, 44 "Sample Sieving for Aggregate Size Classification". ' 45 46 Fine Compost shall meet the following: 47 ,48 Min. Max. 49 Percent passing 2" 100% 50 Percent passing 1" 99% 100% ' 51 Percent passing 1/2" 90% 100% TEST2 48 , 1 Percent passing %4" 75% 100% 2 Maximum particle length of 6 inches 3 4 Coarse Compost shall meet the following: 5 Min. Max. 6 Percent passing 3" 100% 7 Percent passing 1" 90% 100% 8 Percent passing 3/" 70% 100% 9 Percent passing '/4" 40% 60% 10 Maximum particle length of 6 inches 11 12 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 13 04.11-A, "1:5 Slurry pH". 14 15 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 16 less than 1.0 percent by weight as determined by TMECC 03.08-A. 17 18 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 19 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 20 21 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance 22 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis". 23 24 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 25 "Germination and Root Vigor'. 26 27 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 28 Dioxide Evolution Rate" 29 30 8. The compost product must originate a minimum of 65 percent by volume from 31 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 32 maximum of 35 percent by volume of other approved organic waste and/or 33 biosolids may be substituted for recycled plant waste. The supplier shall 34 provide written verification of feedstock sources 35 36 9. The Engineer may also evaluate compost for maturity using the Solvita 37 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 38 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on 39 the Solvita Compost Maturity Test. 40 41 The compost supplier will test all compost products within 90 calendar days prior to 42 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 43 collection protocol. (The sample collection protocol can be obtained from the U.S. 44 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 45 46 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 47 independent STA Program approved lab. The compost supplier will pay for the test. A 48 copy of the approved independent STA Program laboratory test report shall be 49 submitted to the Contracting Agency prior to initial application of the compost. Seven 50 days prior to application, the Contractor shall submit a sample of each type compost to 51 be used on the project to the Engineer. 52 TEST2 49 1 Compost not conforming to the above requirements or taken from a source other than 2 those tested and accepted shall be immediately removed from the project and replaced 3 at no cost to the Contracting Agency. ' 4 5 The Contractor shall either select a compost supplier from the Qualified Products List, or 6 submit the following information to the Engineer for approval: 7 8 1. A Request for Approval of Material Source. 9 10 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 11 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 12 Standards for Solid Waste Handling). 13 14 3. The supplier shall verify in writing, and provide lab analyses that the material 15 complies with the processes, testing, and standards specified in WAC 173-350 16 and these specifications. An independent STA Program certified laboratory 17 shall perform the analysis. 18 19 4. A list of the feedstock by percentage present in the final compost product. ' 20 21 5. A copy of the producer's Seal of Testing Assurance certification as issued by 22 the U.S. Composting Council. ' 23 24 Acceptance will be based upon a satisfactory Test Report from an independent STA 25 program certified laboratory and the sample(s) submitted to the Engineer. 26 27 9-14.5(5) Wattles 28 This section is revised to read: 29 ' 30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 31 compost, or wood shavings encased within biodegradable or photodegradable netting. 32 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 33 material shall be clean, evenly woven, and free of encrusted concrete or other 34 contaminating materials such as preservatives. Encasing material shall be free from 35 cuts, tears, or weak places and shall have a lifespan greater than 6 months. 36 37 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), 38 and shall be Coarse Compost. 39 40 9-14.5(6) Compost Sock 41 This section is revised to read: 42 43 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 44 woven, and free of encrusted concrete or other contaminating materials and shall be 45 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for 46 compost sock shall consist of extra heavy weight biodegradable fiber which has not 47 been treated with any type of preservative. Compost for compost socks shall meet the 48 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost 49 50 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 51 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 52 length, unless otherwise indicated in the Plans. TEST2 50 1 2 Section 9-14.5 is supplemented with the following new section. 3 4 9-14.5(7) Coir Log 5 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted 6 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 7 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 8 9 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 10 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 11 inch openings. 12 13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 14 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 15 available hemp rope. 16 17 9-14.6(1) Description 18 This section is revised to read: 19 20 Bareroot plants are grown in the ground and harvested without soil or growing medium 21 around their roots. 22 23 Container plants are grown in pots or flats that prevent root growth beyond the sides 24 and bottom of the container. 25 26 Balled and burlapped plants are grown in the ground and harvested with soil around a 27 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 28 basket or other supportive structure. 29 30 Cuttings are live plant material without a previously developed root system. Source 31 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 32 a sharp instrument. Written permission shall be obtained from property owners and 33 provided to the Engineer before cuttings are collected. The Contractor shall collect 34 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 35 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 36 include the following forms: 37 38 A. Live branch cuttings shall have flexible top growth with terminal buds and may 39 have side branches. The rooting end shall be cut at an approximate 45 degree 40 angle. 41 42 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 43 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 44 are cut from one to two year old wood. Live stake cuttings shall be cut and 45 installed with the bark intact with no branches or stems attached, and be '/2 to 46 1 '/2 inch in diameter. 47 48 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 49 three branches which shall be pruned back to the first bud from the main stem. 50 TEST2 51 1 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the 2 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 3 growth points. ' 4 5 E. Tubers shall be a thickened and short subterranean branch having numerous 6 buds or eyes. ' 7 8 9-14.6(2) Quality 9 This section is revised to read: 10 11 All plant material furnished shall meet the grades established by the latest edition of the 12 American Standard for Nursery Stock, (ASNS)ANSI 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. TEST2 52 1 2 All bare root plant materials shall have a heavy fibrous root system and must be 3 dormant at the time of planting. 4 5 Average height to spread proportions and branching shall be in accordance with the 6 applicable sections, illustrations, and accompanying notes of the ASNS. 7 8 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 9 full and symmetrical branching, central leader, and be developed, grown, and 10 propagated with a full branching crown. A "Street Tree Grade" designation requires the 11 highest grade of nursery shade or ornamental tree production which shall be supplied. 12 13 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 14 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 15 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 16 Trees supplied and delivered in a nursery fabric bag will not be accepted. 17 18 Plants, which have been determined by the Engineer to have suffered damage as the 19 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 20 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 21 have any defect, injury, or condition which renders the plant unsuitable for its intended 22 use, shall be rejected. 23 24 Plants that are grafted shall have roots of the same genus as the specified plant. 25 26 9-14.6(3) Handling and Shipping 27 The last sentence in the sixth paragraph is deleted. 28 29 9-14.6(6) Substitution of Plants 30 The second paragraph is revised to read: 31 32 Container or balled and burlapped plant material may be substituted for bare root plant 33 material. Container grown plant material may be substituted for balled and burlapped 34 plant materials. When substitution is allowed, use current ASNS standards to determine 35 the correct rootball volume (container or balled and burlapped) of the substituted 36 material that corresponds to that of the specified material. These substitutions shall be 37 approved by the Engineer and be at no cost to the Contracting Agency. 38 39 9-14.6(7) Temporary Storage 40 The third paragraph is revised to read: 41 42 Cuttings shall continually be shaded and protected from wind. Cuttings must be 43 protected from drying at all times and shall be heeled into moist soil or other insulating 44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 45 for later installation shall be bundled, laid horizontally, and completely buried under 46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 49 50°F shall not be stored for later use. Cuttings that already have developed roots shall 50 not be used. 51 52 The fourth paragraph is deleted. TEST2 53 1 1 2 SECTION 9-15, IRRIGATION SYSTEM 3 August 7, 2006 , 4 9-15.1 Pipe, Tubing, and Fittings 5 The second paragraph is revised to read: 6 7 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 8 ASTM B 88, and shall be a minimum of Type L rating. , 9 10 SECTION 9-16, FENCE AND GUARDRAIL 11 April 3, 2006 12 9-16.1(1)A Post Material for Chain Link Fence 13 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 14 F1043". 15 16 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 17 revised to "ASTM F1043". 18 19 SECTION 9-22, MONUMENT CASES 20 August 7, 2006 , 21 9-22.1 Monument Cases, Covers, and Risers 22 The AASHTO requirement is revised to read "AASHTO M 306". I 23 24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 25 August 7, 2006 1 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 TEST2 54 1 The contractor shall provide shop drawings if their manufacturing process or 2 standard production model includes any deviation from the Standard Plan. For 3 each type of junction box, or whenever there is a design change to the junction box, 4 a proof test, as defined in this specification, shall be performed once in the 5 presence of the Engineer. 6 7 This section is supplemented with the following new subsections: 8 9 9-29.2(1)A Standard Duty Junction Boxes 10 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds 11 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 12 Box includes the spread footing shown in the Standard Plans. 13 14 Concrete Junction Boxes 15 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 16 painted with a black paint containing rust inhibiters or painted with a shop applied, 17 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 18 accordance with ASTM A 111. 19 20 Concrete used in Standard Duty Junction Boxes shall have a minimum 21 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 22 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 23 be anchored to the box by welding the wire fabric to the frame or by welding 24 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. 25 The wire fabric shall be attached to the studs and frame with standard tie practices. 26 The box shall contain ten studs located near the centerline of the frame and box 27 wall. The studs shall be placed one anchor in each corner, one at the middle of 28 each width and two equally spaced on each length of the box. 29 30 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 31 following: 32 33 Concrete Section 6-02 34 Reinforcing Steel Section 9-07 35 Fiber Reinforcing ASTM C 1116, Type III 36 Lid ASTM A786 diamond plate steel 37 Frame ASTM A786 diamond plate steel or 38 ASTM A36 flat steel 39 Lid Support & Handle ASTM A36 steel 40 Anchors (studs) Section 9-06.15 41 42 Non-concrete Junction Boxes 43 Material for the non-concrete junction boxes shall be of a quality that will provide for 44 a similar life expectancy as Portland Cement Concrete in a direct burial application. 45 46 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 47 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 48 junction boxes shall be gray in color and have an open bottom design with 49 approximately the same inside dimensions, and present a load to the bearing 50 surface that is less than or equal to the loading presented by the concrete junction 51 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 52 pull slot and shall be secured with two 1/2 inch stainless steel hex-head bolts factory TEST2 55 1 coated with anti-seize compound and recessed into the cover. The tapped holes ' 2 for the securing bolts shall extend completely through the box to prevent 3 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. ' 4 5 9-29.2(1)B Heavy Duty Junction Boxes 6 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating 7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 8 when tested in accordance with 9-29.2(1)C . 9 ,10 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 11 shop applied, inorganic zinc primer in accordance with Section 6-07.3 12 13 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 14 strength of 4000 PSI. 15 16 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: , 17 18 Concrete Section 6-02 19 Reinforcing Steel Section 9-07 20 Lid ASTM A786 diamond plate steel, rolled 21 from plate complying with ASTM A572, 22 grade 50 or ASTM A588 with min. CVN 23 toughness of 20 ft-lb at 40 degrees F 24 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with 25 min. CVN toughness of 20 ft-lb at 40 degrees F 26 Handle ASTM A36 steel 27 Anchors (studs) Section 9-06.15 28 Bolts, Nuts, Washers ASTM F 593 or 193, type 304 or 316 29 30 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 31 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 32 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 33 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 34 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 35 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 36 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 37 feeler gage. The bearing area percentage will be measured for each side of the lid as it 38 bears on the frame. 39 40 9-29.2(1)C Testing Requirements 41 Junction boxes shall be tested by an independent materials testing facility, and a test 42 report issued documenting the results of the tests performed. 43 44 For concrete junction boxes the independent testing lab shall meet the requirements of 45 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 46 conducted in the presence of and signed off by the Engineer or a designated 47 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 48 One copy of the test report shall be furnished to the Contracting Agency certifying that 49 the box and cover meet or exceed the loading requirements for a concrete junction box, 50 and shall include the following information: 51 ,52 1. Product identification. TEST2 56 ' 1 2. Date of testing. 2 3. Description of testing apparatus and procedure. 3 4. All load deflection and failure data. 4 5. Weight of box and cover tested. 5 6. Upon completion of the required test(s) the box shall be loaded to failure. 6 7. A brief description of type and location of failure. 7 8 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 9 Testing Laboratory (witnessing is not required). One copy of the test report shall be 10 furnished to the Contracting Agency certifying that the box and cover meet or exceed 11 the loading requirements for a non-concrete junction box, and shall include the following 12 information: 13 14 1. Product identification. 15 2. Date of testing. 16 3. Description of testing apparatus and procedure. 17 4. All load deflection data. 18 5. Weight of box and cover tested. 19 20 Testing for Standard Duty Concrete Junction Boxes 21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. 22 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel 23 plate centered on the lid. The test load shall be applied and released ten times, 24 and the deflection at the test load and released state shall be recorded for each 25 interval. At each interval the junction box shall be inspected for lid deformation, 26 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 27 cracks, and concrete spalling. 28 29 Concrete junction boxes will be considered to have withstood the test if none of the 30 following conditions are exhibited: 31 32 1. Permanent deformation of the lid or any impairment to the function of the 33 lid. 34 2. Vertical or horizontal displacement of the lid frame. 35 3. Cracks wider than 0.012 inches that extend 12 inches or more. 36 4. Fracture or cracks passing through the entire thickness of the concrete. 37 5. Spalling of the concrete. 38 39 Testing for the Standard Duty non-concrete Junction Boxes 40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 42 provide a Manufacture Certificate of Compliance for each non-concrete junction 43 box installed. 44 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 TEST2 57 1 concrete spalling. After the twentieth loading interval the test shall be terminated 2 with a 60,000 pound load being applied vertically through the steel plate centered 3 on the lid and with the long edge of steel plate orientated parallel to the long axis of 4 the box. 5 6 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 , 7 pounds test if none of the following conditions are exhibited: 8 9 1. Permanent deformation of the lid or any impairment to the function of the ' 10 lid. 11 2. Vertical or horizontal displacement of the lid frame. 12 3. Cracks wider than 0.012-inches that extend 12-inches or more. 13 4. Fracture or cracks passing through the entire thickness of the concrete. 14 5. Spalling of the concrete. 15 16 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 ' 17 pounds test if all of the following conditions are exhibited: 18 19 1. The lid is operational. 20 2. The lid is securely fastened. 21 3. The welds have not failed. 22 4. Permanent dishing or deformation of the lid is 114 inch or less. 23 5. No buckling or collapse of the box. 24 25 9-29.2 (2) Vacant ' 26 This section including title is revised to read: 27 28 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes , 29 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 30 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 31 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 32 shown in the Standard Plans. ' 33 34 The Contractor shall provide shop drawings if their manufacturing process or standard 35 production model includes any deviation from the Standard Plan. For each type of box 36 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 37 defined in this specification, shall be performed once in the presence of the Engineer. 38 39 This section is supplemented with the following new sections: 40 41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes , 42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 44 Standard Duty Junction Boxes. 45 46 Concrete for standard duty cable vaults and pull boxes shall have a minimum 47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the 50 studs and frame with standard tie practices. The vault/box shall contain ten studs 51 located near the centerline of the frame and wall. Studs shall be placed one anchor in 52 each corner, one at the middle of each width and two equally spaced on each length of TEST2 58 , 1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 4 5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 6 7 Concrete Section 6-02 8 Reinforcing Steel Section 9-07 9 Lid ASTM A786 diamond plate steel 10 Frame ASTM A786 diamond plate steel or 11 ASTM A36 flat steel 12 Lid Support & Handle ASTM A36 steel 13 Anchors (studs) Section 9-06.15 14 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 15 16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 19 46,000 pounds without permanent deformation and 60,000 pounds without failure when 20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 21 22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 23 24 Concrete Section 6-02 25 Reinforcing Steel Section 9-07 26 Cover Section 9-05.15(1) 27 Ring Section 9-05.15(1) 28 Anchors (studs) Section 9-06.15 29 Bolts, Nuts, Washers ASTM F593 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: 47 48 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 49 tolerances specified in AASHTO M 293 for circular washers. 50 TEST2 59 1 9-29.6(5) Foundation Hardware 2 The second and third paragraphs are revised to read: 3 4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is ' 10 less than five times the nominal bolt diameter). 11 12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with , 13 AASHTO M 111 and AASHTO M 232. 14 15 SECTION 9-30, WATER DISTRIBUTION MATERIALS 16 August 7, 2006 , 17 9-30.6(3)A Copper Tubing 18 This section is revised to read: 19 20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 21 ASTM B 88, Type K rating. , 22 23 SECTION 9-33, CONSTRUCTION GEOTEXTILE 24 August 7, 2006 ' 25 Section 9-33 including title is revised in its entirety to read: 26 27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 28 29 9-33.1 Geosynthetic Material Requirements 30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 31 prefabricated drainage mats. 32 33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 35 formed into a stable network such that the fibers or yarns retain their position relative to 36 each other during handling, placement, and design service life. At least 95 percent by 37 weight of the material shall be polyolefins or polyesters. The material shall be free from 38 defects or tears. The geotextile shall also be free of any treatment or coating which 39 might adversely alter its hydraulic or physical properties after installation. 40 41 Geogrids shall consist of a regular network of integrally connected polymer tensile 42 elements with an aperture geometry sufficient to permit mechanical interlock with the 43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 44 including coatings, shall consist of at least 95 percent by mass of the material of 45 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 46 47 Prefabricated drainage core shall consist of a three dimensional polymeric material with 48 a structure that permits flow along the core laterally, and which provides support to the 49 geotextiles attached to it. TEST2 60 1 2 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 3 Section 9-33.2, and additional tables as required in the Standard Plans and Special 4 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 5 included in this section and their associated tables of properties are as follows: 6 Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A. B. and C Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5 Classes A. B. and C Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. 7 8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 9 properties specified in the Standard Plans for permanent walls, and Table 10 for 10 temporary walls. 11 12 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 13 placed at the wall face to retain the backfill material as shown in the Plans shall conform 14 to the properties for Construction Geotextile for Underground Drainage, Moderate 15 Survivability, Class A. 16 17 Thread used for sewing geotextiles shall consist of high strength polypropylene, 18 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew 19 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 20 temporary or permanent geosynthetic retaining walls, shall also be resistant to 21 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile 22 itself. 23 24 9-33.2 Geosynthetic Properties 25 9-33.2(1) Geotextile Properties 26 Table 1: Geotextile for underground drainage strength properties for survivability. 27 ASTM Geotextile Property Requirements Test Low Moderate Method Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven TEST2 61 Grab Tensile D 4632 180 Ib 115 lb min. 250 lb 160 lb min. Ik Strength, in min. min. machine and x-machine direction Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine ' direction Seam D 4632 160 lb 100 lb min. 220 lb 140 lb min. Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. Tear D 4533 67 lb min. 40 lb min. 80 lb 50 lb min. Strength, in min. machine and x-machine direction 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— sec min. 4 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Propert y Requirements Property Test Separation Soil Stabilization MethodZ Woven I Nonwoven Woven I Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Water D 4491 0.02 sec min. 0.10 sec min. Permittivity Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. Strength, in machine and ' x-machine direction Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine direction ., Seam Breakin D 4632 220 Ib min. 140 lb min. 270 lb min. L 180 lb min. TEST2 62 .w Strength Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 Ib min. 791b min. in machine and x-machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability 1 2 Table 4: Geotextile for permanent erosion control and ditch lining. 3 Geotextile ASTM Geotextile Property Requirements' Property Test Permanent Erosion Control Ditch Lining MethodZ Moderate High aw Survivability Survivability Woven Non- Woven Non- Woven Non- woven woven woven .. AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15%- > 50% 15% - >50% < 50% > 50% Failure 50% 50% Strain, in machine and x-machine direction Seam —5-4632-' 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min. min. min. min. min. Strength .� Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 Ib 310 lb Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 Ib 80 lb 50 lb .. Strength, min. min. min. min. min. min. in machine and x-machine I direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability 4 5 Table 5: Filtration properties for geotextile for permanent erosion control. TEST2 63 1 ASTM Geotextile Property Requirements' Geotextile Test , Property 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 Pol meric 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 Permittivity 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% > 50% in machine and x-machine direction Seam Breaking D4632" 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 �r x-machine direction Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., _ after 500 hours in a xenon arc device 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 Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, D 4632 Nonwoven — 100 lb min. in machine and x-machine direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient= 0.1, Pressure= 5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure = 14.5 psi 15.0 al/min./ft. 8 9 'All geotextile properties in Tables 1 through 8 are minimum average roll 10 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 11 the values shown in the table). 12 13 2The test procedures used are essentially in conformance with the most 14 recently approved ASTM geotextile test procedures, except for geotextile 15 sampling and specimen conditioning, which are in accordance with WSDOT 16 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 17 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies 18 of these test methods are available at the State Materials Laboratory P.O. Box 19 47365, Olympia, WA 98504-7365. 20 21 3With seam located in the center of 8-inch long specimen oriented parallel to 22 grip faces. 23 24 4Applies only to seams perpendicular to the wall face. 25 26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). TEST2 65 1 1 2 9-33.4 Geosynthetic Material Approval and Acceptance 3 9-33.4(1) Geosynthetic Material Approval 4 If the geosynthetic source material has not been previously evaluated, or is not 5 listed in the current WSDOT Qualified Products List (QPL), a sample of each 6 proposed geosynthetic shall be submitted to the State Materials Laboratory in 7 Tumwater for evaluation. Geosynthetic material approval will be based on 8 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 9 Standard Plans or Special Provisions. After the sample and required information for , 10 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 11 a maximum of 14 calendar days will be required for this testing. Source approval 12 shall not be the basis of acceptance of specific lots of material delivered to the ' 13 Contractor unless the roll numbers of the lot sampled can be clearly identified as 14 the rolls tested and approved in the geosynthetic approval process. 15 16 For geogrid and geotextile products proposed for use in permanent geosynthetic , 17 retaining walls or reinforced slopes that are not listed in the current QPL, the 18 Contractor shall submit test information and the calculations used in the 19 determination of Ta, 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 Retainina 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 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 TU,t shall be greater than or equal to Tuft as determined 21 from the product data submitted and approved by the State Materials Laboratory 22 during source material approval. 23 24 Two additional rolls for each roll tested which failed from the lot previously tested 25 will then be selected at random by the Engineer for sampling and retesting. If the 26 retesting shows that any of the additional rolls tested do not meet the required 27 properties, the entire lot will be rejected. If the test results from all the rolls retested 28 meet the required properties, the entire lot minus the roll(s) that failed will be 29 accepted. All geosynthetic that has defects, deterioration, or damage, as 30 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 31 replaced at no additional expense to the Contracting Agency. 32 33 9-33.4(4) Acceptance by Certificate of Compliance 34 When the quantities of geosynthetic proposed for use in each geosynthetic 35 application are less than or equal to the following amounts, acceptance shall be by 36 Manufacturer's Certificate of Compliance: 37 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities 38 39 The Manufacturer's Certificate of Compliance shall include the following information 40 about each geosynthetic roll to be used: 41 42 Manufacturer's name and current address, 43 Full product name, 44 Geosynthetic structure, including fiber/yarn type, TEST2 67 1 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 2 retaining walls only), 3 Geosynthetic roll number(s), 4 Geosynthetic lot number(s), 5 Proposed geosynthetic use(s), and 6 Certified test results. 7 8 9-33.4(5) Approval of Seams 9 If the geotextile seams are to be sewn in the field, the Contractor shall provide a 10 section of sewn seam that can be sampled by the Engineer before the geotextile is 11 installed. 12 13 The seam sewn for sampling shall be sewn using the same equipment and ' 14 procedures as will be used to sew the production seams. If production seams will 15 be sewn in both the machine and cross-machine directions, the Contractor must 16 provide sewn seams for sampling which are oriented in both the machine and ' 17 cross-machine directions. The seams sewn for sampling must be at least 2 yards 18 in length in each geotextile direction. If the seams are sewn in the factory, the 19 Engineer will obtain samples of the factory seam at random from any of the rolls to 20 be used. The seam assembly description shall be submitted by the Contractor to 21 the Engineer and will be included with the seam sample obtained for testing. This 22 description shall include the seam type, stitch type, sewing thread type(s), and 23 stitch density. 24 25 SECTION 9-34, PAVEMENT MARKING MATERIAL 26 April 3, 2006 27 9-34.2 Paint ' 28 This section is revised to read: 29 30 White and yellow paint shall comply with the specifications for high volatile organic 31 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC , 32 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall 33 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed 34 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 35 FHWA"Highway Blue Color Tolerance Chart." 36 37 9-34.3 Plastic ' 38 This section is revised to read: 39 40 White and yellow plastic pavement marking materials shall comply with the 41 specifications for: 42 43 Type A— Liquid hot applied thermoplastic , 44 Type B — Pre-formed fused thermoplastic 45 Type C — Cold applied pre-formed tape 46 Type D — Liquid cold applied methyl methacrylate , 47 48 Blue plastic pavement marking material for Access Parking Space Symbol with 49 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 50 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match ' 51 that shown in the FHWA"Highway Blue Color Tolerance Chart." TEST2 68 r 1 2 9-34.4 Glass Beads 3 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 4 247, Type 1. 5 6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 7 April 3, 2006 8 9-35.2 Construction Signs 9 The first paragraph is supplemented with the following: 10 11 Post mounted Class A construction signs shall conform to the requirements of this 12 section and additionally shall conform to the requirements stated in section 9-28. 13 14 The second paragraph is revised to read: 15 16 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 17 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 18 19 The first sentence in the fourth paragraph is revised to read: 20 21 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 22 and any other previously approved sign materials except aluminum is prohibited. Any 23 sign which otherwise meets the requirements of this section and was purchased prior to 24 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 25 have been fabricated with Type VI reflective sheeting. 26 TEsr2 69 CITY OF RENTON SPECIAL PROVISIONS SPECIAL PROVISIONS P. B�A O i w x W p r (60 A Ple— joNnL ��G w EXPIRES: 8/20/2007 r r r r rr Project No.SWP 27-2711 r TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS.........................................................................................1 1-01.1 GENERAL................................................................................................... 1 1-01.2 ABBREVIATIONS........................................................................................1 1-01.2(2) Items of Work and Units of Measurement................................... l 1-01.3 DEFINITIONS ............................................................................................. 1 1-02 BID PROCEDURES AND CONDITIONS.....................................................................4 "' 1-02.2 PLANS AND SPECIFI CATIONS.....................................................................4 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK.................4 1-02.4(1) General.........................................................................................4 1-02.5 PROPOSAL FORMS.....................................................................................5 1-02.6 PREPARATION OF PROPOSAL.....................................................................5 1-02.6(1) Proprietary Information,(New Section,Project No. .. S WP-27-2711).............................................................................5 1-02.12 PUBLIC OPENING OF PROPOSALS..............................................................6 1-03 AWARD AND EXECUTION OF CONTRACT............................................................6 1-03.1 CONSIDERATION OF BIDS..........................................................................6 1-03.2 AWARD OF CONTRACT..............................................................................6 1-03.3 EXECUTION OF CONTRACT.......................................................................6 1-04 SCOPE OF WORK..........................................................................................................7 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS SPECIFICATIONS, AND ADDENDA.........................................7 1-04.3(1) Contractor-Discovered Discrepancies(New Section, MW Project No. SWP 27-2711)..........................................................7 1-04.3(2) Project Coordination....................................................................8 1-04.4 CHANGES ..................................................................................................8 ow 1-04.4(1) Minor Changes.............................................................................8 1-04.8 PROGRESS ESTIMATES AND PAYMENTS....................................................8 1-04.11 FINAL CLEANUP........................................................................................9 .. 1-05 CONTROL OF WORK....................................................................................................9 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES............9 1-05.4(3) Contractor Supplied Surveying(New Section,Project No. SWP 27-2711)..................................................................... 10 1-05.4(4) Contractor Provided As-Built Information(New Section, Project No. SWP 27-2711)........................................................ 11 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK.........................11 1-05.10 GUARANTEES 12 .......................................................................................... 1-05.11 FINAL INSPECTION.................................................................................. 12 1-05.11(1) Substantial Completion Date..................................................... 12 1-05.11(2) Final Inspection Date................................................................. 13 1-05.11(3) Operational Testing................................................................... 13 1-05.12 FINAL ACCEPTANCE................................................................................ 14 1-05.14 COOPERATION WITH OTHER CONTRACTORS.......................................... 14 1-05.18 CONTRACTOR'S DAILY DIARY(NEW SECTION,PROJECT NO. SWP27-2711)......................................................................................... 14 .. 1-06 CONTROL OF MATERIAL.........................................................................................16 1-06.1 APPROVAL OF MATERIALS PRIOR TO USE.............................................. 16 1-06.2(1) Samples and Tests for Acceptance............................................ 16 w i a 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................... 16 1-06.7 SHOP DRAWINGS AND SUBMITTALS(NEW SECTION, PROJECT No. SWP 27-2711)................................................................................. 16 1-06.7(1) General(New Section,Project No. SWP 27-2711)................... 16 1-06.7(2) Required Information(New Section, Project No. SWP 27-2711)..................................................................................... 17 1-06.7(3) Review Schedule(New Section,Project No. SWP 27- 2711).......................................................................................... 18 1-06.7(4) Substitutions(Additional Section)............................................. 18 wo 1-06.7(5) Submittal Requirements(New Section, Project No. SWP 27-2711)..................................................................................... 18 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....................19 "' 1-07.1 LAWS TO BE OBSERVED.......................................................................... 19 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition)....................................................................... 19 in 1-07.2(1) State Sales Tax...........................................................................20 1-07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS(NEW SECTION, PROJECT NO. SWP 27-2711)..................................................20 1-07.6 PERMITS AND LICENSES..........................................................................20 1-07.6 PERMITS AND LICENSES..........................................................................21 1-07.9(5) Required Documents..................................................................21 1-07.11(11) City of Renton Affidavit of Compliance New Section (Project No. SWP 27-2711).......................................................21 1-07.12 FEDERAL AGENCY INSPECTION..............................................................21 1-07.13(l) General.......................................................................................22 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL...........................22 1-07.16(1) Private/Public Property..............................................................23 1-07.17 UTILITIES AND SIMILAR FACILITIES.......................................................24 1-07.17(1) Interruption of Services(New Section, Project No. 27- 2711)..........................................................................................26 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE......................30 ■r 1-07.18(1) General.......................................................................................31 1-07.18(2) Coverages ..................................................................................31 1-07.18(3) Limits.........................................................................................33 1-07.18(4) Evidence of Insurance................................................................34 1-07.22 USE OF EXPLOSIVES................................................................................35 1-07.23(l) Construction Under Traffic........................................................35 r 1-07.24 RIGHTS OF WAY......................................................................................36 1-08 PROSECUTION AND PROGRESS.............................................................................36 1-08.0 PRELIMINARY MATTERS.........................................................................36 ar 1-08.0(1) Preconstruction Conference.......................................................37 1-08.1 SUBCONTRACTING..................................................................................38 1-08.1(2) Hours of Work...........................................................................38 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees....................................................................39 1-08.2 ASSIGNMENT...........................................................................................39 1-08.3 PROGRESS SCHEDULE.............................................................................39 r 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK.......................42 1-08.5 TIME FOR COMPLETION..........................................................................42 ii rr r r 1-02.4 SUSPENSION OF WORK............................................................................43 _ 1-08.9 LIQUIDATED DAMAGES ..........................................................................44 1-08.11 CONTRACTOR'S PLANT AND EQUIPMENT...............................................44 1-08.12 ATTENTION TO WORK.............................................................................44 1-09 MEASUREMENT AND PAYMENT............................................................................45 1-09.1 MEASUREMENT OF QUANTITIES 45 1-09.3 SCOPE OF PAYMENT................................................................................46 1-09.7 MOBILIZATION........................................................................................47 r 1-09.9 PAYMENTS 47 .............................................................................................. 1-09.9(1) Retainage...................................................................................47 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Y Certain Amounts........................................................................48 1-09.9(3) Final Payment(New Section, Project No. 27-2711)..................49 1-09.11(2) Claims........................................................................................50 1-09.11(3) Time Limitations and Jurisdiction.............................................51 1-09.14 PAYMENT SCHEDULE(NEW SECTION,PROJECT No. 27-2711)..............52 1-09.14(1) Basic Bid(New Section, Project No. 27-2711).........................52 1-10 TEMPORARY TRAFFIC CONTROL........................................................................74 1-10.1 GENERAL.................................................................................................74 1-10.2(2) Traffic Control Plans.................................................................75 1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES........76 1-10.3(3) Construction Signs.....................................................................76 1-10.4 MEASUREMENT.......................................................................................76 1-10.5 PAYMENT................................................................................................76 -- 1-11 RENTON SURVEYING STANDARDS.......................................................................77 1-11.1(1) Responsibility for Surveys.........................................................77 1-11.1(2) Survey Datum and Precision......................................................77 .. 1-11.1(3) Subdivision Information............................................................78 1-11.1(4) Field Notes.................................................................................78 1-11.1(5) Corners and Monuments............................................................79 1-11.1(6) Control or Base Line Survey.....................................................79 1-11.1(7) Precision Levels.........................................................................80 1-11.1(8) Radial and Station-Offset Topography...................................80 1-11.1(9) Radial Topography....................................................................80 1-11.1(10) Station-Offset Topography......................................................80 1-11.1(11) As-Built Survey.........................................................................81 1-11.1(12) Monument Setting and Referencing..........................................81 1-11.2 MATERIALS ..........82 ................................................................................... 1-11.2(1) Property/Lot Corners.................................................................82 1-11.2(2) Monuments................................................................................82 1-11.2(3) Monument Case and Cover........................................................82 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP........................................83 2-01.1 DESCRIPTION...........................................................................................83 •• 2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS......................................83 2-01.5 PAYMENT................................................................................................83 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS.........................................84 r2-02.1 DESCRIPTION...........................................................................................84 2-02.3 CONSTRUCTION DETAILS........................................................................84 2-02.3(1) General Requirements...................................................... r 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs...........................84 2-02.5 PAYMENT................................................................................................85 2-03 ROADWAY EXCAVATION AND EMBANKMENT................................................86 2-03.3 CONSTRUCTION REQUIREMENTS............................................................86 2-03.3(19) Wet Weather Earthwork(New Section, Project No. SWP 27-2711).....................................................................................87 2-03.4 MEASUREMENT.......................................................................................88 2-03.5 PAYMENT................................................................................................88 2-04 HAUL...............................................................................................................................88 2-04.5 PAYMENT................................................................................................89 2-06 SUBGRADE PREPARATION......................................................................................89 2-06.5 MEASUREMENT AND PAYMENT 2-07 WATERING....................................................................................................................89 2-07.3 CONSTRUCTION REQUIREMENTS............................................................89 2-07.5 PAYMENT................................................................................................89 s 2-09 STRUCTURE EXCAVATION......................................................................................90 2-09.1 DESCRIPTION...........................................................................................90 2-09.4 MEASUREMENT.......................................................................................90 r 2-09.5 PAYMENT................................................................................................90 4-04 BALLAST AND CRUSHED SURFACING.................................................................92 4-04.1 DESCRIPTION...........................................................................................92 4-04.3(5) Shaping and Compaction...........................................................92 4-04.5 PAYMENT................................................................................................92 5-04 HOT MIX ASPHALT.....................................................................................................92 5-06 NEW SECTION(PROJECT NO. SWP-27-2711) 94 ....................................................... 6-02 CONCRETE STRUCTURES......................................................................................100 6-02.5 PAYMENT.............................................................................................. 100 7-01 DRAINS........................... ..............................................................................................100 7-01.2 MATERIALS........................................................................................... 100 7-01.3 CONSTRUCTION REQUIREMENTS.......................................................... 101 7-01.4 MEASUREMENT..................................................................................... 101 nr 7-02 CULVERTS...................................................................................................................101 7-02.2 MATERIALS........................................................................................... 101 7-04 STORM SEWERS........................................................................................................101 7-04.2 MATERIALS........................................................................................... 102 7-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 102 7-04.4 MEASUREMENT..................................................................................... 102 7-04.5 PAYMENT.............................................................................................. 102 7-05 MANHOLES,INLETS,AND CATCH BASINS.......................................................103 7-05.1 DESCRIPTION......................................................................................... 103 7-05.2 MATERIALS........................................................................................... 103 7-05.2(1) Frames and Covers(New Section,Project No. SWP 27- 2711)........................................................................................ 103 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets(New Section,Project No. SWP 27-2711)........................................ 103 7-05.3 CONSTRUCTION REQUIREMENTS.......................................................... 104 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..................... 104 7-05.3(2) Abandon Existing Manholes.................................................... 106 7-05.3(3) Connections to Existing Manholes.......................................... 107 r iv 7-05.3(5) Manhole Coatings(New Section,Project No. SWP 27- 2711)........................................................................................ 107 7-05.4 MEASUREMENT..................................................................................... 107 7-05.5 PAYMENT.............................................................................................. 108 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.........................................108 7-08.3(4) Plugging Existing Pipe............................................................ 116 7-08.4 MEASUREMENT..................................................................................... 116 7-08.5 PAYMENT.............................................................................................. 116 -�- 7-09 PIPE AND FITTINGS FOR WATER MAINS..........................................................116 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement.............................................................................. 117 .. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................... 118 7-09.3(23) Hydrostatic Pressure Test........................................................ 118 7-09.3(25) Joint Restraint Systems (New Section, Project No. SWP 27-2711)................................................................................... 121 7-09.4 Measurement............................................................................ 122 7-09.5 Payment...................................................................................123 7-12 VALVES FOR WATER MAINS ................................................................................124 .. 7-12.3(1) Installation of Valve Marker Post............................................ 124 7-12.3(2) Adjust Existing Valve Box to Grade(New Section, Project No. SWP 27-2711)...................................................... 124 7-12.4 MEASUREMENT.....................................................................................125 7-12.5 PAYMENT(REVISED SECTION, PROJECT No. SWP 27-2711)............... 125 7-15 SERVICE CONNECTIONS........................................................................................125 .. 7-15.3 CONSTRUCTION DETAILS...................................................................... 125 7-15.5 PAYMENT(REVISED SECTION, PROJECT No. SWP 27-2711)...............125 7-17 SANITARY SEWERS..................................................................................................125 .. 7-17.2 MATERIALS........................................................................................... 126 7-17.3(1) Protection of Existing Sewerage Facilities.............................. 126 7-17.4 MEASUREMENT..................................................................................... 127 7-17.5 PAYMENT.............................................................................................. 127 8-01 EROSION CONTROL (REVISED SECTION,PROJECT NO. SWP 27- 2711).........................................................................................................................128 8-01.1 DESCRIPTION......................................................................................... 128 .� 8-01.2 MATERIALS........................................................................................... 128 8-01.3(3) Miscellaneous Erosion Control(New Section,Project No. SWP 27-2711)................................................................... 128 8-01.3(5) Mulching..................................................................................130 8-01.5 PAYMENT.............................................................................................. 130 8-02 ROADSIDE PLANTING (REVISED SECTION, PROJECT NO. SWP 27- "' 2711)................................................................................... 130 ...................................... 8-02.1 DESCRIPTION......................................................................................... 130 8-02.2 MATERIALS...........................................................................................131 8-02.3 CONSTRUCTION REQUIREMENTS..........................................................133 8-02.3(4) Preparation, Cultivation, and Cleanup..................................... 133 8-02.5 PAYMENT.............................................................................................. 134 .. 8-04 CURB, GUTTERS,AND SPILLWAYS (REVISED SECTION,PROJECT NO. SWP 27-2711)..................................................................................................134 8-04.1 DESCRIPTION......................................................................................... 134 v rr 8-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 135 8-04.3(3) Width of Replacement(New Section, Project No. SWP 27-2711)................................................................................... 135 8-04.5 PAYMENT.............................................................................................. 135 8-09 RAISED PAVEMENT MARKERS............................................................................135 r 8-09.5 PAYMENT.............................................................................................. 135 8-13 MONUMENT CASES..................................................................................................135 8-13.1 DESCRIPTION......................................................................................... 135 .N 8-13.3 CONSTRUCTION REQUIREMENTS.......................................................... 136 8-13.4 MEASUREMENT..................................................................................... 136 8-13.5 PAYMENT.............................................................................................. 136 8-14 CEMENT CONCRETE SIDEWALKS......................................................................136 8-14.3(4) Curing...................................................................................... 136 8-14.4 MEASUREMENT..................................................................................... 137 8-14.5 PAYMENT.............................................................. ............................... 137 • 8-17 IMPACT ATTENUATOR SYSTEMS........................................................................137 8-17.5 PAYMENT.............................................................................................. 137 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL............138 .. 8-20.2(1) Equipment List and Drawings................................................. 138 8-21 PERMANENT SIGNING(ADDED SECTION,PROJECT NO. SWP 27- 2711)..........................................:..............................................................................138 8-21.3(5) Sign Relocation........................................................................ 138 8-21.5 PAYMENT.............................................................................................. 139 8-22 PAVEMENT MARKING............................................................................................139 8-22.1 DESCRIPTION......................................................................................... 139 8-22.2 MATERIAL............................................................................................. 140 8-22.3(5) Installation Instructions............................................................ 141 8-22.5 PAYMENT ................................. 141 ■r ............................................................. 8-23 TEMPORARY PAVEMENT MARKINGS...............................................................141 8-23.5 PAYMENT.............................................................................................. 141 9-03 AGGREGATES............................................................................................................142 .. 9-03.8(2) HMA Test Requirements......................................................... 142 9-03.8(7) HMA Tolerances and Adjustments.......................................... 142 9-03.10 AGGREGATE FOR GRAVEL BASE (REVISED SECTION,PROJECT No. SWP 27-2711)............................................................................... 142 9-03.22 CONTROLLED DENSITY FILL(NEW SECTION,PROJECT NO. SWP 27-2711)................................................................................................ 143 9-03.22(1) Materials Description........................................................... 143 9-03.22(2) Proportioning....................................................................... 143 9-03.22(3) Placement................................................................................. 144 rrr 9-03.22(4) Compaction..............................................................................144 9-03.22(5) Protection................................................................................. 144 9-03.22(6) Testing..................................................................................... 144 9-03.22(7) Payment.................................. ................................................. 145 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS...............................145 9-05.4 STEEL CULVERT PIPE AND PIPE ARCH(RC)......................................... 145 9-05.7 CONCRETE STORM SEWER PIPE............................................................ 145 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC) ......................... 145 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)..................................145 r vi .r 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)..................... 146 9-05.12(3) CPEP Sewer Pipe(New Section, Project No. SWP 27- 2711 ........................................................................................ 146 9-05.13 DUCTILE IRON SEWER PIPE(DI)(REVISED SECTION, PROJECT NO. SWP 27-2711)............................................................................... 146 9-05.13 STEEL ENCASEMENT PIPE(NEW SECTION, PROJECT NO. SWP 27-2711)................................................................................................ 146 9-14 EROSION CONTROL AND ROADSIDE PLANTING(REVISED SECTION,PROJECT NO. SWP 27-2711)..........................................................146 9-14.1(3) Topsoil Type C........................................................................ 146 9-14.8 CLEANING(NEW SECTION, PROJECT N0. 27-2711)............................. 147 .. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..................................147 9-23.9 FLY ASH(RC)....................................................................................... 147 9-30 WATER DISTRIBUTION MATERIALS..................................................................147 9-30.1(1) Ductile Iron Pipe...................................................................... 147 9-30.3(1) Gate Valves(3inches to 12 inches).......................................... 147 9-30.3(3) Butterfly Valves....................................................................... 148 9-30.3(5) Valve Marker Posts.................................................................. 148 9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 149 9-30.3(8) Tapping Sleeve and Valve Assembly...................................... 149 9-30.3(9) Blow-Off Assembly(New Section, Project No. SWP 27- M 2711)........................................................................................ 149 9-30.6(4) Service Fittings........................................................................ 149 9-30.6(5) Meter Setters............................................................................ 150 aw r r Y i VII r 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 foregoing amendments to the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Section 1-01.2(2)is supplemented with the following: HMA Hot Mix Asphalt Conn. Connection CPEP Corrugated Polyethylene Pipe .. E East Ex, Exist Existing FOB Freight on Board ID Inside Diameter Inv. Invert MON Monument MUTCD Manual on Uniform Traffic Control Devices �. N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete PVC Polyvinyl Chloride Pipe R/W Right-of-Way •• S South SS Sanitary Sewer or Side Sewer W West .. 1-01.3 Definitions Project No.SWP 27-2711 Page 1 r SPECIAL PROVISIONS - Continued Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of God. VP Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. f Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in ,. properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids. �r Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. s Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. .s Contract Completion Date: The date by which the work is contractually required to be completed. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer w Page 2 Project No.SWP 27-2711 r MW SPECIAL PROVISIONS - Continued The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works proj ect. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed,or of materials furnished or being furnished by Contractor. Or Equal aw Where the term"or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond .. Same as"Contract Bond"defined in the Standard Specifications. .. Plans The contract plans and/or standard plans which show location, character, and dimensions of WW prescribed work including layouts,profiles, cross-sections, and other details. Plans may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or"Standard Details" generally used in specifications refers to drawings bound either 'IT with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install"as specified and shown in the Plans. Secretary,Secretary of Transportation Project No.SWP 27-2711 Page 3 SPECIAL PROVISIONS - Continued �r 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 air 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. .r State The State of Washington acting through its representatives. The State shall also refer to The City ar of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions i Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility • Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables,pipelines, conduits, ducts, sewers, or storm drains. a► 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications Section 1-02.2 is deleted and replaced with the following: up See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for prebid information. 1-02.4 Examination of Plans,Specifications, and Site Work r Section 1-02.4 is supplemented with the following: (******) 1-02.4(1) General Page 4 Project No.SWP 27-2711 i SPECIAL PROVISIONS - Continued Locations of existing utilities shown on the Plans are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades,and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and underground utilities)at or contiguous to the site or otherwise which may affect cost,progress, or .w performance of the work and which the Bidder deems necessary to determine its Bid for performing the work in accordance with the time, price, and other terms and conditions of the Contract Documents. The Bidder shall be responsible for all costs associated with these „W additional examinations including all restoration work and damages that may result of such investigation. .. 1-02.5 Proposal Forms Delete the first sentence of Section 1-02.5 and replace with the following: IM The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the"Proposal"and"Schedule of Prices." 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. Y.. 1-02.6(1) Proprietary Information(New Section,Project No. SWP-27-2711) 1-02.6(1) is a new section. Vendors should, in the bid proposal, identify clearly any material(s) which constitute"(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. Project No.SWP 27-2711 Page 5 SPECIAL PROVISIONS - Continued 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids • Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City, at its discretion, reserves the s right however to award all or any schedule of a bid to the lowest responsive,responsible bidder. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: JW The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract +�► Section 1-03.3 is revised and supplemented as follows: .r Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to Page 6 Project No.SWP 27-2711 rIl SPECIAL PROVISIONS - Continued a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. ..• When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and .,. business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents,Plans,Special Provisions Specifications,and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence(e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement w„ 6. Amendments to the Standard Specifications, 7. 2006 WSDOT Standard Specifications for Road, Bridge and Municipal Construction 8. Contracting Agency's Standard Plans(if any) w 9. WSDOT Standard Plans for Road, Bridge and Municipal Construction 1-04.3(1) Contractor-Discovered Discrepancies(New Section,Project No. SWP 27- "'' 2711) Section 1-04.3 is a new section: Upon receipt of award of contract, Contractor shall carefully study and compare all the aw 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 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 Project No.SWP 27-2711 Page 7 SPECIAL PROVISIONS - Continued construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check air 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. 1-04.3(2) Project Coordination w 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 Owner, and any public or private utilities that may be involved. 1-04.4 Changes .r The last two paragraphs are replaced with the following: ■r 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. w 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented with the following: Payment or credits for changes may be made under the bid item "Minor Changes." At the discretion of the Owner, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Changes. The agreement for the Minor Changes will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Changes,the Contractor may protest the order as provided in Section 1-04.5. y Payment or credits will be determined in accordance with Section 1-09.4. For the purpose of providing a common proposal for all bidders, the Owner has entered an amount for "Minor Changes"in the Proposal to become a part of the total bid by the Contractor. 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. Page 8 Project No.SWP 27-2711 wo- SPECIAL PROVISIONS - Continued .r 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 aw pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required •� survey work, including such work as mentioned in Special Provisions Section 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in"Contractor Supplied Surveying,"per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Special Provisions 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 w. Project No.SWP 27-2711 Page 9 uw SPECIAL PROVISIONS - Continued 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 Special Provisions 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 Special Provisions 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. rr 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. sr 1-05.4(3) Contractor Supplied Surveying(New Section,Project No.SWP 27-2711) Section 1-05.4(3) is a new section: When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the .� survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and Special Provisions Section 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. ar 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. .r 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. • Page 10 Project No.SAT 27-2711 SPECIAL PROVISIONS - Continued 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"Construction Surveying, Staking and As-built Drawings." 1-05.4(4), Contractor Provided As-Built Information(New Section,Project .. No. SWP 27-2711) Section 1-05.4(4)is a new section: 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 WIN trenches, 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 WW and elevation each major item of work done under this contract per the survey standard of Special Provisions Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side .. Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets, Gas Lines,and Communication Lines. or 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 ,r„ 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. 'W All costs for as-built work shall be included in the contract item "Construction Surveying, Staking and As-built Drawings"lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with •• the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case,Owner may store removed material. Project No.SWP 27-2711 Page 11 Mr SPECIAL PROVISIONS - Continued • If Contractor does not pay the cost of such removal and storage within 10 calendar days from the W 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 r 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 r' 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 !w 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 1-05.7"Removal of Defective and 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. s 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 M formal contract is entered into for such materials. 1-05.11 Final Inspection ao 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so ~` notify the Engineer and request the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: r 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. Page 12 Project No.SWP 27-2711 9M SPECIAL PROVISIONS - Continued VW 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. r, Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection Date When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The .. Engineer 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, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing , of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing .,. Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of Project No.SWP 27-2711 Page 13 w SPECIAL PROVISIONS - Continued • 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 ar The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves ' acceptance of the Contract. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: r 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 w shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area M are: Puget Sound Energy(gas and electric) AT&T Broadband Qwest Communications City of Renton(water, sewer, transportation) Private contractors employed by adjacent property owners M The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. ■r 1-05.18 Contractor's Daily Diary(New Section,Project No. SWP 27-2711) s Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and rr 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. we At a minimum,the diary shall show on a daily basis: .r 1. The day and date. go Page 14 Project No.SWP 27-2711 W SPECIAL PROVISIONS - Continued 2. The weather conditions, including changes throughout the day. .. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of "" photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, IM incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner,or any third party in any manner. VW 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. ,o, 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. 'M 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. «. 11. Entries to verify the daily(including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. VM 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 proj ect. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record,but they must be signed, dated,and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of Project No.SWP 27-2711 Page 15 ■rr SPECIAL PROVISIONS - Continued to 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 ar any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction 40 Report. 1-06 CONTROL OF MATERIAL ■r 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: r' The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall .r 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 rr Section 1-06.2(1)is supplemented a follows: (******) �r 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 s 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. .r 1-06.7 Shop Drawings and Submittals(New Section,Project No. SWP 27-2711) 1-06.7(1) General(New Section,Project No. SWP 27-2711) Shop drawings 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. rr Page 16 Project No.SAT 27-2711 • SPECIAL PROVISIONS - Continued 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 for by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawings 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 w. 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(New Section,Project No. SWP 27-2711) Submit five copies of each submittal to the Owner. Shop drawings and submittals shall be low submitted on 8-1/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: •. 1. Proj ect 2. Contractor 3. Owner 4. Applicable specification and drawings reference 5. 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 6. A place for the Owner to place a 3-inch by 4-inch review stamp 7. Shop or equipment drawings, dimensions, and weights +� 8. Catalog Information 9. Manufacturer's specifications 10. Special handling instructions ow Project No.SWP 27-2711 Page 17 r�r SPECIAL PROVISIONS - Continued r 11. Maintenance requirements 12. List of Contract exceptions 13. Other information as required by the Owner 1-06.7(3) Review Schedule(New Section,Project No. SWP 27-2711) Shop drawings and submittals will be reviewed as p g promptly as possible and transmitted to Contractor not later than 14 working days after receipt by the Owner. 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 extras are remaining. .r 1-06.7(4) Substitutions(Additional Section) Any product or construction method that does not meet these Specifications will be considered a • substitution. Substitutions must be approved by the Owner prior to their installation or use on this Project. 1-06.7(4)A After Contract Execution(New Section,Project No. SWP 27-2711) Within 30 days after the date of the Contract execution, the Owner will consider formal requests from the 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 1D provided. In making a request for substitution, the 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. The Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. The Contractor waives all r claims for additional costs related to substitutions that consequently become apparent. 1-06.7(5) Submittal Requirements(New Section,Project No. SWP 27-2711) .r The Contractor shall provide the following submittal items to the Owner. The Contractor shall provide additional submittal information to the Owner if required by the Owner. .r 1-04.12 Proposed Construction Sequence and Schedule 1-04.12 Mobilization/Demobilization Plan 1-04.12 TESC Plan(including Trench Dewatering Plan) [7-17.3(1)D] 1-04.12 Traffic Control Plan 1-04.12 Cleaning and Road Sweeping Plan 1-04.12 Stormwater Bypass Plan •• 1-04.12 Sanitary Sewer Bypass Plan 1-04.12 Shoring Plan Ir Page 18 Project No.SWP 27-2711 • SPECIAL PROVISIONS - Continued 1-04.12 Stormwater Pollution Prevention Plan 1-04.12 Spill Prevention, Control and Countermeasures Plan(1-07.15) 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials 7-04.2 Storm Sewer Pipe Materials �— 7-05.2 Manhole and Catch Basin Materials 7-17.2 Steel Sewer Encasement Materials 7-17.3(1)B Pipe Bedding Materials .. 7-17.3(1)C Pipe Foundation Materials 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 8-01 Erosion Control Materials low 8-02 Roadside Planting 8-04 Curb and Gutter 8-14 Cement Sidewalk 9-03.22 Controlled Density Fill 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and .. progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural •. resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. ,., In the event that potential cultural resources are discovered during subsurface excavations at the site of construction,the following procedures shall be instituted: aw 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction at the location of such potential cultural resources find. Project No.SWP 27-2711 Page 19 SPECIAL PROVISIONS - Continued tr 2. If archaeological findings include human remains, the Owner shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer(SHPO)to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Owner to assess the significance of these potential cultural resources and make recommendations to the State Historic Preservation Officer. If the archaeologist, in consultation with the State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. Suspension of work at the location of the find shall not be grounds for any claim by the .r Contractor unless the suspension extends beyond the Contract working days allowed for the Project, in which case the Owner will make an adjustment for increased cost of performance of the Contract. 1-07.2(1) State Sales Tax Section 1-07.2(1)is supplemented with the following: The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. 4W Payment of sales tax to the Washington State Department of Revenue is, under this Contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of 1W sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. • 1-07.5 Wildlife,Fisheries, and Ecology Regulations(New Section,Project No. SWP 27-2711) rr The Contractor shall comply with all permits obtained by the Owner. The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The Owner will not make additional compensation for any changes or fines due to the Contractor's violation of construction provisions. ■r 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: 4r The Contractor shall meet the required provisions of all permits. The Contractor shall not use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the w. waters of the State or materials from gravel or sand bars, or from streambeds. The Contractor shall comply with all requirements in said permit documents and all costs shall be included in the various unit and lump sum prices bid. ow Page 20 Project No.SWP 27-2711 0 "W SPECIAL PROVISIONS - Continued UM 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: �-- The permits, easements, and right of entry documents that have been acquired are available for inspection and review. .. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits,permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under ` franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. r— 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: law Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and MW lower tier subcontractors,regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliance New Section(Project No. SNAP 27-2711) Section 1-07.11(11) is a new section: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance." A copy of this document `W will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as Project No.SWP 27-2711 Page 21 SPECIAL PROVISIONS - Continued • ar amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. 4W 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 40 subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,and this Special Provision. ■r 1-07.13(l) General ar Section 1-07.13(1)is supplemented as follows: Whether or not there appears here or elsewhere herein specific reference to guarantees of all 1W items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop UV or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition to grade. s This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their • existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair,the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. .r No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer the contractor shall be able to overcome them. rr 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams , and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. ■r • Page 22 Project No.SWP 27-2711 • UW SPECIAL PROVISIONS - Continued TM 1-07.16(1) Private/Public Property Section 1-07.16(1)is supplemented by adding the following: �— The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The ... contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 24 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. sw 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 w. the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. Project No.SWP 27-2711 Page 23 `r ■r SPECIAL PROVISIONS - Continued The Contractor shall use rubber wheel equipment similar to the small tractor-type 40 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 M 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. ow 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 6`h floor, Renton City Hall, 1055 South Grady Way. w 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: w Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness ~ thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. r All utility valves, manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or • darkness). w Page 24 Project No.SWP 27-2711 • SPECIAL PROVISIONS - Continued Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area,have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. .. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any other 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 for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing .. Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other work. The Contractor shall submit all potholing requests to the .� Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. VM In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,and elsewhere in the Contract Documents. Project No.SWP 27-2711 Page 25 SPECIAL PROVISIONS - Continued �r Payment Mr Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. 40 1-07.17(1) Interruption of Services(New Section,Project No.27-2711) Section 1-07.17(1) is a new section: "r Whenever in the course of the construction operation it becomes necessary to cause an outage of • utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration 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. M 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. Added Section(Project No. SWP 27-2711) or 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 below: RCW 19.122 UNDERGROUND UTILITIES r 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 M facilities(1984 c 144 1.) 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out 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 underground facility, penetration, impairment, or r Page 26 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued VON 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 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. 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 change the original road grade or ditch flow line. .�. E. "Excavator"means any person who engages directly in excavation. F. "Identified facility"means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility"means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field-marked with reasonable accuracy. I. "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. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "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 Ow 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. Project No.SWP 27-2711 Page 27 r SPECIAL PROVISIONS - Continued r M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. ■r (1984 c 144 2.) 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 .r 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 ■r the parties. 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. r 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. .r 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 .r Page 28 Project No.SWP 27-2711 go SPECIAL PROVISIONS - Continued immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 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: 1. 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 VAW party failing to perform that obligation shall be 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 AM liability, 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. MW D. In any action brought under this section,the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to Underground Facility — No 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 r. Project No.SWP 27-2711 Page 29 rrir SPECIAL PROVISIONS - Continued to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. .r 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. (198 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 nr A. Any person who violates any provision of this chapter, 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 r 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. r 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 crest any new civil remedies for such damage. (1984 c 144 7.) .r 19.122.080 Waiver of Notification and Marking Requirements .r 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.) 19.122.900 Severability—1984 c 144 If any provisions 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 r Page 30 Project No.S WP 27-2711 r VM SPECIAL PROVISIONS - Continued IM 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. 1W rr Project No.SWP 27-2711 Page 31 ■r SPECIAL PROVISIONS - Continued 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 W may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. .r 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 ■w 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 r Page 32 Project No.SWP 27-2711 Im SPECIAL PROVISIONS - Continued wrongful acts, errors and/or omissions of the Contractor for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed (i.e. pollution liability). Contractor shall Name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed ..� appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. law C. Severability of Interest Clause(Cross Liability) Policy may not be non-renewed, canceled 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. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk aw Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) .. Workers' Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) r Project No.SWP 27-2711 Page 33 ■r rr SPECIAL PROVISIONS - Continued err Umbrella Liability Each Occurrence Limit $1,000,000 ■r General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) r Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two r (2)years after completion of the project. The Contractor shall promptly advise the City of Renton in writing in the event any general "' aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such r+ coverage is in force. 1-07.18(4) Evidence of Insurance r The Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as"additional insureds"under the insurance policies. Within 20 days of award of the contract the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: r 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: .r A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate .r Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". r C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above,the City will accept a written agreement that the consultant's broker will provide the required notification. or Page 34 Project No.SWP 27-2711 we SPECIAL PROVISIONS - Continued 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Use of explosives is not anticipated for this project. Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and �.. such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single- ,, family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. Project No.SWP 27-2711 Page 35 s •r SPECIAL PROVISIONS - Continued When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement r access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.24 Rights of Way Section 1-07.24 is supplemented by adding the following: Street right of way lines, and limits of easements are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. .r The Contracting Agency has obtained all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. r, Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of ar the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. r Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. .r The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using 1, any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. r 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters •• Section 1-08.0 is a new section with subsection: MW Page 36 Project No.S WP 27-2711 ow SPECIAL PROVISIONS - Continued 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. '— Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: • Contractor's plan of operation and progress schedule (3+ copies, submitted 7 days prior to preconstruction meeting per Special Provisions Section 1-08.3) • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) • List of materials fabricated or manufactured off the project • Material sources on the project • Names of principal suppliers • Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project • Cost percentage breakdown for lump sum bid item(s) • Shop Drawings(bring preliminary list) • Traffic Control Plans(3+copies) • Temporary Water Pollution/Erosion Control Plan • Bypass Pumping Plans(Sewer and Stormwater) • Cleaning and Road Sweeping Plan • Stormwater Pollution Prevention Plan • Spill Prevention, Control and Countermeasures Plan In addition,the Contractor shall be prepared to address: sw • Bonds and insurance • Project meetings—schedule and responsibilities • Provision for inspection for materials from outside sources "' • Responsibility for locating/relocating utilities • Responsibility for damage • Time schedule for relocations, if by other than Contractor " • Compliance with Contract Documents • Acceptance and approval of work • Labor compliance,payrolls, certifications Project No.SWP 27-2711 Page 37 r �r SPECIAL PROVISIONS - Continued • Safety regulations for Contractors' and Owner's employees and representatives • Suspension of work, time extensions • Change order procedures • Progress estimates -procedures for payment • Special requirements of funding agencies • Construction engineering,advance notice of special work • Any interpretation of the Contract Documents requested by Contractor • Any conflicts or omissions in Contract Documents .. 0 Any other problems or questions concerning the work • Processing and administration of public complaints • Easements and rights of entry • Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting ■r Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by • Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. .rr Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5- day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or .. after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 5:00 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. .rr Page 38 Project No.SAT 27-2711 SPECIAL PROVISIONS - Continued Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: Project No.SAT 27-2711 Page 39 r SPECIAL PROVISIONS - Continued The order of work except as may otherwise be outlined herein will be at the Contractor's option, in keeping with good construction practice. The work shall be scheduled and constructed in accordance with the various permits and franchise requirements and/or conditions. As a first order of work, the Contractor shall prepare a detailed erosion control plan, Spill r Prevention Control and Countermeasures Plan (SPCC plan), traffic control plan, and project schedule and transmit them to the Contracting Agency within 5 calendar days after the date the date the Contract is executed. All plans must be approved by the Contracting Agency prior to rrr commencing any construction operations. The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack,time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. r 4. Work to be performed by a subcontractor,agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. .. Page 40 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued 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. As a second order of work,the Contractor shall attend a mandatory preconstruction meeting. As a third order of work,the Contractor shall provide material submittals. The Contractor shall also provide a schedule of value for all lump sum bid items. As a fourth order of work, the Contractor shall call 1-CALL and have utilities "marked" in the field by the various utility owners. As a fifth order of work, after the utilities have been"marked," the Contractor shall provide for the photographing of the entire project site. This activity must be completed and the photographs and negatives or digital files delivered to the Contracting Agency as required and further specified in Section 1-04 prior to any excavation, asphalt cutting, mobilization, staging, or any other work items being performed. As a sixth order of work,the Contractor shall furnish and install all temporary facilities, erosion control items, and signs/barricades for detour routes. As a seventh order of work, the Contractor shall pothole existing utilities as specifically noted on the Plans, as well as in other areas the Contractor deems necessary. The Contractor shall pothole the sanitary sewer crossing at Station 15+60 to determine the actual elevation of the existing 18-inch sanitary sewer pipe. The remaining order of work shall be at the Contractor's option, in keeping with generally accepted, good construction practice. However, the Contractor shall coordinate work by others which will affect his production, schedule,mobilization and demobilization efforts. r Project No.SWP 27-2711 Page 41 r SPECIAL PROVISIONS - Continued ■r As a second to last order of work, the Contractor shall submit Record Drawings. After all preliminary and final "punch list" items have been satisfactorily completed, then, as a last order .r of work,the Contractor shall provide post-construction photographs. The Contractor shall conduct the order of work to allow all existing facilities to remain operational except as noted herein during the construction of this project, and to minimize disruption of any utility service. The order of work for the Contract shall be so planned as to complete all work within the time limits established within the Contract Provisions. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is supplemented as follows: Notice to Proceed will be given after the contract has been executed and the contract bond and wr 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 not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.5 Time for Completion •■ The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in"working days", shall begin on the Notice to Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1,Memorial Day, July 4, Labor Day,November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Page 42 Project No.SWP 27-2711 .. SPECIAL PROVISIONS - Continued Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved ■• progress schedule. If the Contractor elects to work 10 hours a day and 4 days a.week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day .� whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report �. will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion,Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1- 05.12. Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of 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. 1-02.4 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. Project No.SWP 27-2711 Page 43 SPECIAL PROVISIONS - Continued r Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to ' complete the original Contract Work on time. 1-08.9 Liquidated Damages •• Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof,Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new section: s The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to .► make use of the Contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of wo the site from the time Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. • 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the work to the end that it .� shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute Page 44 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: .� Lump Sum. The percentage of lump sum work completed,and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. ", The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 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 r Project No.SWP 27-2711 Page 45 r ■r SPECIAL PROVISIONS - Continued w at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. • Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. • Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: •r 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons(stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date,and time of delivery W 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number • 9. Contract number and/or name 1-09.3 Scope of Payment a Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment"clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when • the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would • be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal • Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. • Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or a. 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 .r Page 46 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work,may be made on monthly estimates to the extent allowed. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. 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: .w (******) 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 ow Project No.SWP 27-2711 Page 47 SPECIAL PROVISIONS - Continued r► 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). a 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather • delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be base upon the liquidated dames amount per day se forth in Contract Documents .. multiplied by the number of days the Contractor's approved progress Page 48 Project No.SWP 27-2711 i SPECIAL PROVISIONS - Continued i 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. 4W 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(New Section,Project No.27-2711) Section 1-09.9(3)is a new section: i 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; Project No.SWP 27-2711 Page 49 r SPECIAL PROVISIONS - Continued ■r 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and r 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, 'r 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 r 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 .r 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 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 date 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: w 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. Page 50 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. �. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; w. 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case,all costs shall be borne by the Contractor. Project No.SWP 27-2711 Page 51 "W SPECIAL PROVISIONS - Continued 1-09.14 Payment Schedule(New Section,Project No. 27-2711) General—Scope Payment for the various items listed in the Proposal, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor w (OSHA). The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the Owner. It is the intention of these Specifications that the performance of all work under the bid for each W item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the Proposal but required in the Plans, Specifications, and general construction practice, shall be included in the various bid prices. No separate payment will be made for these items. 1-09.14(1) Basic Bid(New Section,Project No. 27-2711) This section is an outline of the basic bid, which determines the low bidder for this Project. Bid Item 1: Mobilization, Cleanup and Demobilization(LS) The Contractor shall prepare a Mobilization and Demobilization Plan showing the proposed r location for storage of all equipment and material proposed to be located at the site. Any storage within the City right-of-way shall not interfere with the traffic control and erosion control plans, and the use of traffic lanes. The Contractor shall prepare a Work Plan, which shall include the following: 1. Proposed construction sequence and schedule for all major items of work. 2. Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and materials, and the removal of all equipment and materials following the completion of construction and the removal of traffic and erosion controls. 3. Disposal Site: All excess and waste material removed from the site shall be disposed of at a Contractor Provided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. ar Page 52 Project No.SWP 27-2711 w SPECIAL PROVISIONS - Continued 4. Temporary Erosion and Sediment Control Plan for all stages of the Project. The Contractor shall submit a Temporary Erosion and Sediment Control(TESC) Plan that meets the requirements in Section 1-07.15. 5. Traffic Control Plan: The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area, truck and equipment haul routes, and public access during construction. 6. Street Cleaning and Sweeping Plan: The Contractor shall submit a Street Cleaning and Sweeping Plan for controlling mud and dust on any route used by .. trucks or equipment, as noted in the Special Provisions Specifications Section 1- 07.23(1). The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. All areas, including the street and parking lot, shall be cleaned and swept following completion of construction and the removal of traffic and erosion controls. No additional payment will be made for this work. 7. Dewatering Plan: The Contractor shall submit a Dewatering Plan for review and approval by the Owner. 8. Stormwater Bypass Plan: The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for w bypassing flows around existing storm pipe that is taken out of service during construction. 9. Temporary Sanitary Sewer Bypass Plan: The Contractor shall submit a Sanitary Sewer Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around existing sanitary sewer pipes that are taken out of service during construction. 10. Spill Prevention, Control and Countermeasure Plan. 11. Trench Shoring and Excavation Safety Systems Plan: The Contractor shall submit a Trench Shoring and Excavation Safety Systems Plan for review by the Owner. The Contractor shall also submit a Settlement Monitoring Plan. The Work Plan shall be submitted to the Owner for review, revision, and approval within 10 days of the Contract award. Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum. Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and construction of the Project has began; thirty percent (30%) remaining of this item will be included in the estimate issued at the completion of the work provided that all equipment has been removed from the Project, as-built drawings are submitted and approved by the Owner, and the cleanup is acceptable to the Owner. Project No.SWP 27-2711 Page 53 r. SPECIAL PROVISIONS - Continued The lump sum Contract price for Mobilization, Cleanup, and Demobilization shall be full compensation for providing, furnishing, and installing all work and materials necessary to move r or organize equipment and personnel onto the site, provide and place Project sign, provide and maintain support facilities, cleanup the Project site once construction is completed, and obtain all necessary permits, licenses, and bonds. �. Bid Item 2: Construction Surveying,Staking and As-built Drawings(LS) The Contractor shall provide all required survey work and as-built information for the project, including such work as mentioned in Special Provisions Section 1-05.4, 1-11, and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in the Construction Surveying bid item. Measurement for Construction Surveying, Staking, and As-built Drawings shall be per lump sum. • The lump sum Contract price for Construction Surveying, Staking, and As-built Drawings shall be full compensation for furnishing all materials, labor, tools, and equipment necessary as provided in the Special Provisions Sections 1-05.4 and 1-11. Payment for this item will be prorated over the construction period. Bid Item 3: Traffic Control(LS) w Traffic Control shall be meet the requirements of Special Provisions Section 1-10. The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area,truck and equipment haul routes, and public access during construction. Actual work hours will be approved in the Traffic Control Plan. The Contractor shall be responsible for complying with the noise variance requirements as outlined in the Contract • Documents. The Owner may revise the work hours to address traffic problems or neighborhood complaints. a. This bid item includes all Traffic Control needed for work during and outside of normal working hours. Work for the Sanitary Sewer Crossings and Water Main Relocation may be outside of normal working hours. �r All adjustments to the Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Traffic Control shall be per lump sum. The lump sum Contract price for Traffic Control shall be full compensation for all materials, .r labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic control during the duration of construction, including temporary pavement markings, mobilization and demobilization. +. Payment for this item will be prorated over the construction period. •r Page 54 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued Bid Item 4: Temporary Water Pollution/Erosion Control (LS) The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets the requirements in Section 1-07.15. The Contractor shall also prepare a Stormwater Pollution Prevention Plan in conjunction with an erosion control plan and submit it to the Owner for review and approval. The plan shall be based upon the Department of Ecology's Stormwater Management Manual for Western Washington(February 2005),proper construction practices and +� the requirements in Section 1-07.15. After the erosion control system is installed,the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments to the TESC Plan are considered incidental and no additional payment will be made for adjustments. UW Measurement of Temporary Water Pollution/Erosion Control shall be per lump sum. The lump sum Contract price for Temporary Water Pollution/Erosion Control shall be full ow compensation for all materials, labor, tools, and equipment required to prepare a temporary water pollution and erosion control plan and furnish, install, and maintain the temporary erosion control measures as shown on the Plans, as specified in the Special Provisions, and as directed and WW approved by the Owner. Payment for this item will be prorated over the construction period. Bid Item 5: Dewatering(LS) ,.. Dewatering shall meet the requirements of Special Provisions Section 7-08.3(1)D. The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The plan shall be based on the information provided in the Geotechnical Report shown in the Contract Documents, Special Provisions Section 7-08.3(1)D and proper construction practices. After the dewatering plan is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate water in the construction area, and any erosion and discharge of sediment-laden low water. All groundwater encountered during construction shall flow through an on-site settling tank or other approved filtration system prior to discharging into the sanitary sewer system or other area as approved by the Owner. All adjustments to the Dewatering Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Dewatering shall be per lump sum. The lump sum Contract price for Dewatering shall be full compensation for all materials, labor, tools, and equipment required to prepare, furnish, and install dewatering measures as shown on the Plans, and as directed and approved by the Owner, and as specified in the Special Provisions. Project No.SWP 27-2711 Page 55 VON SPECIAL PROVISIONS - Continued �r Payment for this item will be prorated over the construction period. �r Bid item 6: Temporary Stormwater Bypass(LS) The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around the existing storm system that is taken out of service during construction. The Contractor shall provide a stormwater bypass system designed for a 25-year peak flow of 110 cfs. The 2-year peak flow is estimated as 70 cfs. W Dry condition base flow is estimated between 5 and 10 cfs. The Stormwater Bypass System may utilize pumps, gravity flow,or a combination of both. so This item also includes temporary bypass of any flows in the creek when constructing the new outfall, channel restoration, and bank stabilization, and any flows from catch basins and other storm systems in the project area. All Work in the stream shall meet the permit requirement of 4W the Department of Fish and Wildlife HPA, and Army Corp of Engineers Permits. Discharge of by-pass flows shall be as far upstream in the creek as practical and shall be completed in such a way to not dewater the receiving waters. .r The Contractor shall be responsible for maintaining the bypass at all times when the existing storm system is out of service. The Contractor shall be prepared to respond immediately if a problem develops with the bypass system and flooding starts to occur. The Contractor shall provide a 24-hour contact for emergency response. The Contractor shall be responsible for all costs, damages, and claims that may result from failure of the bypass system. All adjustments to the Stormwater Bypass Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Temporary Stormwater Bypass shall be per lump sum. wr The lump sum Contract price for Temporary Bypass Pumping shall cover the complete cost of furnishing, installing, and removing adequate pumps, pipes, hoses and other equipment necessary to bypass stormwater as need during construction. Payment for this item will be prorated over the construction period. .r Bid Item 7: Trench Shoring and Excavation Safety Systems(LS) The Contractor shall submit a Trench Shoring and Excavation Safety Systems Plan for review by .r the Owner. The plan shall be based on the information provided in the Geotechnical Report shown in the Contract Documents, Special Provisions Section 7-08.3(1)B and proper construction practices. .r The Contractor shall take extra precautions to protect the existing sanitary sewer lines from damage. Page 56 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued Trench Excavation Safety Systems shall comply with WAC 296-155 Part N, Standard Specifications Section 2-09.3(3), Special Provision Section 7-08.3(1)B, and all other applicable State and Federal regulations. The Contractor shall submit a Settlement Monitoring Plan as specified in Special Provisions Section 7-08.3(1)E, and shall be responsible for settlement monitoring throughout project construction. +� The Contractor shall be responsible at all times for the inspections, safety, maintenance, and adequacy of the Trench Shoring and Excavation Safety Systems. .� All adjustments to the Trench Shoring and Excavation Safety Systems Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. The lump sum Contract price for Trench Shoring and Excavation Safety Systems shall cover the complete cost of furnishing, installing, and removing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sloughing, soil loss, damage to pavement, structures,utilities, and ground adjacent to the excavation. Payment for this item will be prorated over the construction period. Bid Item S: Locate,Relocate,and Protect Existing Utilities(LS) .W Locate, Relocate, and Protect Existing Utilities shall meet the requirements of Special Provisions Section 1-07.17. This item includes coordination with private utility companies and relocating private utility lines and conduits as shown on the Plans, and as determined in the field. The Contractor shall pot-hole sanitary sewer crossings (2), water lines (2), and private utilities as shown on the Plans. For bidding purposes the gas line and telephone cables/conduit shall be assumed to be relocated from Stations 12+50 to 13+80. The work includes clearing surface obstructions, removing pavement and sidewalk, trench excavation, excavation safety systems, providing and placing empty conduit ... and vaults per utility specifications, trench bedding, and backfill and compaction after the private utility has been relocated. -' Measurement of Locate and Protect Existing Utilities shall be per lump sum. The lump sum Contract price for Locate, Relocate, and Protect Existing Utilities shall be full compensation for locating and/or protecting all existing utilities, as may be required for the fulfillment of all requirements of Special Provisions Section 1-07.17. This shall include, but is not limited to all costs of digging exploratory pits and protecting/restraining existing utilities .� during excavation including but not limited to the water, sewer, gas, power, telephone, fiber optics and storm drainage lines. Payment for this item will be prorated over the construction period. r Project No.SWP 27-2711 Page 57 WW SPECIAL PROVISIONS - Continued Bid Item 9: Removal of Structures and Obstructions (LS) rr Removal of Structures and Obstructions shall meet the requirements of Special Provisions Section 2-02.1. This bid item shall also include the removal, replacement, and/or relocation of surface features not included under other bid items. These features include but are not limited to mailboxes, utility boxes and vaults, power poles, sidewalks, driveways, pavement, curbs, and other wr miscellaneous material that requires removal for project construction. Measurement of Removal of Structure and Obstruction shall be per lump sum. , The lump sum Contract price for Removal of Structure and Obstruction shall be full compensation for furnishing all tools, labor, equipment, materials and incidentals necessary for removing, relocating, wastehauling disposal and delivery of items as noted on the Plans and as described in Special Provisions Section 2-02.1. Payment for this item will be prorated over the construction period. • Bid Item 10: Remove/Relocate Existing Signing(LS) .r Remove/Relocate Existing Signing shall meet the requirements of Standard Specifications and Special Provisions Section 8-21, and as shown on the Plans and as directed by the Owner. This item includes providing, installing, and removing the City Project Signs per the City of Renton Sign Detail. s Measurement for Remove/Relocate Existing Signing shall be per lump sum. The lump sum Contract price for Remove/Relocate Existing Signing shall be full compensation for all materials, labor, tools, and equipment required to furnish, install, remove, and/or relocate existing signing. Bid Item 11: Relocate 12-Inch Water Main (LS) Relocate 12-inch Water Main shall meet the requirements of Special Provisions Section 7-09, 7- 12, and as shown on the Plans and Details. .r Parts of the Water Main Relocation work will need to be performed outside of normal working hours. Water service to the Triton Tower One building may be shut off only between 10:30 p.m. and 6:00 a.m., Monday thru Thursday. Water may also be shut off to the Triton Tower One Building on Sundays, except the 2°d Sunday of the month. All connections to existing water mains shall be done by City Forces Special Provisions Section • 7-09. �r Page 58 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued The Contractor shall submit the proposed schedule for water main shutoffs, and all water main work requiring City Forces, at least two weeks in advance. The shutoffs and schedule are subject to approval by the City. The City may require the Contactor to revise the proposed schedule if it can not be accommodated by the surrounding business owners or City Forces. The Contractor shall not claim any additional costs for delays if the schedule is revised by the City. The Contractor shall have all materials needed for water main shutoff and work on site and ready for inspection by the City at least 2 days ahead of each proposed shutoff. If the materials are not satisfactory the City may postpone the shutoff and work until the Contractor has satisfactory materials on site. The Contractor shall not claim any additional costs for delays if the shutoff is postponed. This item includes all materials, tools, equipment, and labor needed to install the Concrete Deadman Anchors and Thrust Blocks shown on the Plans and required for construction. This item includes all materials, tools, equipment, and labor needed for Hydrostatic Pressure Tests, Flushing and Poly-pigging,disinfecting,testing, and final connection. VW Measurement for Relocate 12-Inch Water Main shall be per lump sum. The lump sum Contract price for Relocate 12-Inch Water Main shall be for full compensation of all materials, tools, labor, and equipment required to complete the relocation and replacement of the 12-inch water main as shown on the contract plans and specifications including, but not limited to: potholing existing utilities, sawcutting, dewatering, excavation, trench safety systems, haul and disposal of excess or waste material, removing and disposing of existing water mains, furnish and install new ductile iron pipe of the size and type shown, polyethylene encasement, special fittings, valves of the size and type shown, valve nut extensions, valve boxes and covers, laying and joining pipes, fittings, tees, horizontal and vertical bends, couplings, sleeves, temporary blow-offs, shackle rods, concrete blocks and deadman blocks, reinforcing steel, anchor bolts, necessary form work, foundation and bedding material, pipe bedding, backfill, compaction, testing, flushing, ploy-pigging, disinfecting, coordination with City Forces for the cut-in of isolation valves, final connection to existing water mains, adjustment of valves to final grade, and cleanup. •— Bid Item 12: Precast 4' x 6' Box Culvert(inel. bedding)(LF) Precast 4'x 6'Box Culvert shall meet the requirements of Special Provisions Section 6-02, and as .. show on the Plans. Gravel bedding material (pipe bedding) shall be Gravel Backfill for Walls per Standard Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the unit price bid for box culvert in place. Controlled Density Fill (CDF)will be used for bedding as shown on the Plans and determined by the Engineer in the field. Payment for CDF will be under a separate bid item. Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment Project No.SWP 27-2711 Page 59 Ow �r SPECIAL PROVISIONS - Continued for excavated trench backfill shall be included in the unit price bid for Precast 4'x 6' Box Culvert in place. ■r Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill." Measurement of Precast 4' x 6' Box Culvert shall be per lineal foot along the invert centerline of the culvert from end to end of the finished installed culvert length, from inside wall of each ,r manhole or structure to the inside wall of the next manhole or structure. The unit Contract price per lineal foot of Precast 4' x 6' Box Culvert shall be full compensation .r for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. r Bid Item 13: Precast or Cast-in-Place Box Culvert Angle Points/Connections(LS) Precast or Cast-in-Place Box Culvert Angle Points/Connections shall meet the requirements of rr Special Provisions Section 6-02, and as show on the Plans. This item includes all access risers and fittings. Gravel bedding material (pipe bedding) shall be Gravel Backfill for Walls per Standard Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the unit price bid for box culvert in place. • Controlled Density Fill (CDF)will be used for bedding as shown on the Plans and determined by the Engineer in the field. Payment for CDF will be under a separate bid item. 4W Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for the angle points/connections in place. Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill." r Measurement of Precast or Cast-in-Place Box Culvert Angle Points/Connections shall be per lump sum. The unit Contract price per lump sum of Precast or Cast-in-Place Box Culvert Angle Points/Connections shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as reinforcement, forming, special .. fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning,etc. �w r Page 60 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued Bid Item 14 Bank Run Gravel for Trench Backfill(TN) Bank Run Gravel shall meet the requirements of Standard Specification 9-03.19. .,. This item will be used only when material from trench and structural excavation is unsuitable for use as backfill and the use of imported backfill is approved by the Owner. Measurement for gravel trench backfill will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Bank Run Gravel for Trench Backfill shall be per ton. The unit Contract price per ton for Bank Run Gravel for Trench Backfill shall be full compensation for all materials, tools, labor, equipment and incidentals for processing, hauling, placing and compacting the materials as specified or as directed by the Owner. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. .,� Payment shall be made according to payment limits as shown on the Plans. No payment shall be made for costs due to over-excavation and subsequent backfill, unless the Owner determines that the over-excavation could not be avoided. Over-excavation is defined as trenching outside the maximum trench or excavation width. Bid Item 15 Unsuitable Foundation Excavation,Incl.Haul(CI) This item will be used when the soil in the bottom of the trench is unsuitable, and excavation and placement of CDF is approved by the Owner. All excess and waste material removed from the site shall be disposed of at a Contractor Provided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by truck in the hauling vehicle at the point of loading. The quantity for this item is included to provide a .. common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement may also be by physical measurement of the excavated area by the Contractor in the presence of the Owner or Engineer. Any area measured shall be recorded on the redlined aw plans maintained by the Contractor, and a copy shall immediately be provided to the Owner. The unit Contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul shall be full compensation for excavating, loading,hauling and disposing of the material. M Project No.SWP 27-2711 Page 61 SPECIAL PROVISIONS - Continued r Bid Item 16: Light Weight Controlled Density Fill(CY) Controlled Density Fill(CDF)shall meet the requirements of Special Provision Section 9-03.22. „r CDF for this item shall be used to replace unsuitable soils in the bottom of the excavation for the box culvert,and at other locations as directed by the Engineer. • Measurement for Light Weight Controlled Density Fill (CDF) shall be per cubic yard of CDF in place. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. Depending on site conditions, .r the amount of this item may be zero (0). The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. .r The unit price bid per cubic yard for Light Weight Controlled Density Fill shall be full compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. .r Bid Item-U, Sanitary Sewer Encasement—Station 13+18(LS) • Measurement for Sanitary Sewer Encasement—Station 13+18 shall be per lump sum. The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full compensation to provide and install the sewer encasement including for the following: • 12 in. Dia. C900 sanitary sewer pipe • 24 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps • 12 in. flexible coupling • The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows around existing sanitary sewer pipe that is taken out of service during construction. The system shall be designed for an estimated dry-weather peak flow of 0.52 cfs and a potential wet-weather peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the bypass system is incidental to this bid item. .r The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of the pipe and compacted to 95% maximum density per ASTM D1557. r Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to • • Page 62 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. r Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill." The lump sum Contract price for Sanitary Sewer Encasement—Station 9+78 shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, etc. required to reconnect the existing sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. Bid Item 18: Sanitary Sewer Encasement—Station 15+58(LS) .. Measurement for Sanitary Sewer Encasement—Station 15+58 shall be per lump sum. The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full compensation provide and install the sewer encasement including for the following: _ • 18 in. Dia. C900 sanitary sewer pipe • 36 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps • 18 in. flexible coupling The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows around existing sanitary sewer pipe that is taken out of service during construction. The system shall be designed for an estimated dry-weather peak flow of 0.52 cfs and a potential wet-weather peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the bypass system is incidental to this bid item. The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21. ,.. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of the pipe and compacted to 95%maximum density per ASTM D1557. Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Project No.S WP 27-2711 Page 63 � r SPECIAL PROVISIONS - Continued • Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill." The lump sum Contract price for Sanitary Sewer Encasement—Station 9+78 shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, etc. required to reconnect the existing sewer main and associated side sewers encountered during .r construction of the new storm sewer line as shown on the Plans. Bid Item 19: Plug and Fill Existing Storm System This item addresses abandoning the existing 42-inch storm pipe by filling with CDF and installing concrete plugs and filling it with CDF. Plugs will be at the locations shown on the plans and will meet the requirements of Standard Specification Section 7-08.3(4). CDF will be pressure pumped into each pipe segment to completely fill the pipe. CDF will be Class A, and will meet the requirement of Special Provision Section 9-03.22 This bid item includes all concrete, forms, CDF, and other materials need for the work. All costs Trench Excavation Safety Systems and Dewatering shall be included under those bid items. to This item also includes all other concrete plugs for small utility pipes such as water mains and storm pipes. Concrete plugs shall meet the requirements of Standard Specifications Section 7- 08.3(4). Native soil excavated from the trench shall be used as excavated trench backfill if it meets the • specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for this bid item. Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid"Bank Run Gravel for Trench Backfill." Measurement for Plug and Fill Existing Storm System shall be per lump sum. The lump sum Contract price for Plug And Fill Existing Storm System shall be for full • compensation of all materials, tools, labor, and equipment required to plug and fill the existing pipes as shown on the contract plans and specifications including, but not limited to: excavation, trench safety systems, dewatering, haul and disposal of excess or waste material, removing and ,. disposing of existing pipes,backfill, compaction,placement of fill to final grade, and cleanup. Payment for this item will be prorated as the item is completed. • Page 64 Project No.SWP 27-2711 �Ilf SPECIAL PROVISIONS - Continued Bid Item 20 Sawcutting(LF) Sawcutting shall meet the requirements of Special Provisions Section 2-02.3(4). The City will allow one sawcut for the initial trench work and one sawcut for final trench patch or overlay. Any additional sawcutting will be considered incidental, and will not be measured and paid. Measurement of Sawcutting shall be per linear foot of pavement or concrete cut. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per linear foot for Sawcutting shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces regardless of the depth encountered or the material to be saw cut. Bid Item 21: Temporary Cold Mix Asphalt Concrete Patch(TN) This item is for temporary asphalt patches. Permanent trench restoration shall be per City Standard Detail H 032A and as shown on the Plans and as described under the bid item"Hot Mix Asphalt(HMA) Class 1/2"PG-58-22." Cold patch shall be placed,maintained(daily) and removed and wastehauled by the Contractor. Any patches in the street that will not have the final patch placed within 15 days after opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt(HMA). Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Temporary Cold Mix Asphalt Concrete Patch shall be full compensation for removing and disposing of any disturbed pavement at trench edges, furnishing, placing, and maintaining temporary patch consisting of 3 inches of temporary cold mix asphalt during construction. Bid Item 22: Grind Existing Pavement and Parking Lot(SY) This item is for removing asphalt surfaces in the street or parking lots by grinding in preparation for final patch placement, or to overlay damaged sections of street or parking lot. The exact area for Grinding shall be determined by the Engineer at the end of the project. Grinding shall follow the requirements Special Provisions Section 5-06, the City of Renton Trench Restoration and Street Overlay Requirements. The top 2 inches of asphalt shall be ground down and removed. Project No.SWP 27-2711 Page 65 �r SPECIAL PROVISIONS - Continued ■r Sections of pavement may be mechanically removed per Section 8 of the Trench Restoration Requirements. ■r The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The measurement for Grind Existing Pavement and Parking Lot shall be per Square Yard (SY) area where asphalt is ground and removed measured horizontally. .rr The unit Contract price for Grind Existing Pavement and Parking Lot shall be full compensation for all labor, equipment, tools, and materials required to grind the existing asphalt pavement, removal and disposal of all grinding spoils, cleaning of loose materials, etc required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct a grind and / or overlay not performed in accordance with specifications. .r Bid Item-23— Crushed Surfacing Top Course(TN) Crushed Surfacing Top Course shall meet the requirements of Standard Specification 9-03.9(3). The unit Contract price per ton for Crushed Surfacing Top Course shall be full compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of W Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Owner. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Measurement of Crushed Surfacing Top Course shall be per ton. Measurement for crushed gravel surfacing top course will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to • provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. W Bid Item-24, Hot Mix Asphalt(HMA)Class 1/2" PG-58-22 (TN) r The Contractor shall place the permanent trench patch per"Typical patch for Flexible Pavement" (City of Renton Detail H 032A) within 15 calendar days after first opening the trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 15-day period for each section of trench approaches. Any delay of the permanent patch .. placement is subject to the Owner's approval. Any patches in the street that will not have the final patch placed within 15 days after opening the 'r trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt(HMA). ar Page 66 Project No.SAT 27-2711 SPECIAL PROVISIONS - Continued Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for"Hot Mix Asphalt(HMA)Class 1/2" PG-58-22." Measurement of Hot Mix Asphalt(HMA)Class 1/2" PG-58-22 shall be per ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Measurement for furnishing and installing HMA will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more •. than 25 percent. The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-03.9(3) for top course and placed in accordance with Standard Specification Section 4-04.3. Payment for crushed surfacing shall be under the bid item"Crushed Surfacing Top Course." The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full compensation for all labor, materials, equipment,tools, and incidental costs necessary for placing, compacting and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. Bid Item 25: Asphalt Treated Base (TN) r. Asphalt Treated Base shall meet the requirements of Standard Specification 9-03.6. The unit Contract price per ton for Asphalt Treated Base shall be full compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 4-06 in the execution of the work shown in the Plans or as required by the Owner. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Measurement of Asphalt Treated Base shall be per ton. Measurement for Asphalt Treated Base will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Project No.S WP 27-2711 Page 67 SPECIAL PROVISIONS - Continued r Bid Item-26- Cement Concrete Curb and Gutter(LF) Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face of the 'r completed curb including bends. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per lineal foot for Cement Concrete Curb and Gutter shall be full compensation for forms, preparation of subgrade, placement, backfill and compaction, and all other materials,tools, equipment, and labor required for construction as specified on the Plans. Bid Item 27: Cement Concrete Sidewalk(SY) Measurement of Cement Concrete Sidewalk shall be per square yard of the completed sidewalk including bends. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. wr The unit Contract price per lineal foot for Cement Concrete Sidewalk shall be full compensation for forms, preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and labor required for construction as specified on the Plans. Bid Item 28: Sidewalk Ramp Type 4A(EA) This item includes all work needed to remove the existing cement concrete sidewalk and replace it with a Sidewalk Ramp Type 4A. Sidewalk Ramp Type 4A shall conform to WSDOT Standard Plan F-3d, and City of Renton Standard Details. The sidewalk ramp shall be adjusted to fit existing the sidewalk and curb dimensions. The new sidewalk ramp and curb and gutter shall be constructed with separate pours. A monolithic pour is not allowed. This item includes removing, hauling,and disposal of the waste material. This item does not include the curb and gutter in front of the sidewalk ramp, and the pedestrian curb behind the ramp. Those items will be measured and paid under the Remove, Replace Concrete Curb and Gutter bid item. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item(no mileage cost). Crushed Surfacing and Sawcutting will be paid under separate bid items. .r Measurement for Sidewalk Ramp Type 4A shall per each. r Payment for Sidewalk Ramp Type 4A will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. as Page 68 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued i r Bid Item 29 Restore Pavement Markings(LS) Aw Pavement Markings shall meet the requirements of Special Provisions Section 8-22 and Standard Specifications Section 8-22. The measurement for Restore Pavement Markings shall be per lump sum. The lump sum Contract price for Restore Pavement Markings shall be full compensation for all .. labor, equipment, and materials required to furnish and install new pavement markings for all pavement areas affected by the Project including, but not limited to, stop bars, crosswalk striping, centerlines, lane lines, traffic buttons, channelization arrows or other channelization markers, and blue fire hydrant marker buttons. Bid Item 30 Restore Parking Lot Lines (LF) r This item is for restoring all lines in the parking lots that may be affected by construction. The exact area for restoration shall be determined by the Engineer at the end of the project. Painted parking lines shall, be solid white lines and will duplicate the existing parking line locations and width. Pavement Markings shall meet the requirements of Standard Specifications Section 8-22. Paint shall be applied per Section 8-22.3(3). The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The measurement for Restore Parking Lot Lines shall be per Linear Foot of new line. The unit Contract price for Restore Parking Lot Lines shall be full compensation for all labor, equipment, and materials required to furnish and install new parking lot lines for all parking lot _ areas affected by the Project. Bid Item 31: Streambank Stabilization and Restoration(LS) Streambank Stabilization and Restoration shall be as shown on the Plans (Channel Restoration) and shall meet the requirements of Special Provisions Section 2-03. All Work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA, and Army Corp of Engineers Permits. Measurement for Streambank Stabilization and Restoration shall be per lump sum. The lump sum Contract price for Streambank Stabilization and Restoration shall be full compensation for all materials, labor, tools, and equipment required to protect, grade, enhance, and restore the streambank and affected areas as shown on the Plans, as directed by the Owner, Project No.SWP 27-2711 Page 69 SPECIAL PROVISIONS - Continued ■r and as specified in the Special Provisions Section 2-03. All materials, labor, equipment and other items necessary to complete the Streambank Stabilization and Restoration. Bid Item 32: Remove/Restore Existing Landscaping(LS) Remove/Restore Existing Landscaping be as shown on the Plans and shall meet the requirements • of Special Provisions Sections 8-01 and 8-02. This item includes removing and restoring all landscaping in the project area. Features classified as landscaping include all shrubs, trees, planter boxes, structural and non- structural concrete and block walls, structural and non-structural rock walls, sprinkler boxes, yard .r lights,bark and any other plants and structures. Measurement for Remove/Restore Existing Landscaping shall be per lump sum. r The lump sum Contract price for Remove/Restore Existing Landscaping shall be full compensation for all materials, labor, tools, and equipment required to protect, remove, relocate, and restore to original condition and location or better all landscaped areas inside and outside of the right-of-way that are affected or damaged by the Contractor as shown on the Plans, as directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under their respective bid items. r Bid Item 33: Tree Replacement (EA) ar Tree Replacement shall be required for any tree 6 feet in height or greater that is damaged or removed and shall meet the requirement of the Standard Specifications Section 9-14.6. Trees shall be"Street Tree Grade"and a minimum of 6 feet in height. r This item includes removing, storing,watering,restoring,planting, and staking of trees. Measurement for"Tree Replacement"shall be per each. r The unit Contract price for "Tree Replacement" shall be full compensation for all materials, labor,tools, and equipment required to protect,remove, relocate, and restore to original condition and location or better all tree replacement inside and outside of the right-of-way that are affected or damaged by the Contractor as shown on the Plans, as directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under r their respective bid items. Trees, shrubs, and other vegetation under 6 feet in height shall be paid under"Remove/Restore Existing Landscaping." r Bid Item 34 Topsoil Type C (CY) Topsoil Type C shall meet the requirements of Standard Specifications Section 8-2.3(4)C. r Depending on site conditions, the amount of this item may vary. Measurement of Topsoil Type C shall be per cubic yard. The unit price will not be adjusted if the .r actual quantity used varies by more than 25 percent. ►.r Page 70 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued The unit Contract price per cubic yard for Topsoil Type C shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to furnish and place topsoil as shown in the Plans and as described in the bid item"Remove/Restore Existing Landscaping." Bid Item 35 Seeding,Fertilizing,and Mulching(SY) Seeding, Fertilizing, and Mulching shall, be as shown on the Plans and shall meet the requirements of Special Provisions Sections 8-01 and 8-02. This item shall be applied in various locations throughout the Project site as needed, and as directed by the Owner. Depending on site conditions,the amount of this item may vary. Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per square yard for Seeding, Fertilizing, and Mulching shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare soil, furnish plant seeds and fertilize, and fine grade. This item shall be applied in various locations throughout the Project site as directed by the Owner. ,M, Bid Item 36 Television Inspection(LS) The existing sewer mains adjacent to the new storm system shall be inspected for damage from the construction project by the use of a television camera after the box culvert construction is completed and before final paving. The sewer main locations are as follows: 1. S Renton Village PL: 18" SS from SSMH east of encasement to SSMH behind Thriftway(approx. 330 LF) 2. Parking Lot: 12" SS from SSMH behind Thriftway to SSMH near outfall, south of parking lot (approx. 390 LF). Note, this section has a sag about 2.5 feet deep near the middle of the line. The TV camera may be submerged in that section. ... The sewer line shall be cleaned and flushed before performing the video inspection. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise approved by the Owner. The camera shall have rotational capabilities and be used by the operator to view up each side service connection and provide best views of any non-conforming items. Once the television inspection has been completed the Contractor shall submit to the Owner the written reports of the inspection plus the videotapes. The videotapes are to be in color and compatible with the Owner's viewing and recording systems. The Owner's system accepts 1/2-inch wide high-density VHS tapes. The tapes will be run at standard speed SP(1-5/16 I.P.S.). The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. s Project No.SWP 27-2711 Page 71 SPECIAL PROVISIONS - Continued ■r Measurement of Television Inspection shall be per lump sum. The lump sum Contract price for Television Inspection shall be full compensation for all labor, materials, equipment, and video tape recordings necessary to document the completed condition of the newly installed pipes. The new storm and sanitary sewer pipe installed for the Project shall be inspected between all Type 2 catch basins and/or manholes. Inspections are not required +� between Type 2 to Type 1 and Type 1 to Type 1 catch basins. The new vaults shall be inspected as well. Bid item 37: Compaction Testing(EA) Compaction Testing shall meet the requirements of Special Provisions Section 2-03.3. .i This item applies to all compaction tests for all material needed for the Project. The test requirements for the different materials are contained in those bid items and/or Specifications. For native soil or Bank Run Gravel used for trench backfill the average testing frequency will be one (1) test per every 50 CY (or 80 tons) of backfill placed. For quantities less than 50 cubic yards, a minimum of one test shall be performed. The City may direct the Contractor to perform compaction tests at specific locations to confirm that the compaction requirements are being met. Those tests will count as part of the total number of tests allowed under this bid item. The Contractor will then adjust the frequency of the remaining tests accordingly. rn The total number of compaction test in this bid item is the total that will be paid for. Any compaction tests over the total number in this bid item will be considered incidental at the Contractor's discretion. Those tests will not be counted for payment. s The Owner and Contractor may mutually agree to reduce the frequency and number of compaction tests performed if it is determined that the Contractor is meeting the compaction requirements. The Owner and Contractor may mutually agree to increase the number of compactions tests under this bid item if more testing is determined necessary. Any increase in number will be at the unit bid price, and will be approved by the City in writing. r Measurement for Compaction Testing shall be per each test performed. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. r The unit Contract price per each for Compaction Testing shall be full compensation for all labor, materials, equipment, laboratory costs, etc, needed to sample, test and report each Compaction Test for the Project. „M Bid item 38: Minor ChanEes(LS) .r At the discretion of the Contracting Agency, all or part of this lump sum bid item may be used in lieu of the more formal procedure as outlined in Standard Specifications Section 1-04.4 Changes. The unit contract price for Minor Changes is set in the Schedule of Prices and shall not be changed by the bidder. air Page 72 Project No.SWP 27-2711 W %W SPECIAL PROVISIONS - Continued All work and payment under this item shall be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Standard Specifications Section 1- 09.4. Measurement of Minor Changes shall be per lump sum. Payment for this item will only be for the changes and amounts approved by the Owner. If no items are authorized under this item, final payment for this bid item will be$0(zero). a• s MEN i 400 as aw 40 Project No.SWP 27-2711 Page 73 to SPECIAL PROVISIONS - Continued W 40 1-10 TEMPORARY TRAFFIC CONTROL as 1-10.1 General Section 1-10.1 is supplemented by adding the following: 4W When the bid proposal includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; tir 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; rr 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; VP 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 �r 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 WJ Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of w► any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the Special Provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. Page 74 Project No.SAP 27-2711 SPECIAL PROVISIONS - Continued 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 eest ef all the work under-the eepAr-aet inefeases of deefeases by ffiefe than 25 per-eefA, an equitable adjustment will be eensider-ed fef the item "T-faffie Gentr-e!" to address the inefeas .. o Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor •. Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. .. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During 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: VP Project No.SWP 27-2711 Page 75 r SPECIAL PROVISIONS - Continued s 40 The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging,Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. rr 1-10.3(3) Construction Signs Section 1-10.3(3)paragraph 4 is supplemented as follows: • No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control." No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. s 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in .r accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control,"lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards Page 76 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. Pfegress palyq�neffer-the lamp -rto r—«T r of a r n4fa1 be made as fellew s� a A%en; ni fi.l . sips f..the beginning ftwe prej et ,t the a of t signs afe installed and appr-eved by the Efigineef, 30 per-eetA of the ametifA bid for-the ite.m.. will be paid. 7 U,,yt e«t f the „ '70 p ..t of the ., ..t bid f the iteffi will be ',t !mot �. ...J......... .... ...� .�..........:b i Y°vivvaaa va cai� uiuvuuc The i4em cc » eftly ..l,e., the total ,. .,t....et a ,te ., 1+ than 25 +mefe The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary flaggers will be paid under the item for traffic control. .� The Lump Sum contract price shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-103(1) and as authorized by the Engineer. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person r registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision .. Project No.SWP 27-2711 Page 77 M SPECIAL PROVISIONS - Continued r The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. 40 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 !rl 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 3,000 feet of the project site a tie to both ■r shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3,000 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 i elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,measurements,and methodology used in that retracement. +� 1-11.1(4) Field Notes • Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, Page 78 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 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: ,. 1. 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 "W 2. 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 14 1.1 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 U„ 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. w Project No.SWP 27-2711 Page 79 r SPECIAL PROVISIONS - Continued ar 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 on drawing. The listing should include the point number designation(corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format,on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of r Sections 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. r 1-11.1(8) Radial and Station—Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station—offset topography shall meet the requirements of Section 1-11.1 herein. 4W The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. .r 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 r„ 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. Page 80 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, Title 4 Building Regulations and Title 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The"as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being"as-built." The"as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as- .. builting"surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and submitted with stamped and signed"as-built" drawings which includes a statement certifying the accuracy of the"as built." The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be r. observed for all"as-built"surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in Section 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 Section 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 a' survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein. All non corner monuments, as defined in Section 1-11.1(5), shall meet the requirements of Section 1-11.2(2)herein. If the monument falls with in a paved portion of a right of way or other area,the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface,per Section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. 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 p oint of intersection (PI), p oint of tangency (PT), p oint 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. Project No.SWP 27-2711 Page 81 r SPECIAL PROVISIONS - Continued 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per Section 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked • or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover r Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. rrr • w ap nr a► ar Page 82 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged r. 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. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. For bidding purposes the �.. Contractor shall assume that he/she shall remove and replace all such items. The Contractor shall submit a checklist to the City verifying notification of property owners of landscaping relocation requirements. Shrubs and trees with less than two inches caliper trunks at the bases shall be relocated at the edge of the right-of-way or outside the limits of construction along the property owner's frontage as directed by the Owner. All landscaping materials not removed by the property owner(s) shall be removed, relocated, or disposed of(if authorized by property owner) ow by the Contractor in accordance with Section 2-01 of the Standard Specifications. Prior to the removal of the landscaping materials, the Contractor must receive approval from the Engineer to begin this work. All costs of the work shall be considered incidental to the Contract and as such merged in the various price bid. If the Contractor removes or damages any existing plant or plants not designated for removal because of any act, omission, neglect of misconduct in the execution of the work, such plant(s) 4W shall be restored or replaced by the Contractor to a condition similar or equal to that existing before such damage or removal at the Contractor's expense. w. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: w. The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. w 2-01.5 Payment Section 2-01.5 is supplemented as follows: +r r Project No.SWP 27-2711 Page 83 VM • SPECIAL PROVISIONS - Continued ar The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS a 2-02.1 Description Supplement this section with the following: • The work shall consist of necessary removal and disposal of existing improvements, including pavements, sidewalks, curbs, concrete road structures, catch basins, manholes, abandoned piping, and other items necessary for the completion of the project. All removal will be included under the lump sum bid price for "Removal of Structure and • Obstruction." 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise er* restore damage resulting from his/her activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, and existing construction joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the engineer. 2-02.3(1)A Salvage(New Section,Project No. SWP 27-2711) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value w shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3)is revised and supplemented as follows: • Item"1."Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. • Page 84 Project No.SWP 27-2711 r am SPECIAL PROVISIONS - Continued 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. 2-02.3(4)A Sawcutting(New Section,Project No. SWP 27-2711) Where shown on the Plans or where directed by the Engineer, the Contractor shall make a neat vertical sawcut at the boundaries of the area to be removed. Care shall be taken sawcutting as not to damage any of the existing asphalt concrete to remain in place. Any pavement damage by the Contractor due to his/her operations shall be repaired or replaced by the Contractor at his/her own expense. "W Existing pavement shall be precut before commencing excavation, and shall be removed, as required, for the construction. All cuts shall be continuous, and shall be made with saws +� specifically equipped for this purpose. No skip cutting will be allowed. Any pavement which is damaged outside the allowable trench widths, as shown on the Plans, shall be repaired entirely at the Contractor's expense. Wheel cutting or jack hammering will not be considered an acceptable means of pavement "cutting," unless pre-approved by the Engineer. However, even if pre-approved as a method of P cutting or if the Engineer directs the contractor to utilize this method of cutting, no payment will be made for this type of work, but rather, it shall be considered incidental to the Contract bid items and no additional compensation will be allowed, and as such, merged in the various unit prices bid in the Proposal. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 2-02.3(4)B Measurement s- Section 2-02.4 replaces the existing section: ,. Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting,"per Lineal Foot. "Temporary Cold Mix Asphalt Concrete Patch,"per Ton. w Project No.SWP 27-2711 Page 85 SPECIAL PROVISIONS - Continued 0 ar All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Special Provisions +� Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT w 2-03.3 Construction Requirements •w Section 2-03.3 is supplemented by adding the following: The Contractor's material suppliers shall be required to furnish certification and aggregate gradation results from a qualified testing laboratory (approved by Owner) that the materials supplied are in conformance with these Specifications. The Contractor shall further be required to provide the services of a City-approved soils testing firm to conduct "in place" density tests of the gravel materials to verify if the compaction requirements are in compliance with these Specifications. For bidding purposes the Contractor ar shall assume one test for every 50 cubic yards of material used. For quantities less than 50 cubic yards, a minimum of one test shall be performed. Test results shall be given directly to the Owner by the testing lab and not via the Contractor. All costs for furnishing the services of an rr approved testing laboratory to conduct testing shall be borne by the Contractor and merged in the various lump sum and unit prices listed in the Proposal. Crushed surfacing shall be compacted to at least 95%of maximum dry density using ASTM D1557. to Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment,by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole r expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades r 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 6 inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt .,.r changes in grade. w Page 86 Project No.SWP 27-2711 r/ SPECIAL PROVISIONS - Continued Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. �- The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,trash and other debris until final acceptance of the Work. .,. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. °o Unless noted on the plans or in the Specifications, acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be "' free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming O• saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as .. though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications shall be used. .► 2-03.3(7)D Contractor Provided Disposal Site(Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of .� in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-03.3(19) Wet Weather Earthwork(New Section,Project No.SWP 27-2711) The following items shall be followed if earthwork is to be accomplished in wet weather or in wet conditions: 1. Earthwork shall be accomplished in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil shall be followed immediately by the placement and compaction of a suitable thickness (generally 8 inches or less) of clean structural fill. The size and/or type of construction Project No.SWP 27-2711 Page 87 SPECIAL PROVISIONS - Continued err equipment shall be selected as required to prevent soil disturbance. In some instances, it may be necessary to limit equipment size or to excavate soils with a backhoe, gradall, or equivalent to minimize subgrade disturbance caused by equipment traffic. 2. Fill or backfill material shall consist of clean, granular soil, of which not more than 3 percent by dry weight passes the No. 200 mesh sieve, based on wet sieving the fraction passing the 3/4-inch sieve. The fines shall be non-plastic. ar 3. The ground surface in the construction area shall be sloped to promote the rapid runoff of precipitation and to prevent ponding of water. 4. No soil should be left uncompacted and exposed to moisture. A smooth drum vibratory roller, or equivalent, shall be used to seal the ground surface. 5. Excavation and placement of fill or backfill material will be observed by the .r. Engineer, to determine that all work is being accomplished in accordance with the project specifications. .�r All costs associated with the above items shall be considered incidental to the project and merged into the various pay items involved. • 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: to At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable as foundation excavation—by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the • engineer. 2-03.5 Payment ,p Section 2-03.5 is revised as follows: (******) fir► Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the Proposal: "Unsuitable Foundation Excavation Including Haul,"Per Cubic Yard The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul" shall be full pay for excavating, loading, and disposing of the material. 2-04 HAUL .ir Page 88 Project No.SAT 27-2711 r SPECIAL PROVISIONS - Continued 2-04.5 Payment �* Section 2-04.5 is revised and supplemented as follows: .. All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment ' Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-07 WATERING Prior to placing new fills, sub-base course materials, all subgrade areas shall be proofrolled to locate any soft or pumping soils. Proofrolling can be completed using a piece of heavy tire- mounted equipment or a loaded dump truck. If soft or pumping soils are observed, such unsuitable subgrade soils shall be overexcavated and replaced. After completing the proofrolling, the subgrade areas shall be recompacted. The subgrade shall be recompacted to at least 95 percent of the maximum dry density in accordance with the ASTM D1557 test procedure. ' 2-07.3 Construction Requirements Section 2-07.3 is supplemented with the following: During construction, the Contractor shall have dedicated to the Project a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job and failure to use said water truck for dust control shall be adequate reason to "shut-down" the Project construction. Such shut down is herein agreed to by the Contractor upon submitting a bid for this Project. Water for project construction may be obtained from City Hydrants. To use City hydrants the Contractor shall obtain a City Hydrant Meter,and shall pay the normal deposit and fees for water use. 2-07.5 Payment Add the following: The cost of water placement shall be included in the unit price bid for "Bank Run Gravel for Trench Backfill", and other bid items where watering is used. Project No.SWP 27-2711 Page 89 w SPECIAL PROVISIONS - Continued aw 2-09 STRUCTURE EXCAVATION 2-09.1 Description w Section 2-09.1 is supplemented by adding the following: as 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. w 2-09.3(1)D Disposal of Excavated Material to Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: 40 All costs for disposing of excavated material within or external to the project limits shall be included in the unit cubic yard contract price for Unsuitable Excavation, Incl.Haul. w The third paragraph is replaced with: w If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. +r 2-09.4 Measurement s Section 2-09.4 is revised and supplemented as follows: Gravel Backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary w sewer,manholes, and catch basins,will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. W 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: 'M Payment for reconstruction of surfacing and paving within the limits of structure excavation will w be at the applicable unit prices for the items involved. If the Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency „r will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with other material the Engineer approves. "Shoring or Extra Excavation Class B,"per square foot. w Page 90 Project No.SWP 27-2711 �i SPECIAL PROVISIONS - Continued The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, M and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any OW excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for(Type of Excavation),"per cubic yard or per Ton. "Controlled Density Fill,"per cubic yard. +� When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. "W 4W Project No.SWP 27-2711 Page 91 r. �r SPECIAL PROVISIONS - Continued 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Section 4-04.1 shall be supplemented with the following: mr Crushed surfacing shall be placed beneath the curb and gutters as required, as well as beneath the asphalt concrete pavement, as shown on the plans and as directed by the Engineer. • 4-04.3(5) Shaping and Compaction Section 4-04.3(5)shall be supplemented with the following: The Contractor's material suppliers shall be required to furnish certification and aggregate gradation results from a qualified testing laboratory (approved by Owner) that the materials supplied are in conformance with these Specifications. The Contractor shall further be required to provide the services of a City-approved soils testing firm to conduct "in place" density tests of the gravel materials to verify if the compaction requirements are in compliance with these Specifications. For bidding purposes, the Contractor shall assume one test for every 50 cubic '� yards of material used. For qualities less than 50 cubic yards, a minimum of one test shall be performed. Test results shall be given directly to the Owner by the testing lab and not via the Contractor. All costs for furnishing the services of an approved testing laboratory to conduct W testing shall be borne by the Contractor and merged in the various lump sum and unit prices listed in the Proposal. Crushed surfacing shall be compacted to at least 95% of maximum dry density using ASTM D1557. r 4-04.5 Payment • Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. • 5-04 HOT MIX ASPHALT 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical MIA 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 Engineer will determine anti-strip requirements for the HMA. 4W 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 Engineer and may be made per Section 9-03.8(7). as Page 92 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture w Item 1 is deleted and replaced with: .. 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA and for other classes _ of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. �. 5-04.5(1)A Price Adjustments for Quality of HMA Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: w Table of Price Adjustment Factors Constituent Factor"f' All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8"and No. 4 sieves 2 All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for .. the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. Project No.SWP 27-2711 Page 93 w air SPECIAL PROVISIONS - Continued 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the • street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation ar when the calculated CPF is less than 1.00, a Nonconforming Mix factor(NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)A Price Adjustments for Quality of HMA Compaction go Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 • For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 NEW SECTION(PROJECT NO. SWP-27-2711) CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4,2005 by Ordinance 5131 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 �r utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. rr SECTION 2 DEFINITIONS no Page 94 Project No.SWP 27-2711 r .. SPECIAL PROVISIONS - Continued 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 aw within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the VW 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. .r 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 `r 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. Project No.SAT 27-2711 Page 95 a. SPECIAL PROVISIONS - Continued r 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 .r 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 (P) outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length 40 of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Crossings): WP a. The minimum width of a transverse patch(road crossing) shall be six and one-half feet(65). See City of Renton Standard Plan Drawing#HR—23 • (SP Page: H032A). b. Any affected lane will be ground down two inches(2") and paved for the entire width of the lane. • 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. ar 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. ■rr Page 96 Project No.SWP 27-2711 w '! SPECIAL PROVISIONS - Continued e. The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B will be applied per City standards. .. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one half feet(6.5') wide for the entire width of the lane. Potholes greater than five feet (5') in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan# HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The Contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. .. 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 •w existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be .., compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet(6') of any trench, backfill compaction shall be performed in eight to 12-inch (8"-12") lifts. Any trench deeper than six feet (6') may be compacted in 24-inch lifts, up to the top six-foot(6')zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test Project No.SWP 27-2711 Page 97 w SPECIAL PROVISIONS - Continued 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. i 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight 40 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 us 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 .r 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. rr 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 10 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, rr shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. *r 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 • Page 98 Project No.SWP 27-2711 ow SPECIAL PROVISIONS - Continued VW HR-22 (SP Pages#H032,H032A, and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City,that the restoration meets these specifications. r 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. 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. MW 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. Project No.SWP 27-2711 Page 99 r nr SPECIAL PROVISIONS - Continued 40 6-02 CONCRETE STRUCTURES ■r 6-02.3(2)C Concrete Box Culvert(New Section,Project No. SAT 27-2711) Section 6-02.3(17)A is supplemented with the following: The concrete culvert shall be constructed as a "Box Culvert" as shown on the Plans. The Contractor has the option to use precast culvert sections, precast catch basins/vaults, or cast-in- place concrete for the angle points/connections as shown on the Plans. In no case shall the • culvert, vaults, or catch basins be placed within 5 feet, in the horizontal plane, of the existing sanitary sewer line except as shown for the encased crossings. The culvert shall be as manufactured by Utility Vault Company (1-800-892-1538), Granite Precast (360-671-2251), or .r approved equal for the precast segments. The cast-in-place shall meet the requirements detailed on the Plans. The precast culvert shall meet the following design criteria: �r 1. Concrete: 28 Day Compressive Strength F'c=7,000 Psi 2. Rebar: ASTM A-615 Grade 60 3. Mesh: ASTM A-185 Grade 65 4. Design: ACI-318-02 Building Code 5. Loads: AASHTO HS-20 Truck Wheel, ASTM C-890 "Minimum Structural Design Loading for Monolithic or Sectional Precast Concrete Water and Wastewater Structures" ASTM C-857 "Minimum Structural Design Loading for Underground Precast Concrete Utility Structures" 30%Impact for Less Than 3 Ft. Soil Cover • Sidewalls of culvert shall be designed to resist equivalent fluid pressure of 90 pounds per cubic foot, excluding passive resistance from earth material inside the culvert. The Contractor shall „o install water diversion systems as necessary to minimize the contact of the creek with the construction site to limit the impact of construction on the water quality during construction. The diversion system shall be in compliance with the hyrdayulic project approval. it 6-02.5 Payment Section 6-02.5 shall be supplemented with the following: • Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. • 7-01 DRAINS rr 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: • Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, ar aluminum coated(aluminized) corrugated iron with Asphalt Treatment I, zinc coated(galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or • Page 100 Project No.SWP 27-2711 W SPECIAL PROVISIONS - Continued corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements .. Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as ew described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. `"m The sixth paragraph is revised as follows: PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in am Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as .W recommended by the manufacturer of the tubing. 7-01.4 Measurement .. Section 7-01.4 is supplemented with the following: When the contract does not include"structure excavation Class B"or"Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS w. Project No.SWP 27-2711 Page 101 %W SPECIAL PROVISIONS - Continued �r 7-04.2 Materials The second paragraph of Section 7-04.2 is replaced with the following: • Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it so shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. ar Section 7-04.2 is supplemented with the following The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. up The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and as products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship at Contractor's own expense. • 7-04.3 Construction Requirements r Section 7-04.3 is supplemented with the following: The Contractor shall take all steps necessary to ensure that existing storm sewer facilities remain up fully flowing during all stages of construction and modification. Overflows of facilities will not be permitted. The Contractor shall make all connections of temporary pumping equipment with temporary power service and controls. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. • 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: ar The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. • Page 102 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no — additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction." No separate payment will be made. 7-05 MANHOLES,INLETS,AND CATCH BASINS 7-05.1 Description Section 7-05.1 is supplemented with the following: After"Standard Plans add"City of Renton Standard Details." .� 7-05.2 Materials 7-05.2(1) Frames and Covers(New Section,Project No. SWP 27-2711) Manhole frames and covers shall be ductile iron and suitable for H-20 loading conditions. The iron shall be of such character as to make castings that will be tough, strong, sound, and of even grain and shall conform to the requirements of ASTM A48, Class 30B. Manhole frames and covers shall be of uniform quality, free from blowholes, porosity, shrinkage distortion, cavities, cracks, or other defects. They shall be smooth and well cleaned and continuously machined to prevent rocking and rattling. Welded or caulked repairs shall not be permitted. Covers shall be easily removable and shall be interchangeable. Castings shall be as shown on the Plans, and storm sewer covers shall be marked "Storm" with cast-in, two-inch-high, APWA standard lettering. The manufacturer's name shall be cast into,and not stamped on, an exposed surface. All catch basins and concrete area inlets shall be furnished with a vaned cast iron, rectangular frame and grate, (Olympic Foundry or equivalent as approved by Owner) unless (ring and) solid lid is otherwise indicated in the Plans. All access risers shall have solid lid frames and shall be grouted to the body of the catch basin unless otherwise indicated in the Plans. Catch basins and surface inlets shall be set to line and grade, approved in the field by the Owner. 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets(New Section,Project No. SWP 27-2711) The concrete catch basins and concrete area inlets shall be of precast concrete,per City of Renton Standard Details. Catch Basin Type 1 shall be per City of Renton Standard Detail B 012. Catch Basin Type 2 shall be per City of Renton Standard Details B 027 and B 027.1 with precast A-lok .. watertight connections meeting ASTM C-923 or equivalent as approved by Owner. All Catch Basins Type 2 shall have flat tops. Project No.SWP 27-2711 Page 103 M SPECIAL PROVISIONS - Continued • 7-05.3 Construction Requirements ar Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal. • 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: r Where shown in the Plans or where directed by the Engineer,the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first • be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. +nw The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per City of Renton standard detail BR29, SP Page B074, prior • to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6 inches above grade. • In Unpaved Streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the ~ manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. "r In Cement Concrete Pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. • In Asphalt Concrete Pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be aw Page 104 Project No.SWP 27-2711 • SPECIAL PROVISIONS - Continued w placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished .. pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of Inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of 6 inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will ... butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and Cast Iron Frame and Cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve Box Castings: Adjustments of valve box castings shall be made in the same manner as for manholes. NEW SECTION(PROJECT NO. SWP 27-2711) Section 7-05.3 shall be supplemented with the following: Unless otherwise noted on the Plans,the Contractor shall construct all manholes,and catch basins •� from precast concrete bases and risers. Cast-in-place concrete bases shall be watertight and may only be used for "straddle" of existing systems. Pipe connections shall also be watertight with precast A-lok connections meeting ASTM C-923 or equivalent as approved by Owner. Tee top access risers shall be installed according to the Plans. Frames and grates for the risers shall be per Renton City Standard Detail B019. Ring and cover assemblies shall be per Renton w City Standard Detail B074. The 48-inch manhole sections of the access risers shall conform to City of Renton Standard Detail B027 and shall have flat slab covers. The outside contact points between the manhole and the 4' x 6' box culvert shall be epoxied and grafted with a Class 5000 concrete gunite mix. The graft interface area shall be cleaned and treated with a bonding agent. As indicated on the Plans, no connection shall be allowed between the springline of the pipe and 6 inches above the epoxy area. w Project No.SWP 27-2711 Page 105 w • SPECIAL PROVISIONS - Continued Precast sections with damaged joint surfaces or with cracks or damage shall not be installed. 4W Precast base sections shall be set on a prepared bedding material. Before the precast base is set in place, the bedding material shall be carefully leveled to provide full bearing for the entire base section. r' Precast riser sections and cones shall be set using the specified joint sealant or gasket. Priming and preparation of surfaces and installation of jointing material shall be in strict conformance .r with the manufacturer's instructions. Only one riser section one-foot high shall be used per structure. Grade rings shall be set in a full bed of cement grout. Frames shall be set carefully to the established surface grade in a full bed of cement grout. The contact surfaces of the frames and covers shall be machined finished to a common plane or have other adequate provisions to prevent rocking. The rim elevation shall be set flush with the existing pavement or grade in paved and improved areas. In unimproved areas, rim elevations shall be set one-inch above finished grade unless otherwise shown on the Plans to be set higher. Channeling of inverts shall be provided, where required, and given a light broom finish, or equivalent, and shall be sloped to drain into the invert. Where new connections are made to existing structures, any existing channelization shall be removed or modified, at the Contractor's option, so that all pipes are channeled to drain to the exit invert. Pre-channelized structures are not acceptable. Steps shall be installed in base sections, riser sections, and taper sections so that the completed manhole will have a continuous vertical ladder with equally spaced rungs. Steps shall be firmly cast or grouted in place. Infiltration from around steps will not be permitted. Frames shall be grouted to the body of catch basins. The catch basins shall be set to line and grade as shown on the Plans or approved in the field by the Owner. All pipe couplings shall be securely grouted into the structure. The cost of the catch basin shall include "straddling" or interrupting the existing storm system, where required, removing the existing pipeline within the new basin,and connecting the new pipeline to the new structure. Backfill around the manholes shall be conducted in accordance to Special Provision Specification Section 7-08.3(3). 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: • Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the r Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 40 Page 106 Project No.SWP 27-2711 so SPECIAL PROVISIONS - Continued 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following: Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A connection to existing item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No connection to existing will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's .= operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings(New Section,Project No. SWP 27-2711) Section 7-05.3(5)is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material High Solids Urethane Surfaces Concrete Surface Preparation In accordance with SSPC SP-7 (Sweep of brush off blast) Application Shop/Field The drying time between coats shall not exceed 24 hours in any case .. System Thickness 6.0 mils dry film Coatings Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: r Project No.SWP 27-2711 Page 107 VW r SPECIAL PROVISIONS - Continued Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered • incidental to the unit contract price of the new item and no further compensation shall be made. Adjustment of existing structures and miscellaneous items such as valve boxes shall be fm considered incidental to the unit contract price of the item and no further compensation shall be made. .r Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment .r Section 7-05.5 is supplemented as follows: ■r If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin,"per each. 4W "Connect Structure to existing pipe,"per each. All costs associated with pipe connections shall be included under the unit bid prices for "Connect to Existing Catch Basin," "Connect Structure to Existing Pipe," or within the unit bid price for the structure. • All costs associated with "Bank Run Gravel for Trench Backfill," "Unsuitable Foundation Excavation, Incl. Haul," "Gravel Backfill for Foundation Class B," and"Controlled Density Fill" shall be borne by the Contractor and shall be considered incidental to the project and merged into • the various lump sum and unit prices. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS r 7-08.3(1)A Trenches(Addition,Project No. SWP 27-2711) Section 7-08.3(1)A shall be supplemented with the following: 1p Trench excavation shall include removal and waste haul of all excess and/or unsuitable material encountered, including but not limited to, abandoned pipelines, concrete, asphalt, tree stumps, r trees,logs,abandoned rail ties,piling,riprap, and other deleterious material. It is not anticipated solid rock will be encountered. Should such material be encountered, �r however, it will be paid for by change order. Boulders or broken rock less than 2 cubic yards in volume,will not be classified as rock,nor will so-called"hard-pan"or cemented gravel. r Page 108 Project No.SWP 27-2711 VW SPECIAL PROVISIONS - Continued The Owner reserves the right to restrict the Contractor in the amount of trench open at any one time. Should the Contractor, in the Owners' opinion, fail to diligently pursue adequate backfilling and compaction efforts, the limit of open trench shall be 100 lineal feet. Upon completion of work each day, all open trenches shall be completely backfilled, compacted, r. leveled and temporarily patched, graveled, or otherwise protected(as approved by the Owner), as herein specified. .. If the Contractor purposely or neglectfully excavates trenches to a width beyond the maximum payment limit lines of the trench, as detailed on the Plans, then payment for import trench backfill, and any additional surface restoration (temporary and permanent) of the type warranted shall be limited to the maximum payment width specified on the Plans for that size of pipe and depth of bury. All trench backfill, bedding, and surface restoration required beyond the maximum payment limits, shall be merged in the various items bid and include the additional compaction and testing of same. The width of the trench in the vicinity of the pipe shall be carefully controlled and maintained to insure the structural strength of the pipe is not jeopardized. See details on the Plans. 7-08.3(1)B Shoring(Addition,Project No. SWP 27-2711) ■• Section 7-08.3(1)B shall be supplemented with the following: A Shoring Plan shall be submitted by the Contractor per Trench Shoring Bid Item. Trenches shall be shored using a shoring system appropriate for the soil and ground water conditions encountered. To minimize noise and comply with the noise variance for this Project, only vibratory or pushing methods will be acceptable for the installation of shoring during nighttime WW work. The shoring system shall be designed and constructed so as to allow full compliance with Project traffic control and work schedule requirements. Soils Information A soils investigation has been conducted for this Project and a copy of the Reports are included with the Contract Documents. Geotechnical Reports, by HWA GeoSciences Inc., dated January 12, 2007,was prepared for the exclusive use of the Owner and its agents to assist in the design of the subject facility. This information is made available to the Contractor to assist in the design of the shoring systems. It is made available to Contractors for information on factual data only, and .. not as a warranty of subsurface conditions, such as those interpreted from the exploration logs and generalized subsurface profiles presented, and discussion of subsurface conditions included in the Report. Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that the Owner and its agents shall not be responsible for interpretations or conclusions drawn by the Contractor from the Geotechnical Report. This data is made available solely for the convenience of the Contractor. .. A Geotechnical Report is provided for this Project available in the Contract Documents. The Contractor shall submit to the Owner for review prior to construction activities, a shoring plan .. Project No.SWP 27-2711 Page 109 r SPECIAL PROVISIONS - Continued • showing how shoring will be accomplished and detailing the techniques and equipment that will be used. The shoring plan shall be coordinated with the dewatering plan and reviewed and approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. Existing Utilities ■r The Contractor shall protect existing active sewer, water, gas, electrical and other utility services and structures as may be present. Extra precaution shall be given to the existing AC sanitary sewer lines in the project area. This shall also include all pipelines, services and structures that are the property of the Owner. The Contractor shall stay under the 35-foot height restriction set by Puget Sound Energy for purposes of protecting nearby power lines. Removal The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and underlying soils and damage to structures,pavements, facilities and utilities. The Contractor shall repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work. Public Safety All work shall be carried out with due regard for public safety. Open trenches shall be provided • with proper barricades,or as directed in the Traffic Control Permit. 7-08.3(1)C Pipe Zone Bedding(Addition,Project No. SWP 27-2711) .r Section 7-08.3(1)C shall be supplemented with the following: All references to "Standard Plan" shall be deleted, and replaced with the details shown on the Plans. Unless stated otherwise in these Specifications, pipe bedding shall conform to Class I, II, or III per ASTM D2321. CDF, as specified in Special Provisions Section 9-03.22, shall be used in the area noted on the Plans and as verified by the Engineer in the field. Subsequent lifts of not more than 6 inches shall be placed up to the horizontal diameter of the pipe, carefully placed, and firmly compacted to provide a firm, uniform cradle for the pipe. These lifts shall be consolidated first by the use of tamping bars, taking care to work the material • under the pipe haunches so that no voids are left. Then a flat tamping bar shall be used to compact the bedding material along the side of the pipe to the trench walls to provide lateral support for the pipes. These lifts shall be individually compacted to 95% of Modified Proctor Wr maximum density for the full width of the trench,per ASTM D1557. The compaction test results shall be furnished to the Owner immediately after testing. The Owner may require additional testing, or may increase or decrease the frequency of testing at its discretion. The Owner may to require the Contractor to retest any areas that do not meet compaction requirements at the Contractor cost. • Page 110 Project No.SWP 27-2711 no SPECIAL PROVISIONS - Continued Unless stated otherwise on the Plans, further lifts of compacted bedding material shall be placed in lifts of not more than 6 inches thickness to a minimum of 6 inches above the crown of the pipe for flexible pipe and to the spring line of the pipe for rigid(concrete or ductile iron)pipe. .� There shall be at least one-foot of cover over the top of the pipe before the trench is wheel-loaded and three feet of cover(if available)before utilization of a hydro-hammer during compaction. MW 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: aw Pipe bedding for C900 sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-03.12(3). It shall be placed to a depth of 6 inches over and 6 inches under the exterior 'W walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand MW compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. VM Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. MW 7-08.3(1)D Dewatering(New Section,Project No. S"27-2711) "W The Contractor shall control groundwater so as to prevent softening of the bottom of excavations, or formation of"quick" conditions or "boils" during excavation and to allow pipe installation to be accomplished in relatively dry conditions. The Contractor shall design, install, maintain, and operate the dewatering systems as necessary so as to prevent piping, movement or removal of the ` soils around the wells or in excavations. It shall be the sole responsibility of the Contractor to determine what, if any, dewatering measures and efforts may be needed. •— If dewatering measures are necessary, then it shall be the sole responsibility of the Contractor to control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. All groundwater encountered during construction shall flow •� through an on-site settling tank or other approved filtration system prior to discharging into the sanitary sewer system or other area as approved by the Owner. A permit will be required if groundwater is discharged into the sanitary sewer through King County Department of Natural Resources prior to construction. The Contractor shall comply with all codes, regulations, and ordinances of applicable governing authorities with regard to drilling, dewatering, and erosion control. The Contractor shall review the Geotechnical Report for this Project available in the Contract Documents. Upon review of this information, the Contractor shall submit to the Owner for MW review and approval prior to dewatering activities, a dewatering plan discussing proposed methods, equipment sizes, settlement monitoring and contingency plans should dewatering cause settlement of adjacent facilities. The dewatering plan shall show specific locations, in plan and r Project No.SWP 27-2711 Page 111 SPECIAL PROVISIONS - Continued section where dewatering is expected as well as a general discussion of methods should water be encountered in other locations. • The dewatering plan shall be coordinated with the shoring plan and reviewed and approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped and signed by the Contractor's Engineers, shall be provided with the submittal. 4W Acceptance by the Owner of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from • responsibility for errors/omissions therein or from the entire responsibility for complete and adequate design, materials, installation, operation, maintenance and performance of the dewatering system. The Contractor shall bear sole responsibility for proper design, installation, to operation, maintenance, and any failure of any component of the dewatering system for the duration of this Contract. .r Before operations begin,the Contractor shall have available on site sufficient pumping equipment and/or other machinery to assure that the operation of the dewatering system can be maintained. The Contractor shall provide direct power drops or use a"Whisper" generator for the dewatering process and is responsible for coordinating and furnishing all power drops. During excavation, installing of conduit and structures, and the placing of backfill, excavations shall be kept free of water. The Contractor shall furnish all equipment necessary to dewater the excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace to the public. The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that would damage or • endanger adjacent structures, utilities, or property. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil,prevent disturbance of backfill and prevent movement of structures and pipelines. .r The Contractor shall monitor discharge from all parts of the system to ensure that the sand/silt content of the discharge water does not exceed 10 ppm as determined by a Rossum Sand Tester • or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily for one week after installing any pumping well and weekly thereafter, or more frequently as may be required by regulatory/permitting agencies. The Contractor shall take sand/silt content measurements in the presence of the Owner. The Contractor shall provide the Owner 24-hour notice of planned measurements. Should settlement be observed, the Contractor shall cease dewatering operations and implement contingency plans as outlined in the approved dewatering plan. The responsibility for conducting the dewatering operation in a manner, which will protect adjacent structures and facilities, rests solely with the Contractor. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor. Permanent piping systems existing or new shall not be incorporated into the Contractor's dewatering system. w Well construction and abandonment shall be in accordance with WAC 173-160. The Contractor shall obtain variances as required to construct any dewatering wells. Contractor shall procure and pay for any approval(s) and/or permit(s) required by the Department of Ecology in regards to the construction, use, and abandonment of dewatering wells. The Contractor shall also be required to aw Page 112 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued vow comply with all conditions and requirements mandated by the Department of Ecology and is encouraged to familiarize himself/herself with current regulations in this regard. All above-grade dewatering system components must be completely removed and the entire roadway area restored and available for vehicular traffic per the requirements set by these �. Specifications and the Traffic Control Permit. 7-08.3(1)E Settlement Monitoring(New Section,Project No. SWP 27-2711) r This Section specifies the monitoring of potential deformation of soils, structures, and pavements. MW Ground Movement Limits The Contractor shall be responsible for all utility repairs and surface restoration resulting from ground movements. .. If deformations recorded in instrumentation exceed 0.25 inches from the baseline established, the Contractor shall cease all related construction operations and use alternative construction 'w techniques to operate within the settlement limits: Surface Monitoring Points Surface monitoring points shall consist of nails, paint spots or other means or locations designated for monitoring of vertical and/or horizontal displacements. Surface monitoring points shall be located on existing pavements, structures or utilities. Surface monitoring points shall be installed in such a manner that they are not damaged, displaced or otherwise rendered inoperable by construction activities vehicle traffic or weather. Surface monitoring points shall be established at an interval of no less than 5 per 100 feet of trench, at locations to be designated by the Owner. Surface monitoring points shall be monitored daily when within 100 feet of an open trench and weekly thereafter. Monitoring Requirements Initial (baseline) measurements shall be taken at each instrumentation installation after completion of the installation. Systematic monitoring (at least once per day) of instrumentation shall be done when within 100 feet of the open trench. The Owner shall be immediately notified if evidence of deformation exists. All data shall be entered in Excel spreadsheets and plotted showing deformations or changes in elevation versus time. Plots of data shall be updated to include the latest readings and presented " to the Owner within 16 hours of measuring. Project No.SWP 27-2711 Page 113 MW SPECIAL PROVISIONS - Continued The Contractor shall provide the Owner with access to all instrumentation throughout construction. r The Contractor shall repair or replace any monitoring points or instrumentation damaged within 24 hours. Contractor's failure to comply may cause the Owner to engage a consultant to perform the required monitoring at the Contractor's expense. Payment for settlement monitoring shall be included in the unit bid price for"Trench Shoring and Excavation Safety Systems." 1W 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: • Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1- 11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on 4W the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the(eight-tenths)flow elevation,unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such go damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. ■r r Page 114 Project No.SWP 27-2711 so SPECIAL PROVISIONS - Continued Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs which may be permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: WW Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. �•. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a •• manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. 7-08.3(2)J Placing PVC Pipe(New Section,Project No. SWP 27-2711) Section 7-08.3(2)J is an added new section: VM In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6 inches below the bottom of the pipe to 6 inches above the top of the pipe. When it is Project No.SWP 27-2711 Page 115 r. SPECIAL PROVISIONS - Continued r necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. ■r 7-08.3(4) Plugging Existing Pipe The first sentence of Section 7-08.3(4) is revised as follows: r Where shown on the Plans or where designated by the Engineer,the existing 42-inch storm sewer pipe shall be filled with CDF as specified in Special Provision Section 9-03.22. 7-08.4 Measurement . r The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for r foundations, shall be measured by the cubic yard, including haul, as specified in Section 2-09, or by the Ton. r„ 7-08.5 Payment Section 7-08.5 is replaced with: r Payment will be made in accordance with Section 1-04.1 for each of the following bid items that �+ are included in the proposal: "Gravel Backfill for Foundations Class ,"per cubic yard, or Ton. r All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the r unit contract price for the type and size of pipe installed. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. r All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. r "Shoring or Extra Excavation Class B,"per square foot. r If this pay item is not in the contract,then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS •+ 7-09.3(15)A Ductile Iron Pipe r The first paragraph of Section 7-09.3(15)A is revised as follows: r Page 116 Project No.SWP 27-2711 1W SPECIAL PROVISIONS - Continued Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths .� that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances. The title and text of section 7-09.3(17)has been revised as follows: 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal •. working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the contractor when required. .a No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existine water mains will be done by City forces as provided below: City Installed Connections r Project No.SWP 27-2711 Page 117 rrr SPECIAL PROVISIONS - Continued Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. ,r Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. .r A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. `r' Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. • The City will cut the existing main and assemble all materials. Section 7-09.3(21)has been supplemented by adding the following: 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle • rods), where required, shall be installed in accordance with Section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels,shackle rods, installation and removal of formwork. Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place. sr 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the Page 118 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,the corporation cocks shall be removed and plugged. r The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. * r Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches psi 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 .. 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as .. determined by the formula L=NDFP 7400 in which: L= Allowable leakage, gallons/hour N= No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test,psi Project No.SWP 27-2711 Page 119 s rr SPECIAL PROVISIONS - Continued • The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod."is deleted. Section 7-09.3(24)A shall be revised and supplemented as follows: 7-09.3(24)A Flushing and"Poly-Pigging" Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged," then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. r The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2 lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection."is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite r Section 7-09.3(24)D has been replaced with: (******) as Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period r Section 7-09.3(24)K has been revised as follows: r (******) Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least _ 25 mg/L. 7-09.3(24)N Final Flushing and Testing .r Section 7-09.3(24)N has been revised as follows: Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Section 7-09.3(25)is a new additional section: .r Page 120 Project No.SWP 27-2711 no SPECIAL PROVISIONS - Continued 7-09.3(25) Joint Restraint Systems(New Section,Project No. SNAP 27-2711) Section 7-09.3(25) is a new additional section: General Where shown on the plans or in the specifications or required by the engineer, joint restraint system(shackle rods)shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue P.O. Box 258, Columbus, Ohio 43216, unless an r` equal alternate is approved in writing by the engineer. Materials Steel types used shall be: 1. High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST"series. .. 2. High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS"series. Items to be galvanized are to meet the following requirements: 1. ASTM A 15 3 for galvanizing iron and steel hardware. 2. ASTM A123 for galvanizing rolled,pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating(quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except V eye for 7/8" rod. Same ASTM .� specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8"and 3/4"tierods,ASTM A563,grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S 12: 5/8" and 3/4" diameter, ASTM A36,A307. Project No.SWP 27-2711 Page 121 SPECIAL PROVISIONS - Continued Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for r 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 3 r 10" 4 12" 6 14" 8 .r 16" 8 18" 8 20" 10 ■r 24" 14 30" (16-7/8" rods) 36" (24-7/8" rods) r Where a manufacturers mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. r Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspector's satisfaction,with koppers bitomastic no. 300-m,or approved equal. Where poly wrapping is not required all tiebolts, tienuts,tiecouplings,tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with .. koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement r Section 7-09.4 is revised as follows: r Page 122 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued r— Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic- yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s)as shown on the plans. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: Revised Section,Project No. SWP 27-2711) .. Payment for all work associated with these items of work shall be under the lump sum bid price for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14. if Diam.",pef iiijea!feet. 'roc uftitzviAr-3Et pfiee pef linear- fef eaeh size and kind of r --Pipe€sr-Watef Main in. Diam." shall be full-Pay fef all wefk te eemplete the installation of the watef main ineluding b not limited to tfeneh r ' bedding, pipe-aind e baekfilling, flushing,fef inseftien and r-emeval ef pely pigs, tempefafy thfust bleeks and blew eff assemblies, testing, disififeeting the pipelifte, shaek4e fads, n rr . r rr n Shall be fef th > materials, dead man ' e de vatefing, haul and disposal__—'=,F tinsuitable ' steel, eensidefed ineidet-Aal to the ifistallatien of the pipe and fie ftifthef eempensatien shall be Blade. "Ge e fi t Existifig W of Alains"pef eaehr The ufiit eei-Ar-aet pfiee per- eaeh eenneefien to existing watef mains shall be fef eemplet-e > labef, watefziraiirr r Project No.SWP 27-2711 Page 123 SPECIAL PROVISIONS - Continued cc fill" a ..1.•. r- e«♦e. ����o�el-€er�eae��el� ,~ �_ r The unit eentmet pfiee-per--ems}e-yard-er-ten fe cU D ! ,�T z erze, ae�£ll' shall be r "Fete xdatien Material",per-tef. ef ubi .,1 n material" exeavating and dispesing of the unsuitable material and feplaeing with the appfepfiate feundatie 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1)has been revised as follows: r Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. • 7-12.3(2) Adjust Existing Valve Box to Grade(New Section,Project No. SWP 27- 2711) • Section 7-12.3(2) is a new section: r Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1)of the Renton Standards. Valve box adjustments shall include,but not be limited to,the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris,the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable • condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch ,r (1/2")below finished grade. Page 124 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued 7-12.4 Measurement '— Section 7-12.4 is supplemented by adding the following: .. Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment(Revised Section,Project No. SWP 27-2711) Section 7-12.5 is replaced with the following: Payment for all work associated with these items of work shall be under the lump sum bid price for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14. PaymepA for-all wer-k asseeiated with this item ef wafk shall be tinder-the unit eepAr-aet pr-iee fe 7-15 SERVICE CONNECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails,regular open trench methods may be used. 7-15.5 Payment(Revised Section,Project No. SWP 27-2711) r Section 7-15.5 is revised as follows: Payment for all work associated with these items of work shall be under the lump sum bid price for Relocate 12-Inch Water Main as described in Special Provision Section 1-09.14. Paymet4 fer-all wer-k asseeiated with this item ef work shall be undef the unit eepAr-aet pfiee fe 7-17 SANITARY SEWERS Project No.SWP 27-2711 Page 125 r SPECIAL PROVISIONS - Continued 7-17.2 Materials .r Section 7-17.2 is replaced with the following: (******) Pipe used for sanitary sewers may be: M Rigid Thermoplastic Concrete PVC (Polyvinyl Chloride) • Ductile Iron All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified. r It is not intended that materials listed are to be considered equal or generally interchangeable for all applications. The Engineer shall determine from the materials listed those suitable for the project,and shall so specify in the specifications or plans. Materials shall meet the requirements of the following sections. Plain Concrete Storm Sewer Pipe 9-05.7(1) Reinforced Concrete Storm Sewer Pipe 9-05.7(2) Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1) Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Ductile Iron Sewer Pipe 9-05.13 Sanitary Sewer Steel Encasement Pipe 9-05.21 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(l) is supplemented by adding the following: (******) When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream system, shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. r 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: .. (******) Once the television inspection has been completed the contractor shall submit To the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and Page 126 Project No.SAT 27-2711 r SPECIAL PROVISIONS - Continued compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (15/16 I.P.S.). 7-17.4 Measurement .. Section 7-17.4 is supplemented as follows: Measurement of"Bank Run Gravel for Trench Backfill" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets. 7-17.5 Payment Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Sant Sewer Encasement—Station 13+18 " �'Y per lump sum. "Sanitary Sewer Encasement—Station 15+58,"per lump sum. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing,hauling, and assembling in place the completed installation including all wyes, tees, special fittings,joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. "Unsuitable Foundation Excavation, Incl. Haul,"per cubic yard. The unit contract price per cubic yard for "Unsuitable Foundation Excavation, Incl. Haul" shall be full pay for all work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill,"per cubic yard,or Ton. The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill"shall be full pay for all work to furnish, place,and compact material in the trench. Payment for all work associated with this item of work shall be under the unit contract price for .. the various bid items described in Section 1-09.14 of these Special Provisions. r r Project No.SWP 27-2711 Page 127 r r SPECIAL PROVISIONS - Continued 8-01 EROSION CONTROL (REVISED SECTION,PROJECT NO. SWP 27- r 2711) 8-01.1 Description ar Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during ri the duration of this project. The Contractor will be held solely responsible for maintenance of all erosion control facilities necessary during the duration of this Contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Sediment Control Fencing • Sandbags and Hay Bales • Seeding,Fertilizing,and Mulch s • Topsoil • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal. 8-01.3(2)A Topsoil r Section 8-01.3(2)A is supplemented with the following: Topsoil shall be a mixture of Pacific Garden Mulch 30% and Loamy Sand 70% screened through ,r a 3/8" screen. Available through Pacific Topsoils(800) 884-7645 or equivalent. 8-01.3(3) Miscellaneous Erosion Control(New Section,Project No. SWP 27-2711) r The Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. The Contractor shall cover all soil stockpiles at the end of the workday with plastic sheeting securely anchored against the wind. Runoff from the plastic sheeting shall not impact private property and shall be directed to the City storm sewer system. 8-01.3(4)A Seeding • Section 8-01.3(4)A shall be supplemented with the following: r Page 128 Project No.SWP 27-2711 r SPECIAL PROVISIONS - Continued Turftype Perennial Ryegrasses shall be a blend of the following: Dasher II Manhattan II % by Weight 100 Fiesta II Prelude Min. Seed 98 Diplomat Bright Star Min. Germination 90 Omega II Saturn Max. Weed Seed 0.05 EIF SR 4200 Tophat Lawn Seed Mix(rates,per 1,000 sf): r 46#Wood Fiber Mulch 5#Seed Mix 15# 10-20-20 Fertilizer 1#Tackifier When weather conditions are not conducive to satisfactory results from seeding operations the Engineer may order the work suspended and it shall be resumed only when the desired results are likely to be obtained. �•• Inspection of any area will be made upon completion of each area of application of seeding and fertilizing and again upon completion of the application of the mulching. ., The work in any area will not be measured for payment until a uniform distribution of the material is accomplished at the specific rate. .. In some areas, it may be necessary to apply a four-inch lift of"top-soil" to the disturbed surface prior to hydroseeding. This item will be paid for separately as noted in the Proposal. 8-01.3(4)B Fertilizing Section 8-01.3(4)B shall be supplemented with the following: A. Tree& Shrub Fertilizer Agriform 20-10-15 planting tablets or equivalent. B. Lawn Fertilizer A commercial fertilizer meeting the requirements of Section 9-14.3 shall be furnished. All fertilizer shall be pre-mixed prior to bringing on the job. Initial Application: 10-20-20 at the rate of fifteen (15) pounds per 1,000 square feet. Second Application: When the grass is two inches high, and prior to mowing, a post-seeding fertilizer (10-20-20), shall be applied at the rate of fifteen (15) r Project No.SWP 27-2711 Page 129 �r SPECIAL PROVISIONS - Continued pounds per 1,000 square feet. r Fertilization after First Mowing: After the first mowing, the Contractor shall apply fertilizer (6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. r 8-01.3(5) Mulching Section 8-01.3(5)shall be supplemented with the following: •■ Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating process, from fir, hemlock, or alder. The mulch shall have a minimum 60% of fibers 8.5 mm or longer and 77%of the total fiber exceeding 3.5 mm in length. Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each r package. Fiber shall be dyed green in color to provide visual metering of application. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. 8-01.3(6)B Soil Binder or Tacking Agent r Section 8-01.3(6)B shall be supplemented with the following: Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the wood r fiber in the drying process. Percentage of tackifier shall not be less than 2%or greater than 10%, with the percentage used clearly labeled on the outside of package. r Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. 8-01.5 Payment Payment for all construction associated with these items of work shall be under the unit and lump sum contract prices for the various bid items described in the Section 1-09.14. r 8-02 ROADSIDE PLANTING (REVISED SECTION,PROJECT NO. SWP 27- 2711) 8-02.1 Description a Section 8-02.1 shall be supplemented with the following: This work shall include all planting of trees, shrubs and sod on the site. The planting shall be ., installed using the materials shown on the Plans and/or as specified in these Special Provisions. Page 130 Project No.SWP 27-2711 .r SPECIAL PROVISIONS - Continued The planting shall be installed to grades and conform to the areas and locations as shown on the Plans,or as directed by the Engineer. 8-02.2 Materials Section 8-02.2 shall be supplemented with the following: Trees and Shrubs Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6., and to the American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality standards. Fertilizer Tree and Shrub Fertilizer: Agriform 20-10-15 planting tablets for planting pits. Trees: Four(4)21 gram tablets Shrubs: Two(2)21 gram tablets Groundcovers: None required. Fertilizer for Sodded Areas: Initial Application: 10-20-20 at the rate of fifteen(15)pounds per 1,000 square feet. Second Application: When the pp grass is two inches high, and prior to mowing, apost- seeding fertilizer (10-20-20), shall be applied at the rate of fifteen (15) pounds per 1,000 square feet. Fertilization after First Mowing: After the first mowing, the Contractor shall apply _ fertilizer(6-24) at the rate of thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing shall continue on a weekly basis thereafter until Physical Completion of the project. Mulch Shrub Bed Mulch: Shrub bed mulch shall be Pacific Garden mulch or equal approved by the City. Available aw through Pacific Topsoil(800) 884-7645. Tackifier: Tackifier to be primarily composed of guar gum. Tackifier shall be incorporated into the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage used clearly labeled on the outside of package. Project No.SWP 27-2711 Page 131 r ■r SPECIAL PROVISIONS - Continued r Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch to provide tackifier rates equivalent to or greater than specified. ., Grass: .n Turftype Perennial Ryegrasses shall be a blend of the following: Dasher II Manhattan 11 %by Weight 100 Fiesta II Prelude Min. Seed 98 Diplomat Bright Star Min. Germination 90 Omega II Saturn Max.Weed Seed 0.05 EIF SR 4200 Tophat Lawn Seed Mix(rates per 1,000 sf): • 46#Wood Fiber Mulch 5# Seed Mix ■r 15# 10-20-20 Fertilizer 1#Tackifier Sod: Provide sod as follows: Mixture: 60%Perennial Turf Type Ryegrass 20%Hybrid Kentucky Bluegrass 20%Fescue Ryegrass: 60%by weight TARA perennial ryegrass DANDY perennial ryegrass •r SHERWOOD perennial ryegrass Fescue: 20%by weight SPARTAN Hard Fescue Sod shall: • Contain no more than 1% other grasses, none of which is coarse or of undesirable variety. • Be free of weeds,pests,and diseases. • Contain no more than I%Poa Anna(annual bluegrass). • Be not less than 10 months old and no more than 14 months old; healthy and with a dense,vigorous,well-developed root structure. • Be grown on fumigated soil with intensive care and cultivation under .r rigid quality control. • Be cut from fields no more than 24 hours before delivery to job site. Sod is available through County Green Turf Farms; 1-800-300-1763, or approved equal. Page 132 Project No.S WP 27-2711 r w SPECIAL PROVISIONS - Continued 8-02.3 Construction Requirements Section 8-02.3 shall be supplemented with the following: Sod Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and raked into the topsoil. When grass reaches 2 inches in height and before mowing, apply the second .. application of 10-20-20. Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be moistened by sprinkling. All butt joints shall be staggered. On sloped areas, the sod shall be laid with the long dimension parallel to the toe or top of slope. After placing, the sod shall be rolled and heavily watered by sprinkler. The Contractor shall be responsible for watering and fertilizing the sod during the establishment period. Watering shall be scheduled to prevent drying of joints between sod strips. Four weeks after the first mowing, 6-2-4 fertilizer shall be applied and reapplied at six week intervals. w Maintenance w The maintenance of all sodded and seeded areas shall include watering, weed treatment, mowing (between April I` and September 30th) with a mower with soft pneumatic wheels, and edging adjacent to paving, curbs, or walls. Maintenance shall continue until physical completion of the .. project. Inspection and Substantial Completion After completion of all sodding and seeding, including the post-planting fertilization, which follows the first mowing, the Engineer will review the sodded or seeded areas for adequacy. Areas not fully established (sod) or germinated (seeded) with a uniform stand of grass, or areas damaged through any cause prior to this inspection shall be resodded/reseeded, as herein specified at the Contractor's expense. "Uniform stand of grass" shall signify complete cover of lush,thriving,green grass with no bare spots. w Reseeding Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (30 lbs.) per 1,000 sf, all areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before physical completion of the project. 8-02.3(2)A Chemical Pesticides No chemical herbicides will be allowed in planting or ground cover areas. 8-02.3(4) Preparation, Cultivation,and Cleanup The costs of removing all excess material and debris shall be incidental to other contract pay items. Project No.SWP 27-2711 Page 133 err SPECIAL PROVISIONS - Continued Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into the existing subgrades to a minimum transition depth of 6 inches. 8-02.3(4)A Finish Grading and Topsoiling rr Finish grades of planting and seeding areas shall allow for soil preparation and mulch. Finish grades shall be as follows: rrr Planting Areas: 2 inches below all walks, curbs,and/or hard-surface edges. Seeding Areas: 1 inch below all walks,curbs, and/or hard-surface edges. • Perform all excavation and backfill necessary to provide finish grade of landscape areas as indicated and specified. Remove from site excess and unsuitable material. Any fill material rr required to bring landscape areas to finish grade shall be imported Topsoil Type A. Landscape areas shall be graded to lines, grades, and cross sections indicated. Grades shall meet the following: ■r 1. Maximum 2:1 slope,unless otherwise indicated. • 2. Smooth and round off surfaces at abrupt grade changes. 3. Feather grades to meet existing gradually. 4. Provide minimum 2 percent crown or slope in all landscape areas. The Contractor is responsible for any adverse drainage conditions that may affect plant growth, unless he contacts the Project Engineer immediately indicating any .. possible problem. Finish grades shall be inspected and accepted by the Project Engineer prior to commencing planting or seeding work. The costs of removing all excess material and debris shall be incidental to other contract pay r, items. 8-02.5 Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-04 CURB,GUTTERS,AND SPILLWAYS (REVISED SECTION,PROJECT NO. SWP 27-2711) 8-04.1 Description Add the following: Page 134 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued Work includes replacement of curb and gutters removed or damaged due to construction activities. 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions, unless .� otherwise noted in the Plans or by the Engineer. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement(New Section,Project No. SNAP 27-2711) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. See bid items descriptions for units of measure and payment. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: The unit contract price per lump sum for "Remove/Relocate Existing Signing" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. Project No.SWP 27-2711 Page 135 r SPECIAL PROVISIONS - Continued 8-13.3 Construction Requirements .r Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: (******) The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. °' When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After r' construction is complete, the monuments shall be re-established by the surveyor in accordance with RCW 58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: (******) All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument"per each. Resetting an existing monument impacted by construction shall be incidental unless included as a .. pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS .r 8-14.3(4) Curing .r Section 8-14.3(4)is replaced with: (******) The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. r The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be r excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. Page 136 Project No.SWP 27-2711 sr SPECIAL PROVISIONS - Continued The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the contract does not provide a pay item for"Curb Ramp, Cement Concrete,"but the plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment s Section 8-14.5 is supplemented by adding the following: Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc. Sidewalk." Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for"Traffic Control." Project No.SWP 27-2711 Page 137 r SPECIAL PROVISIONS - Continued 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.2(1) Equipment List and Drawings (******) Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. 2. Signal standards with or without pre-approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1)is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-21 PERMANENT SIGNING(ADDED SECTION,PROJECT NO. SWP 27- 2711) 8-21.3(5) Sign Relocation Section 8-21.3(5) shall be supplemented with the following: .. Permanent Sign Relocation During the life of the Contract, all existing signs that are damaged or removed shall be replaced by the Contractor at no expense to the Owner. Temporary Sign Relocation Existing signs may be temporarily relocated to portable sign stands for convenience of construction, subject to the approval of the City inspector. When temporarily installed on posts, the signs shall be located as near as practical to their permanent locations and shall have a minimum vertical clearance above the pavement in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). Upon completion of construction in the area immediately surrounding the permanent sign location, the sign and support shall be re-installed in their permanent location. All portable sign stands shall be designed to rigidly support the sign in position without creating a hazard to the motorist. Portable sign stands shall be furnished by the Contractor and upon r Page 138 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued completion of the work shall remain the property of the Contractor and shall be removed from the project. All signs, unless specified herein, shall be mounted at a height of seven feet as measured vertically from the ground (finished grade) to the bottom of the sign. Signs shall be installed in conformance with the Standard Sign Installation Plan Detail. All sign posts shall conform to the Standard Sign Installation Plan Detail. Existing sign posts which do not conform to said detail shall be removed and wastehauled and a new sign post shall be furnished. 8-21.5 Payment All costs for furnishing and installing new signs, relocating existing signs, removing and delivering signs to City shop, as specified herein and shown on the Plans including metal tube sign posts, concrete anchors, and fasteners shall be included in the lump sum price bid for "Remove/Relocate Existing Signing"as listed in the Proposal. Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. See bid items descriptions for units of measure and payment. -- 8-22 PAVEMENT MARKING 8-22.1 Description w The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24- foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane, two-way highways and for channelization. Approach Line(New) Project No.SWP 27-2711 Page 139 SPECIAL PROVISIONS - Continued A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands,hash marks,and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line(Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line .r and a 15-foot gap. Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center AV of lanes. See detail sheet. Stop Line(Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. r (Revised Section,Project No. SWP 27-2711) Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.2 Material Section 8-22.2 shall be supplemented with the following: The following pavement marking materials have been tested and prequalified for use. Plastic—Tape Manufacturer Name Brand 3M Company 3M Stamark 380 -60 mil. ,r Tape materials are not allowed on bituminous surface treatment(BST)pavement. Page 140 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued w Plastic—Extruded Material Manufacturer Identification Lafrentz Road Services Ltd. Lafrentz Thermoplastic Morton International (Norris) Dura-Stripe AC la. Motron International(Norris) Duraline-Thermoplastic Pave-Mark Corporation Pave-Mark Hydrocarbon Pave-Mark Corporation Pave-Mark Alleyd ... *Cataphote, Inc. Catatherm ABITOL * Approved for installation in Western Washington only. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: w (******) A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment w Section 8-22.5 is supplemented as follows: w (******) Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 8-23 TEMPORARY PAVEMENT MARKINGS r 8-23.5 Payment Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the AV contract or included under"Traffic Control,"if that item is included as a bid item. s Project No.SWP 27-2711 Page 141 rr SPECIAL PROVISIONS - Continued 9-03 AGGREGATES (January 5,2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESALs The number of ESALs for the design and acceptance of the I MA shall be*** $$1$$ *** million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: .s (****) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Aggregate, percent passing Evaluation Evaluation 1", 3/4", 1/2", and 3/8" sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% r U.S.No. 50 sieve ±4% ±6% U.S.No. 100 sieve ±3% ±5% U.S.No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum w+ These tolerance limits constitute the allowable limits as described in Section 1- 06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.10 Aggregate For Gravel Base (Revised Section,Project No. SWP 27-2711) Section 9-03.10 shall be supplemented with the following: Gravel Base material shall be free of rock fragments larger than three inches. Page 142 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 9-03.22 Controlled Density Fill(New Section,Project No. SWP 27-2711) Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing and excavatable material which will result in a hardened,dense,non-settling fill. Where not specified in this section, measuring, mixing, delivery and placement shall follow ASTM C94 or WSDOT 6-02.3. dM 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water, and admixtures, which has been batched and mixed in accordance with ASTM C94 or WSDOT 6- 02.3. Light Weight Control Density Fill shall be a foamed concrete product mixture of Portland cement, fly ash, aggregates, water, and admixtures, which shall have cured unit weight between 60 to 65 lbs per cubic foot and a minimum compressive strength of 150 psi. It shall be Elastazell Class V or equal. Materials 1. Portland Cement: ASTM C150, AASHTO M85, or WSDOT 9-01 .. 2. Fly Ash: Class F or Class C 3. Aggregates: ASTM C33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water: WSDOT 9-25 ,. 5. Admixtures: WSDOT 9-23.6, AASHTO M194, ASTM C494, or ASTM C260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are aw only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Owner or approved trial mix data or field test results for proper strength, workability, consistency, and density. " Class of CDF A g C Maximum Compressive Strength, lbs.per s . in. 100 300 300 (lbs./s .ft.) (14,400) (43,200) (43,200) Max. gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard,approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 +� Lbs. of dry aggregate per cubic yard, approximate (assumed S .G. 2.67) 3,200 3,200 3,200 Project No.SWP 27-2711 Page 143 SPECIAL PROVISIONS - Continued 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. r 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable CDF, 3/8"minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 9-03.22(3) Placement CDF can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6-inch slump Normal Flow-ability 6—8 inch slump Vn High Flow-ability 8 inch slump or greater CDF shall be placed by any reasonable means in to the area to be filled. Flowable CDF shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with CDF du shall be contained at either end of trench section by bulkhead or earth fill. CDF patching, mixing and placing may be started if weather conditions are favorable, when the or temperature is at 34 degrees F and rising. At the time of placement, CDF must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling stage shall be as continuous an operation as is practicable. CDF shall not be placed on frozen ground. 9-03.22(4) Compaction •r For flowable CDF compaction is not necessary for placement. The Contractor may as an option, adjust the water content to obtain a 0 to 1 inch maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. ■r 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with CDF for at least 24 hours after placement or until CDF is compacted or hardened to prevent rutting by construction equipment of traffic. .r 9-03.22(6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. .r If laboratory trial batches or field trial data confirm weight and strength,no further testing will be necessary, if approved by the Owner. mr ar Page 144 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-03.22(7) Payment Ap Payment for all work associated with this item of work shall be under the unit contract price for the various bid items described in Section 1-09.14 of these Special Provisions. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7 Concrete Storm Sewer Pipe Section 9-05.7 is revised as follows: 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC) VM Section 9-05.7(2)is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance(RC) Section 9-05.7(2)A is supplemented by the following: .. All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and(2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3)is replaced by the following: M.. Project No.SWP 27-2711 Page 145 1� SPECIAL PROVISIONS - Continued r Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC) • Section 9-05.7(4)is supplemented by the following: �r Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.12(3) CPEP Sewer Pipe(New Section,Project No. SWP 27-2711) Section 9-05.12(3) is a new additional section: CPEP — Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition,the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.13 Ductile Iron Sewer Pipe (DI) (Revised Section,Project No. SWP 27-2711) Section 9-05.13 shall be supplemented with the following: DI pipe shall be Class 52. Watertight joints shall be furnished and installed. 9-05.21 Steel Encasement Pipe(New Section,Project No. SWP 27-2711) Section 9-05.21 is a new additional section: Steel encasement pipe shall be fabricated from steel conforming to the requirements of ASTM Designation A-53, Grade B. The welded steel encasement pipe shall be the diameter shown on the Plans and shall have a minimum wall thickness of 0.25 inches. Pipe shall be of all-welded • construction and shall be watertight. Successive length of pipe shall be jointed with a continuous weld. .r 9-14 EROSION CONTROL AND ROADSIDE PLANTING (REVISED SECTION,PROJECT NO.SWP 27-2711) as 9-14.1(3) Topsoil Type C Section 9-14.1(1)shall be supplemented with the following: r Topsoil shall not be used while in a frozen or muddy condition. r ar Page 146 Project No.SWP 27-2711 rl/ SPECIAL PROVISIONS - Continued All topsoil shall be furnished as necessary to complete the required restoration and seeding. A certified analysis of the topsoil from each source shall be submitted to the Owner before delivery to the site. If deficiencies in the topsoil are found as a result of this analysis, they shall be corrected at no +� expense to the Owner. 9-14.8 Cleaning(New Section,Project No. 27-2711) Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials,debris and equipment. Repair damage to any project features. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash(RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around waterlines. •� 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1)is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C 104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves(3inches to 12 inches) Section 9-30.3(1)is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14,Mueller Company No. A2380, Kennedy, or M&H. um Approval of valves other than models specified shall be obtained prior to bid opening. no All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12"gate valve assembly vault and 1"bypass installation. .. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. WP Project No.SWP 27-2711 Page 147 ors SPECIAL PROVISIONS - Continued �r Resilient Seated Gate Valves ..r Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. .w All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C M" 550 latest revision. Valves shall be provided with two(2)internal O-ring stems seals. The valves shall be equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or 40 integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve As materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,Kennedy. • Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch bypass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3)is supplemented by adding the following: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 'r 9-30.3(5) Valve Marker Posts Section 9-30.3(5)has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker 0.375" x 6'-0" or approved equal with r blue label"water." Page 148 Project No.SWP 27-2711 SPECIAL PROVISIONS - Continued 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: Air and vacuum release valves shall be APCO — Valve and Primer Corp, "Heavy-Duty," combination air release valve,or equal. ,,. Installation shall be per the City of Renton Standard Detail,latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans ,. is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8)is revised as follows: Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly(New Section,Project No. SWP 27-2711) a Section 9-30.3(9)is a new section: MM (******) Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the Plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: .. Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4)has been revised as follows: .. Fittings used for copper tubing shall be compression type with gripper ring. Project No.SWP 27-2711 Page 149 r err SPECIAL PROVISIONS - Continued 9-30.6(5) Meter Setters +r Section 9-30.6(5)has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. .s .r • .r .r mr a r .rr �r Page 150 Project No.SWP 27-2711 4W _ ~ _ � _ ~ _ _ _ � GEOTECHNICAL INFORMATION - ' REVISED FINAL GEOTECHNICAL REPORT Renton Village Storm System Improvement Proj. City of Renton, Washington HWA Project No. 2006-067-21 Prepared for Gray & Osborne, Inc. (G&O #05731.00) January 12, 2007 i 1 HWAGEOSCIENCES INC. • Geotechnical Engineering • Hydrogeology • Geoenvironmental Service: • Inspection & 7isting 1 HWA GEOSCIENCES INC. U6eotechnical d Pavement Engineering• Hydrogeology • Geoenviron mental • Inspection & Testing ar January 12, 2007 HWA Project No. 2006-067-21 G&O Project No. 05 73 1.00 qF Gray & Osborne, Inc. 701 Dexter Avenue N Ste 200 Seattle, Washington 98109-1004 Attention: Mr. Barry Baker, P.E. Subject: REVISED FINAL GEOTECHNICAL REPORT Renton Village Storm System Improvement Project .. City of Renton,Washington .. Dear Mr. Baker: As requested,HWA GeoSciences Inc. completed a design level geotechnical engineering study for the Renton Village Storm System Improvement Project. Results of our investigation and geotechnical recommendations for design and construction of the replacement culvert were provided in a draft report dated August 16, 2006. Revisions were made to that report based on comments from the City and project team discussions, and a final report was submitted November 9, 2006. However, additional subsurface explorations and analyses were subsequently conducted at your request to determine if subsurface conditions were more favorable along potential alternate alignments further to the east. This revised final report includes the findings of the additional investigation and analyses performed. We appreciate the opportunity to have provided geotechnical services on this project. Sincerely, HWA GEO NCES INC. Lorne Balanko, P.E. 19730-64th Avenue W. Geotechnical Engineer/President Suite 200 Lynnwood,WA 98036.5957 Tel: 425.774.0106 Fax: 425.774.2714 www.hwageosciences.com i*w TABLE OF CONTENTS Page w 1.0 INTRODUCTION............................................................................................................I 1.1 GENERAL.....................................................................................................1 •.. 1.2 PROJECT DESCRIPTION................................................................................1 1.3 SCOPE OF SERVICES AND AUTHORIZATION..................................................2 2.0 FIELD AND LABORATORY INVESTIGATIONS ........................................... ...2 .................. "w 2.1 FIELD INVESTIGATION.................................................................................2 2.2 LABORATORY TESTING................................................................................3 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS.................................................................3 3.1 SURFACE CONDITIONS.................................................................................3 3.2 GENERAL GEOLOGY....................................................................................4 3.3 SUBSURFACE CONDITIONS...........................................................................4 3.4 GROUND WATER CONDITIONS .................................................................... 4.0 CONCLUSIONS AND RECOMMENDATIONS..................................... ...6 .......................... 4.1 GENERAL.....................................................................................................6 4.2 FOUNDATIONS 4.2.1 Seismic Considerations.................................................................7 4.2.2 Subgrade Conditions.....................................................................8 4.2.3 Estimated Settlement.....................................................................9 4.3 LATERAL EARTH PRESSURES.......................................................................12 4.4 EXCAVATION STABILITY AND SHORING.......................................................13 4.4.1 General ..........................................................................................13 4.4.2 Shoring .........................................................................................13 ... 4.5 DEWATERING ..............................................................................................14 4.6 BACKFILL PLACEMENT AND COMPACTION..................................................1$ 4.7 EROSION CONSIDERATIONS.........................................................................16 5.0 CONDITIONS AND LIMITATIONS..................................................................................16 LIST OF FIGURES •� Figure 1. Vicinity Map Figure 2. Site and Exploration Plan Figure 3. Cross Section A-A' Figure 4. Trench Subgrade Preparation ,r w 2006-067 Rev Final2.doc i HWA GEOSCIENCES INC. rr APPENDICES Appendix A: Explorations Figure A-1 Legend of Terms and Symbols Used on Exploration Logs Figures A-2 to A-8 Logs of Boreholes 1311-1 through BH-7 Appendix B: Laboratory Test Results Figure B-1 Liquid Limit, Plastic Limit and Plasticity Index of Soils Figures B-2 to B-5 Grain Size Distribution Test Results Figure B-6 One-Dimensional Consolidation Plot Appendix C: Aquifer Testing and Analysis 2006-067 Rev Final2.doe 11 HWA GwSaEmES Ixc. .. 4W REVISED FINAL GEOTECHNICAL REPORT RENTON VILLAGE STORM SYSTEM IMPROVEMENT PROJECT RENTON,WASHINGTON 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of a geotechnical engineering study completed by HWA GeoSciences Inc. (HWA) for the planned replacement of the Renton Village storm sewer system, located between South Grady Way and 1-405, in the City of Renton, Washington. The project location is indicated on Figure 1. The objective of our work was to investigate subsurface soil and ground water conditions,and provide geotechnical recommendations for design and construction of the replacement storm sewer system. 1.2 PROJECT DESCRIPTION The project will replace two sections of existing pipe; a 440-foot long 42-inch concrete pipe, followed by a 220-foot long 48-inch corrugated metal pipe(CMP)culvert. The 42-inch pipe drains from an existing 72-inch pipe within the driveway just southeast of the Thriftway store in the Renton Village complex. The existing CMP discharges stormwater to a small stream (Rolling Hills Creek) at the south side of the One Renton Place(office building)parking lot, immediately north of 1-405. The existing and proposed storm sewer alignments,together with exploration locations,are shown on the Site and Exploration Plan, Figure 2. Presently, the invert elevations of the existing lines at inlet and outlet ends are understood to be of the order of 21 and 19 feet,respectively. Corrosion of the existing CMP at the outfall and collapse of the end of the pipe destroyed two parking spaces and left a portion of the existing culvert exposed, about two years ago. At the catch basin in the parking lot,which is the juncture of the concrete and CMP sections,we understand that the invert elevation of the 48-inch CMP is about 17.61 feet,while the invert elevation at the outfall is about 19.39 feet, giving the CMP a negative slope. The difference .. in elevations suggests that the catch basin has settled at least 1.78 feet. Based on information provided to date,we understand the City plans to remove the existing .. storm sewer and replace it with a larger culvert. The preferred and alternate alignments as determined before the geotecluucal exploration are shown on Figure 2. Based on the exploration data provided in the draft and final reports, a second alternative alignment close to the One Renton Place building was considered. To evaluate subsurface conditions along the second alternative alignment,three additional borings were advanced in December 2006. aw January 12,2007 ' HWA Project No. 2006-067-21 Based on the subsurface conditions encountered in the additional borings,we understand the original alignment remains the preferred. The preferred pipeline, as proposed by Gray&Osborne, Inc. (G&O), is a 4-sided, prefabricated concrete,box culvert, with dimensions of either 4 by 6 or 4 by 8 feet. It will consist of either an integral box section, or an inverted U-section set on a prefabricated concrete base. Alternatively,the existing culvert may be replaced with twin 48-inch diameter concrete pipes. Although design details of the new culvert are still in progress, we understand that the invert elevation will be of the order of 6 to 8 feet below existing grades. Based on existing ground elevations,this would provide for culvert invert elevations of approximately 21 feet at the upstream end,decreasing to approximately 19 feet at the outfall end. After culvert replacement,the asphaltic concrete pavement grades will be restored to approximately the existing ones. A new outfall area will be constructed and the lost parking spots restored. 1.3 SCOPE OF SERVICES AND AUTHORIZATION Our work was conducted in accordance with our Project Cost Estimate, submitted to Mr.Barry Baker,of G&O,on October 17,2005. Verbal authorization to proceed was given by Mr.Barry Baker on May 15,2006. Our initial scope of work included performing four exploratory boreholes at the site, installing two piezometer wells,slug testing and hydrogeological analysis,laboratory testing, geotechnical engineering analyses,and providing , geotechnical recommendations for the proposed replacement culvert. Additional work was authorized on December 5, 2006,per our scope and cost estimate of the same date, and included drilling three additional boreholes along an alternative alignment, consolidation testing of a peat sample and settlement analyses,and revision of the previously submitted final report. 2.0 FIELD AND LABORATORY INW4 STIGATIONS 2.1 FIELD INVESTIGATION We drilled four test boreholes along the proposed aliglunent on June 2ud and 13`x',2006. , Three additional boreholes were drilled on December 8, 2006. The boreholes were designated BH-1 through BH-7,whose approximate locations are shown on the Site and Exploration Plan, Figure 2. Borehole BH-2A was attempted beyond the east side of a high- voltage transmission line,but was terminated at 6.5 feet due to a hard obstruction(later determined to be an unmarked utility vault that was never used). To monitor ground water conditions, we installed slotted standpipe piezometers in boreholes BH-1 and BH-4. Ground water readings were taken on June 16,2006,and again on June 23, 2006-067 Rev Finalldoc 2 I IWA GLOSCir-�NcFs INC. MW January 12, 2007 m HWA Project No. 2006-067-21 aw 2006,to determine stabilized water table conditions. Slug testing in the piezometers was also performed on June 23, 2006. Field exploration methods are described in more detail,and summary borehole logs and ground water results are presented in Appendix A. 2.2 LABORATORY TESTING Laboratory tests were conducted on selected samples obtained from the boreholes to characterize relevant engineering properties of the site soils. Laboratory tests initially included determination of in-situ moisture content,particle size analyses,Atterberg Limits, and organic content of subsurface soil deposits where appropriate. During the second phase of investigation,an undisturbed sample of the peat deposit was obtained to permit consolidation testing for purposes of refining settlement estimates related to construction of the new stormwater conveyance system. The tests were conducted in general accordance with appropriate American Society of Testing and Materials(ASTM)Standards,and are discussed in further detail in Appendix B. The results are presented hi Appendix B,or are displayed on the exploratory logs in Appendix A. 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS 3.1 SURFACE CONDITIONS The ground surface along the storm sewer alignment is relatively flat,sloping gently to the south at elevations ranging from approximately 26 to 30 feet. The ground surface along the alignment consists of paved parking lots on both sides of South Renton Village Place. The existing parking lot pavements are in good condition, aside from settlements experienced at the south end of the site, and settlement in the vicinity of the existing catch basin r. approximately 225 feet north of the south edge of the parking lot. Also,most of the parking lot south of Renton Village Place appears broadly down-warped, with scattered long pavement cracks existing in areas within which the boreholes encountered peat. Pavement damage at the south edge of the parking lot includes the erosion and loss of two parking spaces and the exposure of part of the existing CMP storm sewer culvert. In addition to the storm sewer,there are significant underground utilities in the project area,including sanitary sewer lines,water mains, telephone and natural gas. .. Water from the current storm sewer system is discharged into a drainage ditch/stream on the south end of the site. The amount of water discharged is variable and depends on local precipitation conditions. During a heavy rain storm,the water discharging from the storm sewer system was observed as high as a few inches from the top of the exposed culvert. aw 2006-067 Rev FinaMdoc 3 HWA GEOSCIENCES INC. TAW r January 12,2007 HWA Project No. 2006-067-21 3.2 GENERAL GEOLOGY Geologic information for the site was obtained from the Geologic Map of the Renton Quadrangle, King County, Washington(Mullineaux,D. R., 1965). This map indicates that there are three surficial geologic units crossed by the storm system. From north to south, these consist of the following: 1) Quaternary recessional glaciolacustrine deposits, consisting primarily of loose to medium dense sand with some silt and clay. This material was deposited in an ice- dammed lake in the Duwamish Valley,during recession of the latest continental glaciation;the Vashon Stade of the Fraser Glaciation. 2 Holocene alluvium from the Cedar River,consisting of loose sand and gravel with thin beds of silt, clay, and peat. 3 The Eocene Renton Formation,consisting of sandstone, mudstone, and shale and ' some coal beds. The sandstone is arkosic(25%or more feldspar)and irregularly cemented with calcium carbonate. Typically,it is poorly indurated and can be drilled with a hollow stem auger. The hill slope immediately south of I-405 is also mapped as the Renton Formation. 3.3 SUBSURTACE CONDITIONS Native soils encountered in the boreholes were in general conformance with the geologic , map. However,from 1 to 3 feet of fill was present,beneath the asphalt pavement, in each of the borings,overlying native soils. The soils encountered were as follows, in order from youngest to oldest: Fill: Gravel sub-base material was present beneath the parking lot pavement,to depths of approximately 2 to 3 feet. In BH-1,beyond the southern margin of the parking lot, silty sand fill was present to a depth of one foot. Buried Topsoil: A one-foot thickness of topsoil was present in BH-1,at a depth interval of 1 to 2 feet,and consisted of dark brown silty clay. Alluvium: Soft peat, organic silt,and loose to medium dense silty sand. deposited in a , fluvial environment,were encountered in borehole BH-2. The total thickness of peat and organic silt in BH-2 was approximately 15'/2 feet, extending from 8'/2 to 20 feet and 24 to 28 feet below the ground surface. Supplemental drilling was conducted along an alternative alignment to determine if it was possible to avoid the peat. However,the additional drilling encountered a 10 foot thickness of peat and organic silt at BH-5,nearly 6 feet of peat in BH- 6, and nearly 5 feet of peat in BH-7. The alluvium,as described above,extended to the full depths explored(26.5 to 31.5 feet)in these additional three boreholes. Both the peat and 1 2006-067 Rev Tinalldoc 4 HWA GEOSCIENCES INC. January 12, 2007 ••� HWA Project No. 2006-067-21 organic silt are highly compressible,which likely contributed to the settlement of the catch basin and storm pipe by borehole BH-2,and the segment of the north-south sanitary sewer line crossing this area. Boreholes BH-3 and BH-4 encountered silty sand alluvium to depths of 7 and 4'/2 feet, respectively. Recessional Glaciolacustrine: This deposit was encountered in boreholes BH-1 through BH-4,and was revealed to be a generally fining-upward sequence,typical of a glacial meltwater depositional environment in which the meltwater source is receding. It consisted of several feet of medium stiff clay, over stiff silt and medium dense silty sand. Sandstone(Renton Formation): Borehole 1311-1 encountered medium dense to very dense weathered sandstone,at a depth of 10%2 feet. The feldspar and rock grains crumbled under finger pressure,as well as during grain size analyses, indicating a high degree of chemical weathering. This does not occur with similar-appearing glacial advance outwash sands in the area. Boreholes BH-2 through BH-4 were terminated at greater depths than BH-1,without encountering the Renton Formation. 3.4 GROUND WATER CONDITIONS Ground water levels observed in the boreholes were recorded on the borehole logs. However, MW observations of water levels during drilling can be misleading. Actual ground water levels are often higher than those observed,because boreholes are typically open only for a short time,and the auger used to advance the borehole can smear the side of the hole inhibiting .� seepage. Moreover,the ground water elevations reported on the borehole logs are for the specific dates and locations indicated and,therefore, may not be indicative of other times and/or locations. Ground water level readings were taken in the open borings upon completion and in the piezometers on June 16 and 23,2006. Water level observations in the open borings and piezometers are summarized in Table 1. However,to gain an appreciation of seasonal ground water variations,measurements should be made during times of typical seasonal high ground water,in late winter and early spring. 2006-067 Rev Pinal2.doc 5 14WA GEOSCIENCES INC. January 12,2007 HWA Project No. 2006-067-21 Table 1: Ground Water Measurements for Boreholes BH-1 through BH-7 , Borehole Surface Open Borehole Piezometer Water Depth (ft) Designation Elevation Water Depth (ft) (ft) June 16,2006 June 23,2006 BH-1 26 7.5 5.60 5.60 BH-2 27 2.5 NA NA BH-3 29 12.5 NA NA BH-4 30 10.5 6.70 6.79 ' 1111-5 28 NA NA NA BH-6 29 8.0 NA NA 1111-7 29 5.0 NA NA Soil and ground water conditions are depicted schematically on Figure 3, which represents a cross-section along the approximate preferred alignment of the proposed new culvert , improvements. Aquifer testing was performed by HWA on June 23, 2006,and consisted of slug testing and pump testing. The methods are discussed in Appendix C,and conclusions are summarized in Section 4.5,Dewatering. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL Based on the subsurface conditions encountered in our geotechnical investigation,the following will affect the design and construction of the proposed project: • The proposed storm sewer will traverse loose or soft alluvial soils below the ground water table. In general,the soils are capable of supporting the new sewer, considering that the culvert sections will likely weigh less than the soil it displaces. However,over- . 2006-067 Rev Final2.doc 6 HWA GROSCrFNCES INC. January 12,2007 HWA Project No. 2006-067-21 .w excavation of trench base through the peat area will be necessary to effect suitable subgrade support conditions and,depending upon the width and configuration of the IM trench excavation actually undertaken for the line by the contractor, it is possible that the weight of combined baekfill and culvert could increase stresses on the underlying compressible soils. Therefore,we recommend the use of a foamed concrete CDF as the culvert foundation,and lightweight fill such as bottom ash for trench baekfill up to 2 feet from the ground surface. Additionally, depending on trench characteristics, it may be desirable to backfill some of the culvert with the same material to reduce stresses to at .. least a neutral condition. • An existing 12-inch A.C. sewer pipeline is in close proximity to the proposed alignments, lying some 40 feet east of the existing 48-inch CMP and of the order of 20 feet east of the preferred replacement alignment,as indicated on Figure 2. This sewer line was camera surveyed by the City on October 23,2006, and the results indicate a sag in the line, extending from approximately its under-crossing of the existing 42-inch concrete storm line to a point about 160 feet to the south. This sag is considered to represent post- installation settlement,likely due to consolidation of underlying compressible soils. We understand that the City considers the settled sewer pipeline to be presently serviceable, but is presumably sensitive to additional settlement and vibration. "' • Ground water levels should be anticipated to range from approximately 3 to 7 feet above trench invert. Much of the dewatering requirements for this project are anticipated to be accomplished with sumps. The use of localized sumps would minimize potentially ' damaging settlements to adjacent utilities and pavements that can occur with dewatering wells in such soil conditions. • Shoring will be needed along most or all the storm sewer trench alignment, depending on soil type,ground water seepage conditions, and proximity to existing utilities. The following sections provide recommendations for foundation design, shoring and lateral earth pressures,dewatering,and construction considerations. MW 4.2 FOUNDATIONS ,,. 4.2.1 Seismic Considerations Buried culverts are typically not required to be designed to seismic design standards (AASHTO, 1996). Accorduigly, unless otherwise requested,seismic parameters have not been provided herein. Our assessment of the liquefaction potential of soil deposits at this site suggests that substantial portions of the silty sand(SP/SM)material encountered in the borings can liquefy under a moderate to severe earthquake event. Only the silt(ML) and clay(CL/CH), and 2006-067 Rev Finalldoo 7 HWA GEOSC[ENCES INC. r January 12,2007 HWA Project No. 2006-067-21 organic(0I-1/PT)layers are considered unlikely to liquefy during a design(i.e. 1 in 475 year) seismic event,because of either their very high fines content and/or inherent plasticity ' characteristics. We understand that the new culvert will have an invert level on the order of 6 to 8 feet in depth below existing site grades. Hence, allowing for over-excavation needed to construct the foundation system,the trench base will be I to 2 feet lower. Since this depth of over-excavation could result in penetration through the non-liquefiable clay layer and into the liquefiable silty sand, in the vicinity of BH-1,we recommend that the invert depth be established as high as practicable,particularly in the lower end of the system. Empirical relationships suggest that volumetric strains associated with soil liquefaction at this site may be on the order of 1 to 3 percent,dependent on variability of soil conditions. Conservatively assuming that soil confinement at depth will limit lateral straining, the , estimated vertical displacements associated with liquefaction range from 1 to S inches. However,the likely range of settlement would be of the order of I to 2 inches in our opinion. Lateral spreading of the soils near the outlet channel is probable during the design seismic event, inasmuch as the top of the liquefiable zone is near or within the base of the channel banks. This lateral spreading could cause culvert joints to pull apart along the Iower end of the pipeline. The cost of preventing liquefaction(i.e. installation of stone columns),or supporting the ' culvert on piles to eliminate settlement or lateral spreading effects would exceed the costs of repairs. Accordingly,these mitigation measures are considered unwarranted. 4.2.2 Subgrade Conditions For most of the alignment,it is anticipated that the trench base for the box culvert will expose medium stiff to stiff clay at foundation level,which will be suitable for support of the proposed culvert. Soft peat and organic silt were encountered at borehole BH-2, near the settled catch basin. The recent camera survey by the City of the 12-inch sanitary line, ' coupled with our review of site contours and additional borehole information, suggests that the soft peat and organic silt deposits exist as a relatively narrow buried channel infill. This subsurface channel feature appears to be of the order of 160 feet in width and appears to trend in a general northwest-southeast direction toward One Renton Place. Based on our borehole information and the camera survey,we believe that the northerly edge of the channelized soft , deposits lies just to the north of the 12-inch sanitary line under-crossing of the existing 42-inch concrete line. Our boring BH-2 and the existing storm manhole appear to lie in approximately the middle of this inferred channel of compressible materials. 2006-067 Rev Pinal2.doc 8 HWA GROSCIENCES INC. January 12, 2007 HWA Project No. 2006-067-21 To provide for a suitable foundation bearing layer, we recommend that the trench be over- excavated 2 feet where organic soils are present at or within 2 feet of bottom of culvert(see Figure 4, Trench Subgrade Preparation). To minimize disturbance to the foundation subgrade during excavation,the excavator should use a smooth-edged bucket rather than a toothed bucket. The over-excavated soil should be replaced with 2 feet of controlled density fill(CDF)comprising a foamed concrete,as discussed in Section 4.2.3. We anticipate approximately 160 feet of trench(for the preferred alignment shown on Figure 2) will require this treatment,based on the borehole logs,the observed asphaltic concrete pavement cracking and settlement in the vicinity,and the recent camera survey by the City. Another alternative alignment closer to the One Renton Place building was considered in order to reduce the length of alignment over peat. However, in view of the additional borehole(BH-5, BH-6, .. and BH-7)findings,it is evident that peat underlies the easternmost alternative alignment as well and may,in fact,represent a total lineal extent greater than that affecting the initially preferred alignment. Hence,we understand that the initially preferred alignment will be �- maintained for the proposed new system. In areas beyond the limits of the organic soils, it would be acceptable to employ 1 '/a-inch minus crushed rock as the foundation bearing layer, and the depth of over-excavation may be reduced to 1 foot for this support layer(see Figure 4). In transition zones between over- excavated sections within poorer subgrade areas, the base of the over-excavated areas should taper uniformly at no steeper than 5H:1 V(Horizontal:Vertical)to the areas where over- excavation is not required. Abrupt steps in the over-excavation intervals should be avoided. The crushed rock should conform to the requirements outlined in Section 9-03.9 (1)Ballast, of the 2006 WSDOT Standard Specifications. The replacement fill should extend to 3 feet on either side of the culvert. The crushed rock should be compacted in lifts of about 12 inches with a vibratory plate compactor, or by static rolling with a small drum compactor. Compaction should be discontinued if pumping of the pad and underlying subgrade becomes apparent. We prefer CDF as the bearing material throughout since its use prevents disturbance to the supporting subgrade soils beneath the new culvert and its foundation system. In this latter ,., regard,we anticipate that the foundation system will comprise precast concrete slab sections that may be supported on a thin(6 inches or less) granular leveling course,placed on the CDF, or directly on the structural fill. 4.2.3 Estimated Settlement We have analyzed the City's camera survey data,which indicates that the maximum settlement of the 12-inch sanitary sewer line has been of the order of 2 to 2.5 feet,assuming that it was initially installed on a linear uniform profile between the manhole intervals +• surveyed. This maximum sag occurs roughly in the same area as the adjacent storm manhole, which appears to have settled at least 1.78 feet, based on an assumed level pipe invert profile 2006-067 Rev Pinalldoc 9 HWA GEOSCIENCGS INC. r January 12, 2007 ' HWA Project No. 2006-067-21 between manhole and outfall. As indicated previously,the location of maximum settlement appears to be in the approximate center of what is inferred to be a subsurface or buried channel infilled with compressible organic silt and peat deposits. Boring BH-2 is in this area and indicates some 15.5 feet of compressible soils, which are overlain by a combined 8.5 feet of fill and alluvium of much lower compressibility. The fill thickness appears to be of the order of 3 feet at this location, and reduces to about 1-foot thickness at BH-1 to the south. Although we do not know the timing of construction of the sewer and the parking lot in this location,it seems apparent to us that the fill was placed for the parking lot development after the sewer line had been constructed. The added weight of 3 feet of granular fill would have induced loading of the compressible organic silt and peat and would have generated consolidation of these deposits,accompanied by settlements of the sewer line which is located at about 7 to 8 feet in depth in this location. Whereas the existing surface features of the parking lot do not immediately suggest this degree of surface settlement, available ground , profiles along the existing storm line and sanitary sewer tend to support this conclusion. To determine whether 3 feet of fill could generate this order of settlement,we undertook , settlement calculations based on the soil profile at BH-2 and assumed consolidation parameters for the various soil units,based on our experience. Our analyses indicate that from 18 to 23 inches(1.5 to 1.9 feet)would be generated by 3 feet of granular fill placed over ' the soil profile observed in BH-2,which we consider to be generally in good agreement with the settlement observations that have been made on both the existing sanitary and storm , sewer lines. Our recent consolidation testing of a sample of the peat from BH-5, which we consider to likely be representative of the peat deposit in this area,confirms the consolidation parameters initially assumed for this material. Recalculation of the settlement with the new , parameters provided an estimated amount of 17 inches. The additional laboratory testing has also confirmed that the deposit is normally consolidated under existing site conditions. In our opinion,this tends to support the assumption that the parking lot development occurred ' after installation of both sewer lines and consisted of filling the site area to provide for suitable grades. It also demonstrates that the existing organic silt and peat deposits are highly compressible and will undergo significant additional settlement if loaded to any significant degree. For static conditions, it is anticipated that the net loading contributed by the new culvert , section and backfill can be proportioned in such a manner as to approximately balance that removed in the form of excavated soil and fill materials that are present along the proposed alignment. Consequently, theoretical settlement for the culvert section should be zero. , However, the amount of loading that is experienced at and below the culvert invert level will depend to a significant degree on the contractor's trench excavation methods. If a broad, unbraced, sloped trench excavation is employed, it is possible that the combined weight of the culvert section and backfrll materials could,in fact, generate a net pressure increase on the soils supporting the proposed new culvert. We estimate that this net increase could ' 2006-067 Rev Finalldoc 10 HWA GFoSCIENCES INC. VW January 12, 2007 .. IOWA Project No. 2006-067-21 amount to as much as 300 psf at the base of the culvert bearing layer. Conversely,if the trench is braced and excavated with vertical walls to the limits necessary to place the bearing material and culvert,the backfill requirements will be substantially reduced and would provide for a small(estimated at less than 25 psf)unloading effect. Our estimate of settlement for these localized loading conditions indicates that the induced settlement could ow range from the order of 10 inches for the 300 psf loading level to zero for the Iatter case. In view of the uncertainties associated with trench excavation and backfilling methodologies aw that the contractor may employ,we recommend that it would be beneficial to consider use of light-weight materials for trQ;ich backfill,at least through the alignment section underlain by compressible organic silt and peat deposits. Moreover, subgrade disturbance during construction oftentimes results in soil recompression effects which manifest themselves in settlement of the newly installed pipe section. To prevent or mitigate this potential occurrence, it will be necessary to prevent subgrade disturbance during excavation, dewatering,pipe placement and backfilling to the extent practicable. To this end,use of CDF for foundation support material will limit subgrade disturbance to the maximum degree and be conducive to reduction of recompression settlement effects. With regard to the CDF material,we believe that it would be of further benefit to employ a foamed concrete product that can be mixed and installed with a substantially reduced unit- weight. Elastizell is such a product that we have experience with and can be produced on site in a wide range of unit weights ranging from about 30 to 110 pcf,with strengths ranging from the order of 150 to 1500 psi. We recommend use of an Elastizell,or equivalent foamed concrete,mix with unit weight of the order of 60 pcf,providing a strength in the range of 300 to 500 psi. Our research indicates that there is a local supplier of this material and costs are _ reported to be somewhat higher than conventional CDF,depending on volume of product required. Elastizell or foamed concrete could be placed as backfill around the pipe section as well,but is likely too costly for this purpose,and we suggest that bottom ash be considered as a light- weight alternative for backfill of the pipe zone and to within about 2 feet of finished grade. Our experience with this material indicates that it has a maximum compacted dry density of the order of 75 pcf, and for this project could be suitably compacted to about 95 pcf wet density. Again,we recommend that this treatment be considered for that section of culvert alignment crossing the compressible area to mitigate potential fixture settlements. The remainder of the culvert alignment should be amenable to conventional foundation and backfill treatment reeornmended herein, and settlements should be limited to tolerable levels �• if good construction practices are employed. Estimated settlement for seismic conditions is discussed in Section 4.2.1. These potential settlements will not be mitigated by the use of light-weight materials for pipe support and/or backfill, but will neither be exacerbated. 2006-067 Rev Final2.doc I I 14WA GEOSCIENCES NC. r i January 12, 2007 HWA Project No. 2006-067-21 4.3 LATERAL EARTH PRESSURES For determination of lateral earth pressure design parameters,we have assumed that the existing fill and native soils will be removed and replaced with a suitable granular backfill. hilt We have further assumed that the backfill adjoining/above the walls of the culvert will be placed to a horizontal condition at its surface and is compacted to the requirements provided for in Section 4.6. On the basis of an assumed wet unit weight of 125 pcf for the backfill and a friction angle of not less than 35 degrees,and seismic parameters appropriate for this site,we recommend the following equivalent fluid unit weights for a variety of potential design conditions. The earth pressure parameters presented in the first column are also based on fully-drained(dry) , conditions,or on conditions where the water levels within and exterior to the culvert are the same or balanced. That is,the culvert is not anticipated to be water tight and, if the water ' table rises, it is anticipated to infiltrate the pipe and maintain an equilibrium hydrostatic pressure condition on the culvert walls. More likely,water levels within the pipe will be somewhat higher than the adjoining water table, when storm runoff flows are being handled , by the culvert. In the extreme and most unlikely case that the pipe were to be dry and the backfill became flooded to the surface,buoyant conditions would apply and the second column of values provides the lateral earth pressures that would apply for design ' considerations. In our view,however,the pipe section should be considered a rigid element and we recommend that the static,at-rest,earth pressure value under balanced hydrostatic conditions be utilized for design of the culvert elements. Loading Condition Equivalent Fluid Unit Weight(yel) Dry or Balanced State Buoyant State , Active—Static(KA) 35 80 ' Active—Seismic(KAE) 40 85 At Rest—Static(Ko) 55 90 At Rest—Seismic (KoE) 80 100 , Passive- Static(KP) 460 295 Passive- Seismic(KPE) 435 280 ' It is also to be noted that the earth pressure parameters are unfactored or ultimate values. If passive earth pressure conditions need to be considered in respect to lateral restraint of the culvert section,an appropriate factor of safety(FS = 1.5) should be applied to the passive forces and we also recommend an allowable coefficient of sliding resistance equal to 0.45 ' 2006-067 Rev Final2.doe 12 HWA GEOScicNCFS INC. January 12,2007 .. HWA Project No. 2006-067-21 aw between foundation base slabs and underlying granular soils for determination of sliding resistance. i 4.4 EXCAVATION STABILITY AND SNORING 4.4.1 General Excavation for the storm sewer can be accomplished with conventional equipment such as backhoes and trackhoes. The excavation is anticipated to have a maximum depth on the order of 8 to 10 feet. Maintenance of safe working conditions,including temporary excavation stability,is the responsibility of the contractor. All temporary excavation in excess of 4 feet in depth must be sloped in accordance with Part N of WAC(Washington Administrative Code)296-155, or be shored. The near surface materials generally classify as Type C soil,for which WAC requires that unsupported excavation walls must be inclined no steeper than 1.5H:1 V,but flatter slopes may be necessary because of water seepage. With time and the occurrence of seepage and/or precipitation,the stability of temporary unsupported cut slopes may be significantly reduced. .� 4.4.2 Shoring We recommend the use of shoring in order to reduce impacts to adjacent utilities,minimize the volume of excavation spoils and backfill,and minimize the area of pavement to be restored. It should be recognized that trench boxes do not typically act as excavation slope shoring, but serve as protection for workers operating within the confines of the excavation. If trench boxes are used on this project, sloughing of excavation slopes may be anticipated resulting in potential disturbance to areas and facilities adjoining the open trenches where they are deployed. We understand that for the nearby 7th' Street storm sewer replacement, trench boxes were used with steel sheets installed just outside the boxes and pushed deeper into the soil. rSheet piles are not anticipated to be required,except perhaps in localized areas where it may be necessary to restrict the excavation to tight limits and prevent any potential for collapse of trench wails. In this condition, care will be essential to prevent potential damage to adjoining facilities from vibrations during pile driving. If required, we recommend that the design of temporary shoring should be based on a uniform lateral pressure distribution of 25H psf(where H is the depth of the excavation in feet). This pressure does not include any surcharges due to equipment or materials near the shoring and assumes that water pressures do not act above the base of the excavation. Dewatering may be necessary to achieve this ground water condition. II 2006-067 Rev Final2.doc 13 HWA GEOSCTENCES INC. January 12,2007 HWA Project No. 2006-067-21 4.5 DE-WATERING Design and implementation of temporary project dewatering systems is typically the responsibility of the contractor. Soils and ground water information that the contractor may use for design of his dewatering system needs are presented herein. However,within the scope of this investigation,we have made some preliminary assessments of ground water conditions at the site and potential dewatering requirements. We anticipate ground water will be present to approximately 3 to 7 feet above the trench ' invert elevation(including peat sections with 2 feet of over-excavation)along the planned trench section. We expect that much of the dewatering should be able to be accomplished with localized sumps. The use of localized short-term sumps for dewatering would minirnize , potentially damaging settlements to adjacent utilities and pavements that can occur with dewatering wells in such soil conditions. Well points may,however,be needed in the , vicinity of BH-4. For bidding purposes,we estimate that well points should be assumed for approximately one-fourth of the alignment. In the event that greater need for well point dewatering proves to be necessary,we recommend that a dewatering contingency allowance be included in the project contract. Dewatering voltunes will likely vary along the trench alignment,due to the variability of geologic conditions,and depending on ground water levels at the time of construction. Based ' on the available site infonnation and HWA's limited testing program, an estimated dewatering requirement of approximately 1 to IS gallons per minute(gpm)per 100 feet of ' trench is expected(see Table 3,Appendix A for projected pumping rates). Discharge flows are expected to be the highest along the north end of the alignment. Additionally,a wider trench(14 feet)for the twin 48-inch pipe option would require slightly higher dewatering , volumes. Soils in the vicinity of BH-4 are silty sands,and ground water may be under a slight confining condition. Soils in the vicinity if BH-3 and BH-2, in the central portion of the proposed alignment,consist primarily of fine-grained soils(peat,clay and silt)overlying a thin(less than five feet thick)layer of silty sand. Piezometers were not completed in these borings,but dewatering needs in this vicinity will likely be less than those in the vicinity of BH-4. The transition from silty soils to weathered sandstone occurs somewhere between BH- 2 and BH-1. One concern in the vicinity of the southern end of the proposed alignment will , be the recharge influence from the open channel which the stormwater system empties into. However,due to the low permeabilities of the weathered sandstone in the vicinity,there is a low likelihood that significant recharge will occur from the channel,and pumping rates beyond the highest estimated rates(Table 3,Appendix Q are not expected. The dewatering rates were calculated for water levels measured during June of 2006. , Seasonal variability in ground water elevations is expected and dewatering requirements during wet seasons will likely be higher. ' 2006-067 Rev Final2.doe 14 HWA GEOSCIENCES INC. January 12,2007 .� HWA Project No. 2006-067-21 Where excessive seepage infiltration is experienced, construction dewatering is important because it will be very difficult to maintain stable slopes,prepare subgrade, evaluate subsurface conditions, and construct structures in the wet. In addition, upward seepage into '! the excavation base can cause sand boils and/or heaving. This is likely to be of greater concern in the southern section of the line(i.e., south of 1311-2), where ground water is likely to be present in the silty sand and organic materials anticipated at or near proposed invert depths. In this section, we recommend that the proposed excavation be dewatered to maintain the ground water level at least 3 feet below the base of the excavation, and dewatering measures should be implemented before excavation to final subgrade level begins. Dewatering should continue until the culvert has been placed and backfrlled,and is capable of resisting hydrostatic forces. Disposal of water will be a consideration that will have to be suitably resolved with environmental and fisheries agencies having jurisdiction. The need for well points is dependent on the depth of the excavation, volume of ground water seepage,and potential presence of boiling or quick conditions in the excavation base. The latter condition will need to be evaluated at the time the excavation is undertaken,as it will depend on the shoring methods and dewatering measures implemented by the contractor. Construction dewatering requirements will also depend on the time of year,water level in the discharge channel,recent rainfall and other factors. For this reason,we recommend construction should be performed during the dry season. The contractor should be made aware that, if the ground water is lowered by more than about 7 to 10 feet below current elevations for significant periods, settlement of nearby facilities could occur. We recommend that settlement of nearby facilities such as the sanitary sewer be monitored using optical survey methods during the period of any dewatering. Piezometers ' installed as part of the geotechnical investigation should be left in place to monitor seasonal changes in ground water levels,and to monitor ground water levels during construction dewatering, in order to assure that dewatering is not excessive,and potential settlement of organic soils does not occur at the site. Additionally, it is recommended that ground water monitoring wells or piezometers be installed between the works and adjoining critical facilities to permit observation of ground water levels. Should potentially adverse drawdown and/or settlements become apparent,it may be necessary to suspend the dewatering operations until mitigation measures,such as re-injection wells are designed and implemented. 4.6 BACKI+ILL PLACEMENT AND COMPACTION Trench and culvert backfill should consist of Gravel Backfill f6r Walls, as described in Section 9-03.12(2)of the 2006 WSDOT Standard Specifications, and be compacted in lifts to MR 95 percent of Modified Proctor dry density(ASTM D:1557). W 2006-067 Rev PinalUoa 15 HWA GEOSCIENCES INC. Im January 12, 2007 ' HWA Project No. 2006-067-21 During placement of the initial lifts, the backfill material should not be bulldozed into the ' excavation or dropped directly on the structure. Furthermore, heavy vibratory equipment ' should not be permitted to operate directly over the structure until at least 2 feet of material is present above the crown of the culvert section, unless otherwise approved by the structural engineer. ' The procedure to achieve proper density of compacted fill depends on the size and type of compaction equipment,the number of passes,thickness of the layer being compacted, and , soil moisture-density properties. If access or load considerations restrict the use of heavy equipment, smaller equipment can be used,but the soil must be placed in thin enough lifts to achieve the required compaction. If granular material has been employed for foundation , support of the pipe, care must be exercised in the lower levels of the pipe backfill to prevent excessive compaction and potential disturbance to the foundation material and subgrade soils. 4.7 EROSION CONSIDERATIONS ' Erosion of exposed soils can be minimized by careful grading practices,the appropriate use , of silt fences and/or straw bails and use of surface cover materials,as appropriate. Surface runoff control during construction should be the responsibility of the contractor,and , should be treated prior to discharge to a permanent discharge system such as a storm sewer, so as to comply with State water quality standards. Water fiorn sumps will also require treatment prior to discharge to the storm sewer. Permanent control of surface water should ' be incorporated in the final grading design. Water should not be allowed to pond immediately adjacent to foundations or paved areas. Grading measures, slope protection, ditching, sumps, dewatering, and other measures should be employed as necessary to permit , proper completion of the work. 5.0 CONDITIONS AND LIMITATIONS , We have prepared this report for use by Gray&Osborne and the City of Renton for design of , a portion of this project. This report should be provided in its entirety to prospective contractors for bidding or estimating purposes;however,the conclusions and interpretations presented should not be construed as our warranty of the subsurface conditions. Experience has shown that subsurface soil and ground water conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations and may not be detected by a geotechnical study. If, during future site operations, subsurface conditions are , encountered which vary appreciably from those described herein, HWA should be notified for a review of the recommendations of this report,and provide revisions,if necessary. , 2006-067 Rev FinaMdoc 16 HWA GEOSCU:NCES INC. January 12,2007 HWA Project No. 2006-067-21 We recommend that HWA be retained to review the plans and specifications and to monitor the geotechnical aspects of construction,particularly construction dewatering,excavation, subgrade preparation,bedding and backfill placement and compaction. i HWA does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and we cannot be responsible for the safety of personnel other than our own on the site;the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. I 2006-067 Rev Finalldoc 17 HWA GEOSCIENCES INC. January 12, 2007 1 HWA Project No. 2006-067-21 1 O.O We appreciate this opportunity to be of service. Sincerely, HWA GEOSCIENCES INC, 0�W ash% 1 CO � O Hydrogeol el Fng angGaol°gEat y a�@ 970 ' ".0, 1,243 d� 1��/°Z �Se d G ed eo _ Arnon Sugar BRADLEY W Q 'THURBER 1 Brad W. Thurber, L.E.G. Arnie Sugar,L.G.,L.H.G. , Engineering Geologist Vice President i EXPIRES 08/24/08 1 Lorne A. Balanko, Y.E. Geotechnical Engineerll'resident 1 BWT:LAB:bwt i 2006-067 Rev Pinal2.doe 18 HWA GEOSCIENCES INC. err Ci 1 sue• J A 04) K-- p ��� ! to OT bTn`� {.....w_..._� LIto rt `Coda r ' t ' _ aver ion Z-4 aewt Pi .:! Paric \ ' ! /II i 6f : j� 1 ------ W-7 =St , PROJECT SITE "j ' L D, _� 6. NOT TO SCALE VICINITY MAP IDPAWN BY EB RGURE HO. i CHECKED BY -T7- 1 ' 1 RENTON VILLAGE STORM DATE PROJECT NO. WAGEOSCIwaslNC. SYSTEM IMPROVEMENTS 06.21.06 2006-067-21 LH:klPROJECTWOMPROJECIS\ZUUO-W-21 RENTONVILLAGE STORm SYSTEM IMPROVE -03-GO,DVVG N m �N o +� z e o z O � Q�z ul o g x 4 I Q �X ^�I a , W WIC ► IZ, 3 �fI z +_ w ' (� O � z ' } 111 y Z � > )_ '5 O � . ' ow zv~i t WZ I — f IT warm \`u m io �H ci t * us I, a <o om� m o •m Norm C7 N ' I Aa.,:l x AL CLJ cti N� � s o I x 4 LL LL N //(�I z z N 61 _ cij o 00 N ZN yl 810 a v 5�0 o Z W<° w �a° x� LU 1 N =M= to g g N ¢ _L33--J IN N01-L X3-13 1 i;i Z 1 a ^ U 1 0 o v U 1 N N N r U) Q' W 0 I 1 1 � r I I I H 1 1 Z Cn O 1 2 C Ur r I I I 0 z Z w w < > O of z rr ' jCLp I I 1 1 - Z 1 Z 1 O z —HS w I > 1 J 1 U 1 W aw I \ a>* 1 °C 1 1 ¢ Cu id q o 1 � I /1 I I /J I 1 I / / I 1 I / •,! ,p Q 1 N 01 133 NI NOI-L :A 13 z LL r w J x // �: t•i •t Z F t Y 1' U O C) , / \ 1. t: •S•t - K S t \ 1 1 /X� � 1 t�, ^t t ,J•• t•• ••s•, u W W W ► it}•J. ¢ 0 J W LLI \ p W r. ° u a LL. r� . - :",., I-I LU LLI LLI A _ Q J A _ O CE ie U ; ■ :t; ,t-� •ti ..'.' 7 Hec 0 ED •t .Fl. '�'. a• 7 G W >- LD \,"RX R.. Un r .f y• •,1. Q V pp 1 _ '•� - O O ' .• cn z 5 W LLJ v a O J r �. APPENDIX A r FIELD INVESTIGATION r r r i r r r ar r r r r APPENDIX A FIELD INVESTIGATION The field exploration program was performed in two phases;the original scope of work and a supplemental scope that was requested based on findings of the initial phase. Four boreholes(designated BH-1 through BH-4)were drilled on June 2nd and 13"',2006, and three boreholes (designated 1314-5 through BI-1-7)were drilled on December 8, 2006. All drilling was conducted by Holocene Drilling,Inc. of Fife,Washington,under subcontract to HWA. The boreholes were advanced using a Mobile B-59,truck-mounted,drill rig employing hollow-stem auger. The borehole locations were determined approximately in the field by pacing and taping distances from existing site features,after completion of .� drilling,and are indicated on the site and exploration plan,Figure 2. An engineering geologist from HWA supervised and logged the explorations and recorded pertinent information including sample depths, stratigraphy,soil engineering characteristics,and ground water occurrence. The boreholes were drilled and sampled to depths between 21.5 feet and 36.5 feet. At select intervals within each borehole, Standard Penetration Test(SPT)sampling was performed using a 2-inch outside diameter split- spoon sampler and a 140-pound auto-hammer. During the SPT test,a sample is obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches. The number of blows required for each 6 inches of penetration is recorded. The Standard Penetration Resistance("N-value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance,or N-value,provides an indication of relative density of granular soils and the relative consistency of cohesive soils. Relatively undisturbed samples of compressible soils(peat)were obtained from boreholes BH-5 and BH-6 by pushing 3-inch diameter, 30-inch long,steel Shelby tubes into the soil at selected depths. At the completion of boreholes BH-1 and BH-4,piezometers or monitoring wells, consisting of 2-inch diameter PVC pipe,were installed. The piezometers were finished with flush-mounted surface monuments. Well completion details are indicated on the individual borehole logs. Ground water levels in the piezometers were measured on June 16 and 23,2006. The other boreholes were abandoned with bentonite chips upon termination of drilling, and the pavement was patched with concrete. r Soil samples were classified in the field and representative portions placed in plastic bags. Two Shelby tube samples were sealed with plastic caps and duct tape. These soil samples were returned to our laboratory for further examination and testing. The sampled soils were classified in general accordance with the classification system described in. Appendix A on Figure A-1. A key to the borehole log symbols is also presented in Figure aw 2006-067 Rev rinalldoc A-I HWA GEOScFENCEs INC. i A-l. The borehole logs are presented as Figures A-2 through A-8,and should be referenced for specific subsurface details at the borehole locations. However,the stratigraphic contacts shown on the logs represent the inferred boundaries between soil types, and may be gradational in nature and much less distinct than represented. 2006-067 Rev Final2.doe A-2 HWA GEOSCIENCES INC. RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines Approximate AL Alterberg Limits: PL=Plastic Limit Density N(btowsift) Approximate Consistency N(blows/11) Undrained Shear LL=Liquid Limit Relative Density(%) Strength(psf) CBR California Bearing Ratio Very Loose 0 to 4 0 - is Very Soft 0 to 2 <250 CN Consolidation Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 DO Dry Density(pcf) Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 DS Direct Shear Dense 30 to 50 65 - as 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 Moisture/Density Relationship(Proctor) USCS SOIL CLASSIFICATION SYSTEM PI Resilient PholaonizonizojModulus ation Device Reading MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Approx-Compressive Strength(tsf) Gravel and �,.GW `Nell-greded GRAVEL SG Specific Gravity Coarse Clean Gravel TC T6axial Compression Gravelly Soils Grained (little or no fines) it TV Torvane Soils e Q GP Poody-graded GRAVEL Approx.Shear Strength(tsf) More than 50%of Coarse Gravel with o GM Silly GRAVEL UC Unconfined Compression Fraction Retained Fines(appreciable on No.4 Sieve amount or fines) GC Clayey GRAVEL SAMPLE TYPE SYMBOLS Sand and Clean Sand SW Well-graded SAND 2.0"OD Split Spoon(SPT) Sandy Soils (little of no fines) (140 lb.hammer with 30 in-drop) More Than 50%Retained 50 SP Poody-graded SAND T 1 Shelby Tube %or More on No. of Coarse Sand with SM Silty SAND !� 3-114"OD Split Spoon with Brass Rings 20D Sieve Fraction Passing Fines(appreciable Size No.4 Steve amount of fines) SC Clayey SAND 0 Small Bag Sample ML SILT Large Bag(Bulk)Sample Fine Slit I LI Grained and Liquid Limit Less than 50% CL Lean CLAY I I Core Run Soils Clay _ LI OL Organic SILT/Organic CLAY I� Nan-standard Penetration Test (3.0"OD split spoon) MH Elastic SILT and 50%or More Siff Liquid%orimit CH Fat CLAY GROUNDWATER SYMBOLS Passing Clay 0%or More No,200 Sieve y Groundwater Level(measured at OH Organic SILT/Organic CLAY Size time of drilling) Highly Organic Soils PT PEAT Groundwater Level(measured in well or r r e open hole after water level stabilized) COMPONENT DEFINITIONS COMPONENT PROPORTIONS COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS Boulders Larger than 12 in <5% Clean Cobbles 3 into 12 in Gravel 3 in to No 4(4.5mm) 5-12% Slightly(Clayey,Silty,Sandy) Coarse gravel 3 in to 3/4 in Fine gravel 3/4 In to No 4(4.5mm) 12-30% Clayey,Silly,Sandy,Gravelly Sand No.4(4.5 mm)to No.200(0.074 mm) 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) 30-501A Very(Clayey,Silty,Sandy,Gravelly) Fine sand No.40(0.42 mm)to No.200(0,074 mm) Slit 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 Density/consistency,color,nodifler(ifany)GROUP NAME,additions to gmup name(if any),moisture DRY Absence of moisture,dusty, content. Proportion,gradation,and angularity of constituents,addifional comments. dry to the touch. (GEOLOGIC INTERPRETATION) MOIST Damp but no visible water. WET Visible free water,usually Please refer to the discussion In the report text as well as the exploration logs for a more soil is below water table. complete description of subsurface conditions. LEGEND OF TERMS AND Renton Village Storm System Improvement Project SYMBOLS USED ON HWAGEOSCIENCES INC, Renton, Washington EXPLORATION LOGS PROJECT NO.: 2006-067 FIGURE: A-1 LEGEND 2006-067.GPJ 1/12/07 DRILLING COMPANY: Holocene Drilling SURFACE ELEVATION: 26.00 f feet DATE STARTED: 6/13/2006 DRILLING METHOD: HSA,Mobile B-59 DATE COMPLETED: 6/13/2006 SAMPLING METHOD: SPT w/autohammer LOGGED BY: D.Huling LOCATION: See Figure 2 W , w U Standard Penetration Test w m z� U a ~ t F_ af U (140 lb.weight,30"drop) J O w J w 1-- ♦Blows per foot = m q a s o N w 0NuJ � a- U Z = W= W w W v}i Z) DESCRIPTION N a° O a to 0 10 20 30 40 50 7X4 inches A.C.P. over 3 inches crushed rock. edium dense,brawn,silty SAND,moist.STRUCTURAL FILL) S-1a AL CL Medium stiff,dark brown,silty CLAY,moist. BURIED TOPSOIL ' S-1b 3.4-4 Medium stiff,heavily rust-banded,light brown,silty CLAY, moist. Trace organics. Grades to blue-gray. ....... (RECESSIONAL_GLACIOLACUSTRINE).......•.... : : 5 CH Soft,brown grading to gray,tat CLAY,moist. Trace organics. A:••• •••f-�—:� ••••:•••• 5 Grades to medium plasticity. S-2 1-2-2 AL 1 -- - i SM Medium dense,brown,silly,fine to medium,SAND,wet �A Q :A Finely bedded. \JI S-3 3 10-12 GS S-4 3-3-5 �....�........ 10 PAL Medium stiff,brown,clayey SILT,moist.4-inch interbedded layer of non-plastic silt present,scattered weathered line SM ravel. Medium dense,brawn,silty fine SAND,moist,scattered fine - Aj gravel and coarse sand mostly consisting of highly weathered i�S-5 7-10-14 GS i sandstone,massive bedding. Note: Portion of sand grains crumble to silt with ringer pressure;grain size analysis caused 15 breakdown to sandy SILT. - - 15 - (SANDSTONE:RENTON FORMATION) 8-6 6-12-16 �' Started adding water to auger at I Vie prevent heave. SM ---------------------- (LLL�YYY : :>>AL Very dense,off-white,silty,fine to medium SAND,moist. "I S-7 13-23-33 GS Weathered sandstone,with heavy oxidation in top few inches 114[�yl of sample. 20— 20 As above,with lop 8 inches oxidized,and 1 cm thick day S-8 23-23-40 layer,possible small scale perched water table. t Borehole terminated at 21.5 feet below the ground surface. Ground water seepage observed at approx.7.5 feet below the ground surface. 25 - 25 ' 30 30 0 20 40 60 80 100 I Water Content(%) Plastic Limit 1--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 and/or locations. 1 BORING: i�Lili1 Renton Village Storm System Improvement Project BH-1 ' 1 IMAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2006-067 FIGURE: A-2 PZO 2006-067.GPJ 1110107 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 6/13/2006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/13/2006 SURFACE ELEVATION: 27 t feet LOGGED BY: D.Huling Cn w uJ N w U Standard Penetration Test m z w v a ZE � c 2 (140 lb.weight,30"drop) N U w W e o A Blows per fool _ o z rarl a°1i to ¢ ¢ w w v o m D DESCRIPTION N a ° O C7 0 0 10 20 30 40 50 0 0 GW 4 inches A.C.P.over 6 inches crushed rock. aDense.brown,slightly sandy rounded to sub-rounded,coarse, •••••••t••••:• ............"•• GRAVEL,moist. (FILL) :....:....:....:....:....:....:....:....c... S-1 19-13-23 ....:....:....:....:....:....:....,. SM Medium dense,gray,slightly fine gravelly,very silty SAND, moist to wet. Trace fibrous organics. (ALLUVIUM) 5 ;0-:...4....:....:....:....:....i....:.... 5 S-2 6-7-7 GS i S-3 2-5-4 OH Soft,dark brown,organic SILT,wet,fibrous organic material, ..••:....:....:....:.........:....:....:....:.... high dilatancy,organic at various levels of decomposition. 10 At 10 feet,Organic Content=13.0 0%. 10 8-4 0-0-3 OC .............................................................. ....:....:....:....:....:....:....:.,..:....:34 PT Soft,dark brown,PEAT,wet,large free roots,organics less c decomposed. S-5 6-5-3 0 :31 , - 15 .... .... ....:......... .... .... 15 At 15 feet,Organic Content=45.8% S-6 0-2-2 oc .............................. OH ............. Soft,dark brown grading to gray,organic SILT,wet,grades to IQ S-7 1-0-1 :....:....:....:....:....:.. sandy. 20 —————————————————————— .....A..;...�..-.;....;....�---- . 20 SM Loose,dark grayish brown,silty fine SAND,moist tc wet. S-8 2-4-2 GS ..................................... OH Soft,dark brown,organic SILT,moist to wet,fibrous organics. 25 .:....:....:....:...i....:....:....:.... 25 S-9 2-3-4 CL Stiff,light blue,silly CLAY,moist,trace fibrous organics. (RECESSIONAL GLACIOLACUSTRINE) 30 30 For a proper understanding of the nature of subsurface conditions, this o 20 40 60 so 100 exploration log should be read in conjunction with the text of the Water Content(%) eatechnical report. Plastic Limit 1---1—{ Liquid Limit g P 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: ULMRenton Village Storm System Improvement Project BH-2 MAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 2 PROJECT NO.: 2006-067 FIGURE: A-3 BORING 2006-067.GPJ 1/10107 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile 0-59 DATE STARTED: 6/13/2006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/1312006 SURFACE ELEVATION: 27 t feet LOGGED BY: D.Huling 01 K W� z Standard Penetration Test W Q N U) J L Q (140 Ib.weight,30"drop) O W w w D ♦ Blows per foot CL, 2 U 2 Z o 2 O a y W v j- V Q Q W— H n_ W'2 O Q) D DESCRIPTION m m a_a O (0 0 0 10 20 30 40 50 30 30 S-10 0-5-4 AL � � - ........:.............. ....:....:....:.... ML Medium dense,blue gray,sandy SILT,moist. Non-plastic. 35 S-11 5-6-11 GS :.... ... ......j....:......... ....1.... 35 Borehole terminated at 36.5 feet below the ground surface. :....:....:....:....:....:....:....:....:.... Ground water seepage observed at approx.2.5 feet below the ground surface. .......... :....:....:.... 40 .... .... .... ....�....�....:....�....:....;.... 40 45 45 50 ....:....:....:....:.... ....:....:.... ....:.... 50 55 55 60 60 For a proper understanding of the nature of subsurface conditions,this 0 20 40 60 e0 100 exploration log should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit 1 * "' "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: Renton Village Storm System Improvement Project BH-2 HWAGEOSCIENCES INC. Renton, Washington PAGE: 2 of 2 PROJECT NO.: 2006-067 FIGURE: A-3 ' BORING 2006-067.GPJ 1/10/07 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 6/2/2006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 6/2/2006 SURFACE ELEVATION: 29 t feet LOGGED BY: T.Taddese w gm Z w Standard Penetration Test U EL�- r¢-L ¢ (140 lb.weight,30"drop) En co J O W w w Iw-' 2 ♦ Blows per foot y = O UJ J J of m U a s 3 W F uJN (n ¢ Q W—° F of W d o� a DESCRIPTION U) U a 7 O o 0 10 20 30 40 50 0 GP 3 inches A.C.P.. . ,over 4 inches crushed rock. o Q Medium dense,dark brown,slightly silty,fine to coarse, subrounded. GRAVEL,moist. FILL SM i... .... Medium dense,yellow-brown and gray,slightly gravelly,very S-1 4-10-10 GS silly,fine SAND,moist. I --------IALLWIuM)--------- c SM Loose,gray and blue,silly,fine to medium SAND,scattered 5 gravel,moist. Dark brown silt in the bottom 4 inches of ttt--A .•�:••••.••••?••• ?••••1 5 sample. "/1 S-2 5-4-4 CL Medium stiff,light olive brown,plastic CLAY,moist. Abundant A -1 organics(rotten horse tail),with lenses of fine sandy silt. —— S-3 0-0.7 At RECESSIONAL GLACIOLACUSTRINE E Ct Very stiff,blue gray grading to rust-mottled yellow brown, plastic CLAY,moist. Scattered organics. ... ;,•,y,•,;,,,, ,.„ I�8-4 5-8-11 S-5 5-8-10 •- ML Very stiff,light yellow brown,clayey,laminated SILT with — _ lenses of fine sand,moist. 15 — --------------------- ....:.... .... .:.... 15 ML Very stiff,rust mottled,olive brown to yellowish brown, h/ S-6 5-6-11 laminated SILT,moist. SM Grades to sandy SILT at about 16 feet below the ground : ...: vsue------------ ------/ rfac Medium dense,light olive brown,silty,fine SAND,wet. 1-inch thick lens of silly sand at approx.19 feet. 20 —————————— .. —————————— ....�.. .... .... i�.:....:.... .... 20 SM Dense,brown,silty,fine to medium SAND,wet. Finely I�il S-8 10-14-18 LII�\II ....:....:....:....:........................ bedded. ' 25 ..:. -........,�....: ...:....:.... 25 Medium dense,brown,silty,fine to medium SAND,moist to S-9 7-8-11 wet :.... ....:.... .... ....:....:..........;.... Borehole terminated at 26.5 feet below the ground surface. Ground water seepage observed at approx.12.5 feet below the ground surface. 30 30 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 exploration log should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit 1--l—� 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: 1rLTA Renton Village Storm System Improvement Project BH-3 HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT No.: 2006-067 FIGURE: A-4 BORING 2006-067.GPJ 1/10107 1 DRILLING COMPANY: Holocene Drilling SURFACE ELEVATION: 30.00 t feet DATE STARTED: 6/2/2006 DRILLING METHOD: HSA,Mobile B-59 DATE COMPLETED: 6/2/2006 SAMPLING METHOD: SPTw/aulohammer LOGGED BY: T.Taddese LOCATION: See Figure 2 V) w U g Standard Penetration Test w m IL 2i y N w U (140 lb.weight,30"drop) J O F z n tw w A Blows per foot = m u1 a N "1 0 W z 7E ZE z o r �� n-a: ul W 7 Q Q w0 F U ul Wy DESCRIPTION 'n N n.9 O 0.h 0 10 20 30 40 50 Q 0 0 GP 3.5 inches A.C.P.over 4 inches crushed rock. GM Medium dense,brown,slightly silty,sandy,fine to coarse GRAVEL,moist. SM FILL Medium dense,grayish brown,silly,gravelly,fine to medium SAND,moist. S-1 1&13-7 GS (ALLUVIUM) 5 C! Medium stiff,brown,silty CLAY,moist. Laminated with ;...,;... �:....:....:.... 5 interbeds of fine sand and silt,moist. S-2 4-6-9 (RECESSIONAL GLACIOLACUSTRINE) Z ................... ..... ... ..... ....... : 1— CL Ve ry stiff,rust-mottled,yellow brown,sill y CLAY,moist. S-3 5-8-14 AL Laminated,with some fine sand interbeds. 10 ....,.... ...M 10 SP Medium dense,slightly rust mottled,light yellow brown,slightly SM silty,fine SAND,moist to wet Driller started to add water to avoid heaving of sand, ...................................... ...--.. ... fns 0 A SP Medium dense to dense,olive brown,slightly silty,fine to 1 S-5 12-22-23 GS SM medium SAND,wet. Finely bedded. 15 S-6 5-7-12 ....�... .. ....:....:.... 15 LY S-7 7-12-15 A 20— 20 S-8 7-9-14 L� u. 25 .... —25 --------------------- �S-9a 5-6-6 Stiff olive brown to teen sand laminated SILT moist. GS S-9b Borehole terminated at 26.5 feel below the ground surface- Ground water seepage observed at approx.10.5 feet below the ground surface. 30 30 0 20 40 60 80 100 Water Content(%) Plastic Limit 1--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 and/or locations. ULTA BORING: Renton Village Storm System Improvement Project BH-4 HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2006-067 FIGURE: A-5 , PZO 2006-067.GPJ 11IC107 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/812006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1218/2006 SURFACE ELEVATION: 28 t feet LOGGED BY: B.Thurber w g m Z w Standard Penetration Test V a 1--t H Q (140 lb.weight,30"drop) O w w w e r ♦ Blows per fool F m rn aa.. o. = o a= war U) ¢ ¢ w—° t- cc wv o co Z> DESCRIPTION w 'n Cl-° O O O 0 10 20 30 40 50 0 0 MNI 5 inches A.C.P. GM Medium dense,dark brown grading to blue-gray,silty,sandy, ;-- fine to coarse GRAVEL,moist to wet. SM —————————LILLL————————— ♦: Dense,brownish-gray,fine gravelly,silty fine SAND,moist. I S-1 3-14-19 ;,,,,;,,,,;,,,,:,,.,:....:....:..:. I 5 ;....:......A.. .... ......... . 5 Medium dense,olive-gray,fine gravelly,silly Tine SAND, \/t S-2 4-6-10 moist ....:....:....:....:....:....:....:... .:....:.... PT Soft,dark brown,fibrous PEAT with charcoal and wood 1U S-3 3-3-3 fragments. %U11 (ALLUVIUM) - —————-------------------- 10 OL .....A...:.... ....j.... 10 Soft grayish brown,organic SILT with charcoal and wood S-4 0-8.2 PT fragments moist. +, Blow count overstated by driving sampler into>1 112-inch diameter wood. Soft,dark brown,fibrous PEAT with wood fragments,moist. S•5 0118" ' :.... .. . 0, Shelby tube sample attempted at 12.5 feet;no recovery. Very soft,dark brown,fibrous PEAT,moist. ;,•..:....:....:....:....:.... @ 13-75',lens of light gray,silty SAND,moist. 15 " 15 ....................................... Very soft,dark brown,slightly silly,fibrous PEAT with wood S-6 CN debris,moist Two pieces of partly decomposed wood were •.•• •••• •••• •••• •••• ....... approx.1 and 2 inches thick,the full width of Shelby tube. -——————————————--—————— .... .... , .....,.......... ..........,.... Loose,gray-brown,organic SILT with lenses of gray fine SM SAN_D•_weL———————————————— 8-7 1-1/12" :....:....i....:....c....i....[....c. SP Loose,gray,slightly silty,fine to medium SAND,wet,with SM lenses of dark brown PEAT. .... .... .... ..............:......... .... ....;....i....i....;....i....i....:....:... 20 20 Loose,gray,clean to silty(stratified),fine to medium SAND, "I S-8 0-1112" wet. With lenses of woody and fine organics,and a 2-inch '•' lens and 4-inch tens of woody PEAT. SP Added water to auger after sam Etipg at 20 feet————— SM Medium dense,yellow brown,slightly silly,fine to medium ....:.........:......... :....:....:....:....:.... SAND,wet. High-angle rust band. 25 ....:....;�. 25 Medium dense,dark yellow brown,slightly silly,fine to ;"{S-9 4-5-7 medium SAND,wet. Broadly rust-banded. :••••:•••• 30 1 30 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 exploration log should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic Limit 1 0 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: Renton Village Storm System Improvement Project BH-5 HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 2 PROJECT NO.: 2006-067 FIGURE: A-6 BORING 2006-067.GPJ 1/10101 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/8!2006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 12/812006 SURFACE ELEVATION: 28 # feet LOGGED BY: B.Thurber J W U m z w Standard Penetration Test Of v }�} H = F Q (140 lb.weight,30"drop) J O w W w z• Blows per foot ' K OF. U 2i z o S O a y uJ 0 v to a DESCRIPTION <n ran 0-8 O tag 0 30 0 10 20 30 40 50 30 Medium dense,rust-banded olive brown,slightly silty,fine to 1�S-10 5-8.7 medium SAND,wet. :.-•- - With 2 112-inch lens of finely bedded fine sandy SILT. Borehole terminated at 31.5 feel. 35 ....:....:....:....:....:....:....:....:....:.... 35 40 :.... ....:... 40 45 45 50 50 55 55 60— �60 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 exploration log 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: 1 Renton Village Storm System Improvement Project BH-5 HWAGEOSCIENCES INC. Renton, Washington PAGE: 2 of 2 PROJECT NO.: 2006-067 FIGURE: A-6 BORING 2006.067.GPJ 1110107 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile B-59 DATE STARTED: 12/8/2006 SAMPLING METHOD: SPTw/autehammer DATE COMPLETED: 12/8/2006 SURFACE ELEVATION: 29 t feel LOGGED BY: B.Thurber w g m w Standard Penetration Test U n. : 0 � ¢ (140 lb,weight,30"drop) F z c L o ♦ Blows per foot J O J W w 0 Z = y m Q) e• fl in W f-r H of w W°> c}ir 7 DESCRIPTION a O C7 0 10 20 30 40 50 uJ 0 0 5 inches A.C.P. GP Dense,olive brown grading to bluish gray,slightly silty,sandy, •••• •••• •••• ••.•'••• GM fine to coarse GRAVEL,moist. SM STRUCTURAL FILL Loose,brownish gray,silty fine SAND with scattered fine VA S-1 1.1.2 ♦: gravel and rootlets,moist. Lens of silly,fine to coarse SAND with wood fragments at ..............:...................:......... :.... 3-3.25'. ML ALLUVIUM 5 s --------- I----_---------/ *......:....:. . SM Very soft,greenish gray grading to grayish brown,fine sandy S-2 1112"-1 SILT,wet. With detrital organics increasing with depth from 1111 .... scattered to abundant. Scattered fine gravel. LLYY P1 —————————————————————-- .... Poor recovery;drove 3 inches of medium stiff,plastic SILT �S-3 5-2-2 with a 1-inch gravel clast into: Soft,dark brown,woody PEAT,moist. Pushed Shelby tube 2.5 feet;only 10.5 inches of recovery: 10 0 r, Loose,greenish gray,clayey,fine to medium SAND,wet,with S4 scattered fine gravel. ....:....:.... ....:....:....:....:....:....:.... 314-inch lens of soft,greenish gray CLAY,moist. At 10.33',Very soft,dark brown,fine PEAT with abundant wood,moist. Single peice of trunk wood at 10.4 feet,2 to 4 r S-5 1-2-4 ML :.... `nches thick and entire width of Sher tube.——————/ Soft,brownish gray,plastic SILT with abundant rootlets and :....:....:....:....:....:....:....:....:.... fine wood fragments,moist. 15 SP With 1/4-inch tens of PEAT_——--———————— ......... 15 SM Loose,light gray,slightly silty,fine to medium SAND,wet. S-6 1-2-3 - 1/8-inch lens of peat at 16.25 feet,with pebble and 2-inch lens of dark gray silly sand. :....:....:....:....:....:....:....:.... Medium dense,olive gray,dean,fine to medium SAND,wet, S-7 3-5-7 .... ....: .:....: with 6-inch lens of yellow brown,silty SAND. ' I 20 ....A...:.... ....:....:.... 20 Loose,gray with light yellow brown,clean to slightly silty,fine S-8 0-2-3 to medium SAND,wet. -————————————————————— .... SP ,....,....,....;......-....,..:. . Loose,olive brown grading to blue gray,dean,fine to medium S-9 0-2-3 ..............:....: SAND,wet. Finely bedded with rust banding and silly at 22.5 to 22.75 feet. - .... .... .... .... .... .... ..........:....:.... 25 Loose,dark yellow brown,clean,fine to medium SAND,wet. ..�... 25 Rust-banding at 25 to 25.25 feet,with tan clay pieces in a S-10 0-1-3 114-inch layer. Borehole terminated at 26.5 feet. Ground water observed at B feet when auger at 25 feet. "''""'1""" 30 30 For a proper understanding of the nature of subsurface conditions, this o 20 40 60 Bo 100 exploration log should be read in conjunction with the text of the Water Content(%) geotechnical report. Plastic omit 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: 1 Renton Village Storm System Improvement Project BH-6 HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2006-067 FIGURE: A-7 BORING 2006-067.GPJ 1110!07 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: HSA,Mobile 8.59 DATE STARTED: 12/8/2006 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 12/6/2006 SURFACE ELEVATION: 29 t feet LOGGED BY: 8.Thurber W i w Z^ w Standard Penetration Test M O } ? F- w Q (140 lb.weight,30"drop) =r t z m S o A Blows per foot ' -' O w w W D z H Co W a s w H IL m 2 Q z o z o of w'� W w crn � DESCRIPTION n To O O 0 w 0 0 10 20 30 40 50 0 5 inches A-C.P. GP ;....:....:....:.... ....:.........: ° GM Cuttings: Brownish gray,slightly silty,sandy,fine to coarse GRAVEL,moist. ....:....:....:....i....i....;....;....;....;.... (FILL) ' ° �/�S-1 17-18-19 SM Dense,grayish brown,fine to coarse sandy,fine to coarse t GRAVEL moist. Dense,brownish gray,silty,fine gravelly,fine to medium 5 GP SAND,moist. / SL ....:....:.... .� ....:....i.... 5 `--------------------- ° Medium dense,gray,slightly silly,fine to coarse sandy,fine to S-2 6-10-8 O coarse GRAVEL,wet. ..:....:.... SP Very loose,gray,clean,fine to medium SAND,wet. Trace A coarse sand. ALLUVIUM S-3 0.1-2 PT --L----)----------- Soft,dark brown,PEAT,moist,fine grading to fibrous with wood fragments. 10- 0 r, .�.:....:....:.... .... ....:....:.... .... .... 10 Very soft,brown and dark brown,fibrous,woody PEAT,moist. 8-4 0-0-2 Abundant charcoal,and lenses of grayish brown SILT with detrital organics,moist. ................................... L, d' Soft,dark brown,PEAT with beds of SILT,moisL Wood '♦ - ML fragments—-----------------J S-5a 2-5-7 SM Stiff,brownish gray,slightly organic,fine sandy SILT,moist. RIS-5b At 13 feet,1.5-inch lens of fine SAND. ---------------------- 15 SP r� �.... .... ....:....:......... 15 SM Loose,strong brown,slightly silty,fine to medium SAND,wet. S-6 0-2-2 Poor recovery. S-7 6-8-10 Medium dense,strong brown,silty,fine to medium SAND, wet. .... ....j.... .... ....:.. 20 .... 20 Medium dense,strong brown,clean to slightly silly,fine to \/I S-8 0-6-6 = [[Xyyl ....:....t..... medium SAND,wet. Some rust banding. ! • ....:....:....:....:.... :.... SP —————————————————————— SM ....:....:....:....:....:....:....:....:....:.... 25 .j....:....:.... ....j....j.... -... 25 ' Medium dense,light gray grading to dark gray,finely bedded, S-9 2-4-8 silty fine SAND,moist,grading to fine sandy SILT with piece I ••••;... ?••• of charcoal. Borehole terminated at 26.5 feet. Ground water observed at 5 feet after drilling(open hole). 30 For a proper understanding of the nature of subsurface conditions, this 0 20 40 60 80 100 30 exploration log should be read in conjunction with the text of the Water Content(%) geotechnlcal report. Plastic Limit 1 0 Liquid Limit Natural Water Content NOTE: This tog of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessargy be indicative of other times and/or locations. BORING: Renton Village Storm System Improvement Project BH-7 ' r HWAGEOSCIENCES INC. Renton, Washington PAGE: 1 of 1 PROJECT NO.: 2006-067 FIGURE: A"8 - BORING 2006-067.GPJ 1110107 r r r r r APPENDIX B r LABORATORY TEST RESULTS s r r a.� s +r i r r i APPENDIX B LABORATORY TEST RESULTS Representative soil samples obtained from the boreholes were returned to the HWA laboratory for further examination and testing. Laboratory tests were conducted on selected soil samples to characterize relevant engineering properties of the on-site materials. The laboratory testing "' program was performed in general accordance with appropriate ASTM Standards,as outlined below. Liquid Limit,Plastic Limit,And Plasticity Index of Soils (Atterberg Limit): 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 reports found in Figure B-1. Moisture Content: The moisture contents of selected soil samples were determined in general accordance with ASTM D 2216. The results are shown at the sampled intervals on the appropriate summary logs in Appendix A. Particle Size Analysis of Soil: Selected samples were tested to determine the particle size distribution of material in general accordance with ASTM D 422. The results are summarized on the attached Grain Size Distribution reports,Figures B-2 through B-5,which also provide information regarding the classification of the sample and the moisture content at the time of testing. Organic Content: Organic contents were measured on selected soil samples from borehole BH- �' 2 in general accordance with ASTM D 2974. The results are reported on the log for 13H-2 in Appendix A. One Dimensional Consolidation Properties of Soil:The consolidation properties of a relatively undisturbed Shelby tube sample from borehole 1311-5 were measured in general accordance with ASTM D 2435. Saturation was maintained by inundation of the sample throughout the test. The sample was subjected to increasing increments of total stress,the duration of which was selected to exceed the time required for completion of primary consolidation as defined in the Standard, Method B. Unloading of the sample was carried out incrementally. The test results,in terms of a i void ratio(e) versus log pressure(stress)plot,are presented in Figure B-6. i yr 2006-067 Rev rinalldoc B-1 HWA GEoSciENCEs INC. i z � m Q J ~ 0c (Y) U- � LL It 0X00 LL }_ ' ` W QOco ----77 ti E N N r N L Q _ Q f— F- 0 0 J Cl) f� O �' Cl) _ O CL N N N N N U N o � c u� M v -Ir O Q O U U _ —i w N C�7 M N l-L O ^ o y R J a 0 c U N O d J J z � o U ■ CO Q Q U U Cl) U >- U m CN4 C U c -i m U ■ � � � �° a o o C/) a o 3 `° Q � o L°i > N .L7 m O O � I.L 71 4)C _ _ N > m t L O in uy o 0 c cD v� of ai m tz- fL' N lJ t L6 o r- ti ❑ M � N O crJ M 0 CO 1 J U S S S S 2 Vj U m m m m m w () Q Q o o 0 - z (D in ° Od)X30NI k IIOIIS` -Icl � • ■ A o a U co �C a f'1 � 0 N m fTl 0 0 o ° LL J � o r` co 6� N c 1 � J I— r 'r r- W O co N 2 o Co o L, ❑ O 0 o - o W O CD CO O = O $ F- W CD 0- V Lo ui � O d f � 0 0 °- -- ----- -- ---- -- -- -- U? U � W �O o W o � L "' °- — —-----�-- --------- -- -- z o Z ° W Q �. N N — -------- ---------- — ----- CO .� CO - Z °z W ° O CO U) N W U z i O O 1 Q T 'O v/ LL U g L of 4t I i U 3 3 o RS ❑ o I Q > �'a'� (n :E zj� L.1. v v 0 N ° ° 0 17 W c) IL PP Z CD U r- z z V O <D o (°D o N o D7 m m v C�co LHJIdM AS H3N1zl 1NJO�13d � o ■ � � J o CA (r , (7 C>7 m C3 cn b b I ° c Cl! D m N Q C7 N O ---i d O ° J o a z U COQ cn r v ¢ J 1'- LU N0Q m U) I I I m n o ID �5 L ❑ o CD C7 ai ci W CD � 0 (3= o U �- � F- W I 1 0 c o U C O J � Q z I- U) d v a � J Ic C' o � I o o --I — 1 1 •- l.J- r N N U \° G O e „( L N ❑ - --�-- -- ---�--- -- -- ----- Z O C ILL Z I o W O Q --I I N E a' U) b — _ N- — — ------- -- -- ----- -- U) C N U) r Z o O cu 2i W N Q z z z >, CO o � O 0 U)i U) uJ G c o U 0) C: ui >z e CF O ]ID I o o w U) CZ °°- — — -- --- — -- -- ----- o rn C < — _ _ __ 0 cu N i r CD U W O O O ifi O � CO b L N H� m �- -- -- — -- -- — -- ----- Q O � m U � N `n 2 S 2 V r � O O O O b O O O O O O co CD CD o O U7 W 1- b �C1 'C co N r (� J O U O 1HO171AA AS 213Nld 1N30Z:3d � • ■ � � S � � N N 0 C/) m O y tit I ° m rn o CO v}l N } c - -fl- -j N o Nt J o CD o Q Q U ° z v r - C/) U vo o �r -� F- � � Q 1 m. ° � LL C) ° L 4 � woo ° o J - o , 0 I I ° n U O I mo W o O Q uj I 0. I h o � I d � 0 N• ________ ___�_ _ __ __ �__ U) (� N " U ia w e a� I I I 2i LL o J -- -- __ ___ -- — -- ----^— J N (D- o � > z L O o > Q I I CD (D W TM Z o _ ca N Q Z p 2 a LLI O Z O ' E O ' Q U to > m 2 co LLI IL O 0 CfJ LO Q N a rn LL LU Cn-uo�i_ -- -- -- -- -- -- —^ Q --- — --- ----- -- — — -- cn cn cn CD _ ° a v cu ;T4 O M M V ' � o , cy_ 2 S 2 o-..4 n c) °m ° 0 ° °. co N cD ° m m m f l a C4 Cn O d ,LHJI3M AO �t 3Nid LNAO213d s ■ A w co co N Q z m C) (n I 4 (D o N U) ° c V C I c N } o CNJ Q TO o CO 0 < Q LL U ° o z Cn o JF- o ca W p U) m N CO < I` 2 ° ° � � 1C o o C7 0 o LU ° a � 00 o o F- ui } ° U :E O J ° Q F U) a n- u o a J a" I d � N cc l U l o uJ o o a, °- — -- -- -- --- -- -- ------- ui 2 d m - -- ———— -- ------ -- -- -- -- n Z o c Z o w OL o Q i i I N E >� o i I c TM 3 N a) w Q ° < O c u J lam_ ¢ m U � E o L > m �- w u, O I I �' co � U � � QI 1 (6 Z Q - -- -- -- -- ------ -------- -- ° m co o > C4 La --1---1-- -- --- — ---- —�---�-- cN ------ O N F- U r o a ,n I I "' w r co Q r N 1 1 w 6 G/] 0- -- -- -- -- -- --- --- -- --- -- "' 0 a C) R 0 0 0 C. 0 0 0 0 0 0 o Ca m U a O m Go r- Co ,Cl V co N J 1HJ13M�l8 �13NId iN30213d (n • ■ 0 r � o N (n (7 z I ° i CL m O 10 O'1 N r UJ N j I toc0m , 65 CD N � N i ! O CD G I C) C pl O oU c • tU ; Cf- O Q cn i O O Q i > � COD .i I i I CD � I I O r � O p CD O O L tq U O I lA ct Ch c7 N N (a)04e2!P!OA Z p0 I zQr�i Q; LLI CV O nom ° a; w wz � I y zOm � 3 --- – -- ; O U Q cn O ff U w c w cv i c o i C o j co LO a c N o 0 U m o w !!0 Er I i I , N in (b o L Un m U a f w EL ca Z13; �- o I La Z z ZQ u I o o o o m a m � o v v ri m Cv cv 4 m r o.a o (a)04UH P!OA S mcaE 2 2ocacao — d- amcncncn i i APPENDIX C i AQUIFER TESTING AND ANALYSIS lawi i i i i y� i i S� APPENDIX C AQUIFER TESTING AND ANALYSIS Slug Tests HWA used single-well hydraulic conductivity testing to estimate aquifer parameters. Our aquifer testing program included rate-of-fall (falling head) and rate-of-rise(rising head)slug tests on piezometers BH-1 and BH-4. We used the Bouwer and Rice method to analyze the slug test results in piezometers that displayed suitable drawdown curves. The Bouwer and Rice method can be used for "slug tests on partially or completely penetrating wells in unconfined aquifers for a wide range of geometry conditions"(Bouwer and Rice, 1976). Pumping Test A short-tern pumping test was conducted at BH-4 using a two-inch diameter electrical submersible pump. Response to pumping at the pumping well,and recovery after pumping was stopped,were measured using data logging pressure transducers. We used the Theis and Jacob method to analyze the recovery test results (Driscoll, 1986). Data from some tests was not analyzed due to interference from the sand filter pack,or other interference. Table 2 summarizes the slug and pumping test results. HWA analyzed the results of the slug and pumping tests using the above listed methods with the Aquifer Test for Windows Version 2.55 software(Rohrich, 1996). The pumping test data, drawdown curves,and calculations are included at the end of Appendix C. r Table 2 Pumping Test Analysis Results Well Test Estimated Comments ID K(ft/min) BH-1 Falling head 4.16x10' BH-1 Rising head 4.67x10"5 BH-4 Failing head(two NA Very rapid response, possible tests) well filter pack influence BH-4 Rising head (test 1) 1.38x103 .. BH-4 Rising head (test 2) 1.14x10-3 BH-4 Pumping Recovery 6.79x10.3 NA-not analyzed 2006-067 Rev Final2.doc HWA GEOSC[ENCES INC. +.r r r Dewatering Estimates , HWA utilized the Universal Well Formula, a derivative of Darcy's Law to estimate the amount of flow from wells dewatering a length of excavated trench(Powers, 1992),where: Q— xKH2 —h2 +2 xKH2 —h2 In R. 2L Ys and Q =Rate of discharge to lower water table to target elevation(W/min) K=Hydraulic conductivity(ft/min) ' H=Height of static potentiometric surface above base of aquifer(aquifer thickness) h=Height of controlled potentiometric surface above base of aquifer Ro Radius of influence(cylindrical area) L=Radius of influence(linear area) or distance to line source r$=Radius of trench(5 feet) x=Length of trench segment dewatered ' Aquifer thickness(H)-Existing well log data in the project area suggest that the total aquifer thickness is approximately 20 feet. Height of controlled potentiometric surface above base of aquifer(h) -This value was estimated based on measured ground water levels,and estimated trench invert depths with an added four r feet of drawdown. Radius of influence(R.)-Radius of influence was estimated based on Suchart's formula: R. =300(H—h),f with R„H and h in feet,and K in cm/sec. The above-listed principal dewatering parameters serve as the basis for estimating dewatering flows. Extreme variability(spatially and temporally)throughout the site of these dewatering ' parameters requires simplifying assumptions based on the available data in order to develop estimates of dewatering volumes. This method assumes flow to wells along the trench. Trench dewatering estimates are summarized in Table 3. ' 1 2006-067 Rev Final2.doc HWA GEoSCIENCEs INC. r r Table 3 Dewatering Flow Estimates (Gallons per minute per 100 foot of trench) Well 4.3.4.1.1.1.1.1 Assumptions t Trench Berth to Open K Invert Water Trench (ft/min) Depth (feet) (9Pm1100ft) BH-1 4.4x10-5 10 5 1 BH-4 3.1x10-3 10 6 12 1 -Based on average of different tests performed 2- Dewatering depth four feet below trench invert REFERENCES Driscoll,F., Groundwater and Wells,Johnson Division, St. Paul,Minnesota, 1986. Powers,J. Patrick, Construction Dewatering, New Methods and Applications, John Wiley and Sons, Inc.,New York, 1992. 2006-067 Rev Finalldoe HWA GEOSCILNCEs INC. PERMITS Washington State Hydraulic Project Approval Army Corps of Engineers Nationwide Permits 7, 13, 33 Washington State Dept. of Ecology Water Quality Certification °-1 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 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 1 - ' Issue Date:July 20, 2006 Control Number: 105604-1 Project Expiration Date: July 19, 2011 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR Renton City Of Surface Water Utility Department ATTENTION: Daniel Carey 1055 South Grady Way Renton, WA 98055 425-430-7293 Project Name: Renton Village Storm System Improvement Project Project Description: Replace culverts, abandon the existing culvert outfall and install a new outfall and bank protection at Rolling Hills Creek, downstream of the Renton Village shopping center; 555 S. Renton Village PI. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and October 15 of calendar years 2006 - 2010. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "RENTON VILLAGE STORM SYSTEM IMPROVEMENT PROJECT', dated June 2006, except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 3. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter. 4. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 5. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. 6. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. 7. Prior to releasing the water flow to the project area, all bank protection or armoring shall be completed. 8. 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. 9. Fill associated with culvert installation shall be protected from erosion to the 100-year peak flow. Page 1 of 5 Washington HYDRAULIC PROJECT APPROVAL 16018 MgetreekB Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 K� WILDLIFE (425)775-1311 Issue Date:July 20, 2006 Control Number: 105604-1 Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A 10. The culvert shall be installed and maintained to prevent erosion of stream banks downstream of the project. 11. Placement of bank protection material waterward of the OHWL shall be restricted to the minimum amount necessary to protect the toe of the bank. 12. The toe shall be installed to protect the integrity of bank protection material. 13. Bank sloping shall be accomplished in a manner that avoids release of overburden material into the water. Overburden material resulting from the project shall be deposited so it will not re-enter the water. 14. Bank toe protection material shall be clean, angular rock, and shall be installed to withstand 100-year peak flows. River gravels or other round cobbles shall not be used as exterior armor. 15. Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to construct the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of culvert replacement, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the WDFW Area Habitat Biologist (AHB) listed below. 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. 16. 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. 17. 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. 18. 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, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 19. Prior to starting work, the selected erosion control methods (Provision 18) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. Page 2 of 5 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 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:July 20,2006 Control Number: 105604-1 Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A 20. 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. 21. 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. 22. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. .. 23. 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. PROJECT LOCATIONS Location #1 Renton Village WORK START: July 20, 2006 WORK END: July 19, 2011 WRIA: Waterbody: Tributary to: 09.0005 Spring Brook Creek I Black River 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NE 1/4 19 123 N 05 E IN 47.46866 W 122.21228 King Location#1 Driving Directions �r NOTES APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. ' Page 3 of 5 .. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date:July 20, 2006 Control Number: 105604-1 Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one a hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation,stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are informal and formal appeal processes available. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55.181, and 77.55.291' A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval;or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval,or the conditions or provisions made part of a Hydraulic Project Approval; (B)An order imposing civil penalties; or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091,within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal ■,,, appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only), 77.55.141, 77.55.181,or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey,Washington 98504;telephone 360/459-6327. Page 4 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 s Issue Date:July 20, 2006 Control Number: 105604-1 Project Expiration Date:July 19, 2011 FPA/Public Notice#: N/A 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. IMF. E.FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal,the department action shall be final and unappealable. r ENFORCEMENT: Sergeant Chandler (34) P3 Habitat Biologist for Director Larry Fisher 425-649-7042 WDFW CC: I I i l 1 1 1 1 1 Page 5 of 5 7 n>' STATE 0 Q � x wa. STATE OF WASHINGTON DEPARTMENT Or ECOLOGY Northwest Regional Office •3190 1601h Avenue.SE• Bellevue, Washington 98008-5452 • (425) 649-7000 December 8, 2006 Daniel Carey City of Renton Surface Water Utility 1055 South Grady Way Renton WA 98055 Dear Mr. Carey: RE: U.S. Army Corps of Engineers Reference#200600760 Nationwide Permit#7, Nationwide Permit#13, and Nationwide Permit#33 Renton Village Storm System Improvement Project, Rolling Hills Creek, King County, Washington This letter is to confirm that the above-referenced ro'ect will not require p � q an individual water quality certification or Coastal Zone Management consistency determination from the Department of Ecology. Your project does not meet our criteria for requiring an individual certification under Nationwide Permit#7,Nationwide Permit#13 and Nationwide Permit #33. Please note that this letter does not exempt the applicant from compliance with other requirements of federal, state, and local agencies. ' Please contact me if you have any questions regarding this letter at (425) 649-7271 or e-mail len1461 gecy.wa.gov. Sincerely, Lori C. Enlund Federal Permit Assistant .. Shorelands and Environmental Assistance Program LC'E:cja cc: Amy Klein, U.S. Army Corps of Engineers Penny Keys, Ecology Loree' Randall, Ecology 9,a W DEPARTMENT OF THE ARMY g1 . SEATTLE DISTRICT,CORPS OF ENGINEERS a.r P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 REPLY TO OCT 2 6 2006 ATTENTION OF ow Regulatory Branch City of Renton Surface Water Utility Mr. Daniel Carey 1055 South Grady Way Renton, Washington 98055 Reference: 200600760 Renton, City of Dear Mr. Carey: We have reviewed your application to replace and redesign a failing culvert and outfall pipe, place up to 20 cubic yards of rocks and/or soft gabion to reduce bank erosion at the culvert outfall point, and also divert the stream channel during construction in Rolling Hills Creek at Renton, King County, Washington. Based on the information you provided to us, Nationwide Permit 7, Outfall Structures and Maintenance, Nationwide Permit 13, Bank Stabilization, and Nationwide Permit 33, Temporary Construction, Access, and Dewatering (Federal Register, January 15, 2002, Vol. 67,No. 10), authorize your proposal as depicted on the enclosed drawings dated June 2006. In order for this NWP authorization to be valid, you must ensure that the work is performed in accordance with the enclosed Nationwide Permit 7, 13, and 33, Terms and Conditions. We are unable to determine whether or not your project requires individual Water Quality Certification and a Coastal Zone Management consistency determination response from the Washington State Department of Ecology(Ecology). Before you may proceed with the work authorized by this NWP, you must contact the following Ecology office regarding these requirements: Nationwide Permit Coordinator, Department of Ecology, SEA Program, Post Office Box 47600, Olympia, Washington 98504-7600; telephone(360) 407-6926. If more than 180 days pass without Ecology responding to your individual WQC and CZM consistency determination concurrence request, your requirement to obtain an individual WQC and CZM consistency determination response becomes waived. You may then proceed to construction. We have reviewed your project pursuant to the requirements of the Endangered Species Act 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 11 and will not adversely affect EFH. .. This verification is valid until the NWPs are modified, reissued, or revoked. All of the existing NWPs are scheduled to be modified, reissued, or revoked prior to March 18, 2007. It is a. -2- incumbent upon you to remain informed of changes to the NWPs. We will issue a public notice when the NWPs are reissued. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have twelve months from the date of the modification or revocation of the NWPs to complete the activity under the present terms and conditions of theses nationwide permits. Failure to comply with all terms and conditions of this NWP verification invalidates this 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. 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 permit process. We are interested in your experience with our Regulatory rrr Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website at: www.nws.usace.armYmil (select"Regulatory" and then"Regulatory/Permits"). �+ If you have any questions about this letter, please contact me at(206) 766-6438 or via email at Amy.S.Klein(a),,usace.army.mil. • Sincerely, Amy S. Klein, Project Manager ' North Application Review Section Enclosures ar • .r air 1 I �pPPi Op®O 1 � 1 raj � US Army Corps CERTIFICATE OF COMPLIANCE 3 of Engineers*, WITH DEPARTMENT OF THE ARMY PERMIT Seattle District m.�a Permit Number: 200600760 Name of Permittee: Renton, City of Date of Issuance: OCT 2 Upon completion of the activity authorized by this permit, please check the applicable boxes below, sign this certification, and return it to the following address: Department of the Army U.S. Army Corps of Engineers Seattle District, Regulatory Branch 1 Post Office Box 3755 Seattle, Washington 98125-3755 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with the terms and conditions of your authorization, your project is subject to suspension,modification, or revocation. The work authorized b the above-referenced pen-nit has been completed in ❑ Y p p accordance with the terms and conditions of this permit. The mitigation required (not including monitoring)by the above-referenced ❑ permit has been completed in accordance with the terms and conditions of this permit. Signature of Permittee LOCATION MAP SEAT,LE � l �pG LAKE WASHINGTON P � 56 `I RENTON I PUGET PROJECT I t� souNO LOCATIO14 \. •169 BLACK RIVER \ A m ' z J � 167 I m I A I PROJECT SITE LATITUDE: 47' 28' 8" LONGITUDE: 122° 12' 42" 0 1 2 Datum: NAVD 1988 NORTH SCALE 1" = 2 MILES RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E Prepared: June 2006 Location: Renton Village Shopping Center 555 S Renton Village Place Sheet 1 of 7 Renton, King County, Washington, 98055 C) VICINITY MAP U/a � o � ra , S E � I-4 5 xi Ling i es , `P U) o PROJECT SITE LATITUDE: 47° 28' 8" LONGITUDE: 122° 12'42" 0 500 1000 Datum: NAVD 1988 NORTH SCALE 1"= 1000 FT RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E Prepared: June 2006 Location: Renton Village Shopping Center 555 S Renton Village Place Sheet 2 of 7 Renton, King County, Washington, 98055 _ ���� t.- U PL. U VIEW - PHOTO r t 1 F c Existing Storm Pipes 111 aw Thriftway Grocery Store .. _. South Renton Village PL .,. fed R � < St' x xistin torm I4. r :One Renton PI qe W w 4 � ep � �' t 't1rNe ti~• A stall a t %~ dolling Hills Creek 1.405 PROJECT SITE LATITUDE: 47' 28' 8" LONGITUDE: 122° 12'42" 0 50 100 Datum: NAVD 1988 NORTH SCALE 1"= 100 FT RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E Prepared: June 2006 Location: Renton Village Shopping Center 555 S Renton Village Place Sheet 3 of 7 Renton, King County, Washington, 98055 x , ,. „:, �� _t.... PLAN VIEW Existing Storm Pipes Thriftway Grocery Store RVA Office LL , City has Easement for Storm System �cHCOa� City has Easemen for Storm System RVA Center LLC �%x. Parking Lot � RVA Office LLC Renton Village Mgmt Co. Renton Village M mt Co. 520 Pike St, Suite 1500 ' 520 Pike St, Suite 1500 Seattle,WA 98101 iVillage Seattle, WA 9810 outh Renton All PL Ex.Parking Lot 1110 \ Proposed Replacement ' Storm System One Renton Place City has Easement for Stor Sysi Existing Storm �� Renton Properties LLC Pipes �I Ex.Parking Lot HAL Real Estate 2025 First Ave, Suite 700 Ex.Parking Lot xl Seattle, WA 98121 w� Replace Existing Outfall With New Outfall. Ord nary High h Water Install Bank rotection and Revegetate. ' Li ie (approx.) � Open , so ne Conc.curb Gs --4,05 Existing Storm Rolling Hills Creek Pipes PROJECT SITE LATITUDE: 47' 28' 8" ' 0 50 100 LONGITUDE: 122° 12'42" Datum: NAVD 1988 NORTH SCALE 1"= 100 FT RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #:4;QC,-D b 0b -/7u,0 ' Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E Prepared: June 2006 Location: Renton Village Shopping Center 555 S Renton Village Place Sheet 4 of 7 Renton, King County, Washington, 98055 OUTFALL PLAN VIEW REMOVE OLD CMP PIPE AND TEMPORARY RIP-RAP RESTORE PARKING LOT ' v. TO ORIGINAL CURB LINE I ' i w i 2� 28 \ d` op� S BE uRSp L BANK PROTECTION IN 1/3 SEE DETAIL L EXCAVATED SCOUR POOL NEW OUTFACE ZD� `�° 2� ORDINARY HIGH WATER LINE (appx.) 24 q �• BANK J-HOOK PROTECTI❑N SEE DETAIL \_j SEE DETAIL CROSS-SECTIONS PROJECT SITE LATITUDE: 47°28' 8" LONGITUDE: 122° 12'42" 0 5 10 Datum: NAVD 1988 NORTH SCALE 1"= 10 FT w RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E Prepared: June 2006 Location: Renton Village Shopping Center 555 S Renton Village Place Sheet 5 of 7 Renton, King County, Washington, 98055 J-HOOK CROSS-SECTIONS ' ORDINARY HIGH WATER LINE TOP OF BANK ' ORDINARY WATER DEPTH 12 INCHES Capp x.) CREEK BOTTOM TYPICAL SECTION A "` SCALE NOT TO SCALE — —TOP OF BANK ORDINARY HIGH WATER LINE --TOE OF BANK I ' ORDINARY WATER DEPTH 12 INCHES CREEK BOTTOM ' TYPICAL SECTION_ B ' SCALE NOT TO SCALE i n s i TYPICAL SECTION C ' SCALE NOT TO SCALE — RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: _-;UZ,(rC,0-7Le L- Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E PROJECT SITE LATITUDE: 47' 28' 8" Location: Renton Village Shopping Center LONGITUDE: 122° 12' 42" 555 S Renton Village Place Prepared: June 2006 Renton, King County, Washington, 98055 Sheet 6 of 7 — BANK PROTECTION CROSS SECTION — �— TOP OF BANK EL. VARIES GEOTEXTILE WRAPPED - LIVE STAKES MATTRESSES F-1,5' THICK \ a' MAX. 4' MIN. LENGTH 4' MIN, BANK EMBEDMENT — ALL DISTURBED AREAS SHALL BE LIVE BRANCH BUNDLES — 6' THICK, 5' MIN. BANK SEEDED WITH NATIVE GRASSES EMBANKMENT z — ORDINARY HIGH WATER MARK 6' NATIVE TOE OF BANK TOPSOIL FILL ELEVATI❑N VARIES Z ;t. , CREEK BOTTOM °' o z STAKED GE❑TEXTILE NATIVE TOPS❑IL BACKFILL ' 3 I BALLAST BACKFILL T❑E•ROCK i' MIN. THICKNESS CREEK BANK REMADE AND TREATMENT TYPICAL SECTION SCALE NOT TO SCALE LIVE STAKES TOP OF BANK 3' MAX_, 4' MIN. LENGTH — iEL. VARIES ALL DISTURBED AREAS SHALL BE SEEDED WITH NATIVE GRASSES 2 :o z (J ORDINARY HIGH ' WATER MARK 6' NATIVE TOE ❑F BANK �� TOPS❑IL FILL ELEVATION VARIES j'. CREEK BOTTOM ;; o z STAKED GE❑TEXTILE :o z i s NATIVE TOPSOIL BACKFILL 3 II BALLAST BACKFILL T❑(� ROCIC 1' MIN. THICKNESS J-HOOK CONNECTION TO CREEK BANK 6r TYPICAL SECTION SCALE NOT TO SCALE RENTON VILLAGE STORM SYSTEM Applicant: City of Renton IMPROVEMENT PROJECT Reference #: ,kO ce Replace a Failing Storm System, including Waterway: Rolling Hills Creek Rebuilding the Outfall to the Creek Sec. 19 T. 23 N R. 5 E PROJECT SITE LATITUDE: 47° 28' 8" Location: Renton Village Shopping Center LONGITUDE: 122° 12' 42" 555 S Renton Village Place Prepared: June 2006 Renton, King County, Washington, 98055 Sheet 7 of 7 NATIONWIDE PERMIT 7 �ycA^PSOFENO��� US Army Corps of Engineers Terms and Conditions ,.� Seattle District •��mvxo`�,. Effective Date: March 18, 2002 A. Description of Authorized Activities—page 1 B. Corps Regional Specific Conditions for this NWP—page 2 C. EPA,Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWT—page 2 D. State WQC Conditions for this NWP—page 2 ,r E. State CZM Consistency Determination Conditions for this NWP—page 3 •• F. Corps National General Conditions for all NWPs—page 3 G. Corps Regional General Conditions for all NWPs—page 11 H. Additional Limitations on the Use of NWPs—page 13 I. Further Information—page 13 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 7 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES Outfall Structures and Maintenance. Activities related to: (i) Construction of outfall structures and associated intake structures where the effluent from the outfall is authorized, conditionally authorized,or specifically exempted,or are otherwise in compliance with regulations issued under the National Pollutant Discharge Elimination System Program(Section 402 of the CWA),and (ii) Maintenance excavation,including dredging,to remove accumulated sediments blocking or restricting �+ outfall and intake structures, accumulated sediments from small impoundments associated with outfall and intake structures, and accumulated sediments from canals associated with outfall and intake structures,provided the activity meets all of the following criteria: a. The permittee notifies the District Engineer in accordance with General Condition 13; b. The amount of excavated or dredged material must be the minimum necessary to restore the ' outfalls, intakes,small impoundments,and canals to original design capacities and design configurations(i.e.,depth and width); ' C. The excavated or dredged material is deposited and retained at an upland site,unless otherwise approved by the District Engineer under separate authorization;and ' d. Proper soil erosion and sediment control measures are used to minimize reentry of sediments into waters of the US. The construction of intake structures is not authorized by this NWP,unless they are directly associated with an authorized outfall structure. For maintenance excavation and dredging to remove accumulated sediments, the notification must include information regarding the original design capacities and configurations of the facility and the presence of special aquatic sites(e.g.,vegetated shallows)in the vicinity of the proposed work.(Sections 10 and 404) +r B. CORPS REGIONAL CONDITIONS FOR THIS NWP None r C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR THIS NWP EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An individual WQC is required for all Section 404 activities. r D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. 1. The NWP authorizes outfall construction only and does not authorize the discharge of effluent from the outfall. No effluent shall be discharged until the applicant has received a National Pollutant Elimination System permit,waiver, or other applicable approval from the appropriate Federal State or local authority. 2. An individual 401 Certification is required for projects or activities authorized under this NWP if the project/activity will likely result in any of the following adverse effects: a. The project or activity will likely cause or contribute to an exceedance of a State water quality standard(WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits,approvals,or management practices. These projects are presumed to comply with state water quality standards including state sediment • management standards: (1) Projects,activities or portions of projects or activities designed,constructed,and maintained in accordance with the stormwater standards and practices contained in the most current version of Ecology's Stormwater Manual or an Ecology approved equivalent. ■r (2) For WSDOT in-water or over-water construction and maintenance activities,an individual 401 certification is not required for those projects carried out in compliance r 2 with conditions 2 through 4 below and the Ecology approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality Standards. Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project engineer or maintenance supervisor, guaranteeing that the project will meet the latest Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along with the JARPA application. b. For projects/activities not designed in accordance with either Ecology's stormwater manual or an Ecology approved equivalent,or for projects where there is credible site specific information which indicates that the permits,approvals, or management practices identified above will not be sufficient to meet state water quality standards,the applicant may provide documentation with the application that the project/activity will otherwise comply with state water quality standards. An individual 401 Certification is required for projects which are unable to provide documentation that the project/activity will otherwise comply with state water quality standards. c. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired waterbodies[i.e.,the 303(d)list]and the discharge may result in further exceedances of a specific parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is available on Ecology's web site at .�. http://Www.ecy.wa.gov programs/wq/303d/1998/wrias/1998_water_Segs.pd.f or by contacting Ecology's Federal Permits staff. NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that ... the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter will not contribute to an increased impairment of the waterbody. ... d. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat(e.g.,soil bioengineering,biotechnical design,rock barbs,etc.) .. NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in accordance to guidelines developed by the Washington State Department of Fish and Wildlife. E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR THIS NWP The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401 Certification and located within counties in the coastal zone. F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to ensure public safety. 3. 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 no-flow. 3 4. 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. 5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken to minimize soil disturbance. 6. 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 or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act consistency determination. 7. 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). ' 8. 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. 9. Water Quality. ' (a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or waived(See 33 CFR 330.4(c)). (b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either generically or individually)does not require or approve water quality management measures,the penmittee must provide water quality management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where applicable,will ensure no more than minimal adverse effect on water quality). An important component of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality(refer to General Condition 21 for stormwater management requirements). Another important component of water quality management is the establishment and maintenance of vegetated buffers next to open waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require. monitoring. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency , concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11. 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. 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 is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is ' authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the rri 4 VO r proposed work or that utilize the designated critical habitat that may be affected by the proposed work. 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. (b) 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 Opinion with"incidental take"provisions,etc.)from the USFWS 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 USFWS and NMFS or their world wide web pages at http.//wwwfivs.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot res/overview/es.html respectively. 12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective pernittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the r notification is complete within 30 days of the date of receipt and can 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 notification 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 notified in writing by the District or Division Engineer that an Individual Permit is required;or (3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. 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 Notification: The notification must be in writing and include the following information: (1) Name,address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) Brief 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. 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.); 5 2 (4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,4 ,and 43,the PCN must also include a delineation of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass ' beds),and riffle and pool complexes(see paragraph 13(o); (5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; (6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of the US will be minimized to the maximum extent practicable; (7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining (OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in writing; +rr (8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of the prior condition of the site that will be reverted by the permittee; (9) For NWP 29(Single-Family Housing),the PCN must also include: (i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; (iii) A description of the,entire parcel,including its size,and a delineation of wetlands. For the ' purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the current method required by the Corps.(See paragraph 13(f)); (iv) A written description of all land(including,if available,legal descriptions)owned by the prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less) maintenance plan. In addition,the PCN must include all of the following: (i) Sufficient baseline information identifying the approved channel depths and configurations and existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites,including wetlands;and, (iii) Location of the dredged material disposal site; , (11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; 6 ' r a' (13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal,both individually and cumulatively; (15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the r loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities); (17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work;and (18) For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,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. L (c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)- (18)of General Condition 13. A letter containing the requisite information may also be used. (d) 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. The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process. 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 minimal. If the District Engineer r 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 is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. 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 days of r. receiving a complete PCN and determine whether the conceptual or specific 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 7 r. r the project can proceed under the terms and conditions of the NWP. 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 proposal 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 proposal that would �3' eP P q reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e) Agency Coordination: The District Engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terns and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO),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 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 notification that the resource agencies'concerns were considered. As required by section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. (f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: (a) A statement that the authorized work was done in accordance with the Corps 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. 15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is r prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.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 US for the total project cannot exceed 1/3-acre). i 16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the ' activity is for repair of the public water supply intake structures or adjacent bank stabilization. 8 r 17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. rn. 18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA). 19. Mitigation. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US 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 impacts requiring a PCN,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. Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e) To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project; establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include r a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated buffers should consist of native species. The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the aquatic environment on a watershed basis. In cases where vegetated buffers 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 impacts. (g) Compensatory mitigation proposals submitted with the"notification"may be either conceptual or aw detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters of the US. (h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. 9 20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial turbidity)of an important spawning area are not authorized. 21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows. In most cases,it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will defer to state and local authorities regarding management of water flow. 22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. 23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed threatened and endangered species,coral reefs,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) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General r Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. qr (b) For NWPs 3,85 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 13,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. 26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or _ FEMA-approved local floodplain maps. 10 ' (a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,43,and 44. (b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,and 44. (c) The permittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27. Construction Period. For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period,the work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested. This request must be submitted at least one month before the previously approved completion date. G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS 1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the Definition section of this Public Notice),except for projects provided coverage under the following NWPs: NWP 3(i,ii) — Maintenance NWP 20 Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 40(a) — USDA program participant NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). 2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your permit. 3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for activities which would have qualified for the following NWPs: NWP 12 — Utility Line Activities(substations and access roads) NWP 13 — Bank Stabilization NWP 14 — Linear Transportation Crossings NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 39 — Residential,Commercial,and Institutional Developments NWP 40 — Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways, wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific 11 Avenue),then south to the centerline of I-5;then east(northbound lanes)along I-5 to the Puyallup River. The boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge. From the Puyallup River,the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and Marine View Drive. 4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following NWPs can be used only in those areas designated as"Developable Wetlands": NWP 14 — Linear Transportation Crossings NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 33 — Temporary Construction,Access and Dewatering NWP 39 — Residential,Commercial,and Institutional Developments NWP 40— Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities 40 Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved, the"Notification"limits will be as specified in the individual NWPs. Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management ar Plan,King County,Washington,dated April 2000. An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other than those listed above. NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but,must comply with the requirements found within the Mill Creek Special Area Management Plan,King County,Washington. The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High Water mark of the Green River on the east and north. 5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11, the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered Species Act: (a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times: Work prohibition times: (1) Nesting between January 1 and August 15 each year. (2) Wintering areas between November 1 and March 31 each year. Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and Wildlife Service(USFWS). 12 , .� Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your proposed project: West of Cascades: Olympia Office—(360)753-9440 East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002 Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179 H. 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 4W 2. by law. 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. 6. If future operations by the United States require the removal,relocation,or other alteration of the work 1 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, you will be required,upon due notice from the U. S Army Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused thereby,without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. j I. FURTHER INFORMATION Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: hitp.11www.nws.usace.army.mil (select"Regulatory/Permits'). a it 13 NATIONWIDE PERMIT 13 yCPPPSoFo�°�. Army Corps of Engineers a; Terms and Conditions of Seattle District ck+�oM Effective Date: March 18, 2002 A. Description of Authorized Activities—page 1 B. Corps Regional Specific Conditions for this NWP—page 2 C. EPA,Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP—page 3 D. State WQC Conditions for this NWP—page 3 4W E. State CZM Consistency Determination Conditions for this NWP—page 4 F. Corps National General Conditions for all NWPs—page a e 4 G. Corps Regional General Conditions for all NWPs—page 11 H. Additional Limitations on the Use of NWPs—page 13 I. Further Information—page 13 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 13 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES Bank Stabilization. Bank stabilization activities necessary for erosion prevention provided the activity meets all of the following criteria: a. No material is placed in excess of the minimum needed for erosion protection; b. The bank stabilization activity is less than 500 feet in length; c. The activity will not exceed an average of one cubic yard per running foot placed along the bank below "P the plane of the ordinary high water mark or the high tide line; d. No material is placed in any special aquatic site,including wetlands; 40 e. No material is of the type, or is placed in any location,or in any manner,to impair surface water flow into or out of any wetland area; f. No material is placed in a manner that will be eroded by normal or expected h i gh flows(properly y anchored trees and treetops may be used in low energy areas); and, g. The activity is part of a single and complete project. Bank stabilization activities in excess of 500 feet in length or greater than an average of one cubic yard per running foot may be authorized if the permittee notifies the District Engineer in accordance with the"Notification"General Condition 13 and the District Engineer determines the activity complies with the other terms and conditions of the NWP and the adverse environmental effects are minimal both individually and cumulatively.This NWP may not be used for the channelization of waters of the US. (Sections 10 and 404) B. CORPS REGIONAL CONDITIONS FOR THIS NWP 1. The permittee must notify the District Engineer in accordance with National General Condition 13 for all bank stabilization projects. 2. The permittee must avoid and minimize discharges into waters of the United States at the project site to the maximum extent practicable,and the"Notification"must include a written justification to the District Engineer detailing compliance with this condition. To enable the Corps in making this determination,the notification must include the following assessments: a. The cause(s)and mechanism(s)of any existing or imminent bank failure in the project area; b. Sediment movement and deposition patterns in and near the project area,with and without the proposed project; C. Existing and with-project habitat conditions including use of the project area by animal and plant species. d. Why the discharge must occur in waters of the United States and why avoidance or additional minimization cannot be achieved. e. How the proposed project incorporates 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,beach nourishment in certain circumstances,and fish 40 friendly riprap designs. 3. The permittee shall minimize the disturbance of existing vegetation in the project area and,following construction,revegetate disturbed areas with native plant species. NOTE: Information useful in preparing the assessments required above are: • the Washington State Department of Fish&Wildlife's Integrated Streambank Protection Guidelines, • http:/,,'www.wa.gov./wdfw,,,'hab/ahg//ispgdoc.htm#toctop,(especially for fresh waters); • King County's Reconnaissance Assessment of the State of the Nearshore Ecosystem, http:!/dnr.metrokc.gov/'wlrf watersheds/puget,/nearshore,'soru.htm; 40 • the White Papers,Marine and Estuarine Shoreline Modification Issues,and Ecological Issues in Floodplains and Riparian Corridors,Over-Water Structures: Freshwater Issues http:,'/'ww-Ar.wa.gov/wdfw,'hab!ahg/n,lamrsrc.htm NOTE: Bank protection length,especially in the case of barbs,is measured as the total length of shoreline/bank to be protected by the structure. NOTE: This nationwide permit does not authorize discharges of fill for bank protection in special aquatic sites including wetlands, mudflats,and pool and riffle complexes waterward of the ordinary high water line. 2 C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR THIS NWP 1° EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An individual WQC is required for all Section 404 activities. D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. An individual WQC,in addition to an approved mitigation plan,is required prior to starting work for any fill-related impacts to tidal waters or to non-tidal wetlands adjacent to tidal waters. 1. Proposed projects using any upright structures(e.g.,retaining walls,concrete or timber bulkheads,etc.) 2. Projects that are greater than 500 feet in length. 3. The project or activity will likely cause or contribute to an exceedance of a State water quality standard (WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits, approvals,or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: a. For WSDOT in-water or over-water construction and maintenance activities,an individual 401 certification is not required for those projects carried out in compliance with 4 through 5 below and the Ecology approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality Standards. Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project 1 engineer or maintenance supervisor,guaranteeing that the project will meet the latest Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along with the JARPA application. u 4. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired waterbodies [i.e.,the 303(d)list]and the discharge may result in further exceedances of a specific parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is available on Ecology's web site at http://www.ecy.wa.gov/programs/wq/303d/1998/wrias/1998_water_segspdf or by contacting Ecology's Federal taw Permits staff. NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter will not contribute to an increased impairment of the waterbody. 5. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat(e.g., %P soil bioengineering,biotechnical design,rock barbs, etc.). NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in accordance to guidelines developed by the Washington State Department of Fish and Wildlife. i to to 3 ow E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR THIS NWP I The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401 Certification and located within counties in the coastal zone. F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPS r 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to , ensure public safety. 3. 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 no-flow. 4. 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. 5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken to minimize soil disturbance. 6. 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 or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act consistency determination. 7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River W 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 r management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management,U.S. Fish and Wildlife Service). 8. Tribal Rights. No activity or its operation may impair reserved tribal rights,including,but not limited to, .r reserved water rights and treaty fishing and hunting rights. 9. Water Quality. �r (a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or waived(See 33 CFR 330.4(c)). (b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either generically or individually)does not require or approve water quality management measures,the permittee must provide water quality management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where applicable,will ensure no more than minimal adverse effect on water quality). An important component of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality(refer to General Condition 21 for stormwater management requirements). Another important 4 +� component of water quality management is the establishment and maintenance of vegetated buffers next to open waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require monitoring. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11. Endangered Species. it (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. 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 is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the 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. 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. (b) 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 Opinion with"incidental take"provisions,etc.)from the USFWS 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 USFWS and NMFS or their world wide web pages at http://www.fws.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot res/overviewles.html respectively. 12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. .. (a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can 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 notification 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 5 aw (2) If notified in writing by the District or Division Engineer that an Individual Permit is required;or (3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. 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 Notification: The notification must be in writing and include the following information: (1) Name,address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) Brief 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. 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) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass beds),and riffle and pool complexes(see paragraph 13(o); (5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; (6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation i proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of the US will be minimized to the maximum extent practicable; (7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining (OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in writing; (8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of the prior condition of the site that will be reverted by the permittee; (9) For NWP 29(Single-Family Housing),the PCN must also include: (i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; • (iii) A description of the entire parcel,including its size,and a delineation of wetlands. For the purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the r property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the current method required by the Corps.(See paragraph 13(f)); (iv) A written description of all land(including,if available,legal descriptions)owned by the prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; 6 (10) For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less) maintenance plan. In addition,the PCN must include all of the following: (i) Sufficient baseline information identifying the approved channel depths and configurations and existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites,including wetlands;and, (iii) Location of the dredged material disposal site; (11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the 1 aquatic environment are minimal,both individually and cumulatively; (15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; i (16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities); w. (17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work;and (18) For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,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. (c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)- (18)of General Condition 13. A letter containing the requisite information may also be used. �r 7 (d) 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. The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process. 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 minimal. 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 is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. 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 days of receiving a complete PCN and determine whether the conceptual or specific 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. 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 proposal 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 ar necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e) Agency Coordination: 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 it mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO),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 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 notification that the resource agencies'concerns were considered. As required by section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act,the District Engineer will provide a response to NUTS within 30 days of receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. • (f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 40 14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: 8 Im "W (a) A statement that the authorized work was done in accordance with the Corps 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. 15. 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 US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.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 US for the total project cannot exceed 1/3-acre). 16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or .w discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA). 19. Mitigation. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US 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 impacts requiring a PCN,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. Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to IM the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e) To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed. (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.,easements,deed restrictions)of vegetated buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated �r 9 w buffers should consist of native species. The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the aquatic environment on a watershed basis. In cases where vegetated buffers 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 impacts. (g) Compensatory mitigation proposals submitted with the"notification"maybe either conceptual or detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters of the US. (h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. 20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial turbidity)of an important spawning area are not authorized. 21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows. In most cases, it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will defer to state and local authorities regarding management of water flow. 22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. 23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed threatened and endangered species,coral reefs,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. 10 Im op (a) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the Im US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. (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 13,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. 26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or FEMA-approved local floodplain maps. (a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,43,and 44. (b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,and 44. (c) The permittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27. Construction Period. For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period,the work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested. This request must be submitted at least one month before the previously approved completion date. I G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS 1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the Definition section of this Public Notice),except for projects provided coverage under the following NWPs: NWP 3(i,ii) - Maintenance NWP 20 - Oil Spill Cleanup +r NWP 32 - Completed Enforcement Actions NWP 38 - Cleanup of Hazardous and Toxic Waste NWP 40(a) - •USDA program participant NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). 2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your permit. 11 aw 3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for activities which would have qualified for the following NWPs: , NWP 12 — Utility Line Activities(substations and access roads) NWP 13 — Bank Stabilization NWP 14 — Linear Transportation Crossings NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 39 — Residential,Commercial,and Institutional Developments NWP 40 — Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways, wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific Avenue),then south to the centerline of 1-5;then east(northbound lanes)along 1-5 to the Puyallup River. The boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge. From the Puyallup River,the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and to Marine View Drive. 4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following NWPs can be used only in those areas designated as"Developable Wetlands": NWP 14 — Linear Transportation Crossings It NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 33 — Temporary Construction,Access and Dewatering NWP 39 — Residential,Commercial,and Institutional Developments NWP 40— Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved, the"Notification"limits will be as specified in the individual NWPs. • Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management Plan,King County,Washington,dated April 2000. An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other than those listed above. NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but,must comply with the requirements found within the Mill Creek Special Area Management Plan,King County,Washington. The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High Water mark of the Green River on the east and north. • 12 5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11, the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered Species Act: (a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times: Work prohibition rimes: (1) Nesting between January 1 and August 15 each year. (2) Wintering areas between November 1 and March 31 each year. Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and Wildlife Service(USFWS). Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your proposed project: West of Cascades: Olympia Office—(360)753-9440 East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002 ' Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179 H. 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. 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. L5. NWPs do not authorize interference with any existing or proposed Federal project. 6. If future operations by the United States require the removal,relocation,or other alteration of the work d 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,you will be required,upon due notice from the U. S Army Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. I. FURTHER INFORMATION Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: http://Www.nws.usace.army.mil (select"Regulatory/Permits"). fir. 13 am NATIONWIDE PERMIT 33 ' Army Corps of Engineers Terms and Conditions of a 4W Seattle District Effective Date: March 18, 2002 A. Description of Authorized Activities—page 1 B. Corps Regional Specific Conditions for this NWP—page 2 C. EPA, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP—page 2 D. State WQC Conditions for this NWP—page 2 E. State CZM Consistency Determination Conditions for this NWP—page 3 F. Corps National General Conditions for all NWPs—page ge 3 a G. Corps Regional General Conditions for all NWPs—page 11 H. Additional Limitations on the Use of NWPs—page 13 I. Further Information— page 13 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 33 authorization to be valid in Washington State. ` A. DESCRIPTION OF AUTHORIZED ACTIVITIES Temporary Construction,Access and Dewatering. Temporary structures,work and discharges,including L. cofferdams,necessary for construction activities or access fills or dewatering of construction sites;provided that the associated primary activity is authorized by the Corps of Engineers or the USCG,or for other construction activities not subject to the Corps or USCG regulations. Appropriate measures must be taken to maintain near normal r, downstream flows and to minimize flooding. Fill must be of materials,and placed in a manner,that will not be eroded by expected high flows. The use of dredged material may be allowed if it is determined by the District Engineer that it will not cause more than minimal adverse effects on aquatic resources. Temporary fill must be entirely removed to upland areas,or dredged material returned to its original location, following completion of the construction activity,and the affected areas must be restored to the pre-project conditions. Cofferdams cannot be used to dewater wetlands or other aquatic areas to change their use. Structures left in place after cofferdams are removed require a Section 10 permit if located in navigable waters of the US. (See 33 CFR Part 322). The permittee must notify the District Engineer in accordance with the "Notification"General Condition. The notification must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. The District Engineer will add Special Conditions,where necessary,to ensure that environmental adverse effects are .. minimal. Such conditions may include: limiting the temporary work to the minimum necessary;requiring seasonal restrictions;modifying the restoration plan;and requiring alternative construction methods(e.g. construction mats in , wetlands where practicable). (Sections 10 and 404) B. CORPS REGIONAL CONDITIONS FOR THIS NWP ' 1. Temporary fills may be in place for up to six months only,unless the applicant requests and receives approval for an extension from the District Engineer. Additional timing adjustments may be included to lessen impacts during critical times for migratory species. 2. The permittee must avoid and minimize discharges into waters of the US at the project site to the maximum extent practicable,and the"Notification"must include a written justification to the District Engineer detailing compliance with this condition,i.e.,why the discharge must occur in waters of the US and why avoidance or additional minimization cannot be achieved. 3. This NWP is prohibited from use in playa lakes,prairie potholes,vernal pools,kettles,and camas prairie wetlands or within 100 feet of any such system. An individual permit application must be submitted for proposed work in these areas. , C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR THIS NWP , EPA,Puyallup Tribe and Chehalis Tribe water quality certification(WQC)has been denied without prejudice. An individual WQC is required for all Section 404 activities. , D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. An individual 401 Certification is required for projects or activities authorized under this NWP if the project/activity will likely result in any of the following adverse effects: 1. The project or activity will likely cause or contribute to an exceedance of a State water quality standard (WAC 173-201A)or sediment quality standard(WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits,approvals,or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: ' a. Projects or activities where the discharges authorized under this NWP are explicitly authorized or covered by a National Pollutant Discharge Elimination System permit. b. Projects,activities or portions of projects or activities designed,constructed,and maintained in accordance with the stormwater standards and practices contained in the most current version of Ecology's Stormwater Manual or an Ecology approved equivalent. c. For WSDOT in-water or over-water construction and maintenance activities, an individual 401 certification is not required for those projects carried out in compliance with conditions 2 through 4 below and the Ecology approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality Standards. 2 ' "' Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project engineer or maintenance supervisor,guaranteeing that the project will meet the latest Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along with the JARPA application. 2. For projects/activities not designed in accordance with either Ecology's stormwater manual or an Ecology approved equivalent,or for projects where there is credible site specific information which indicates that the permits,approvals,or management practices identified above will not be sufficient to meet state water quality standards,the applicant may provide documentation with the application that the project/activity will otherwise comply with state water quality standards. An individual 401 Certification is required for .� projects which are unable to provide documentation that the project/activity will otherwise comply with state water quality standards. aw 3. Projects or activities that cause or contribute to a discharge to a waterbody on the state's list of impaired waterbodies[i.e.,the 303(d)list]and the discharge may result in further exceedances of a specific parameter the waterbody is listed for. The current list of 303(d)-listed waterbodies is available on Ecology's web site at http:i%w,,x,,A,.ecy.wa.gov/'programs%�,q%30341998/1998_by_wrias.html or by contacting Ecology's Federal Permits staff. NOTE: An individual 401 Certification will not be required if the applicant provides documentation showing that the project or activity will either not result in a discharge containing the listed parameter or,if present,the parameter will not contribute to an increased impairment of the waterbody. 4. Projects that do not incorporate structures and/or modifications beneficial for fish or wildlife habitat(e.g., soil bioengineering,biotechnical design,rock barbs,etc.) NOTE:An individual 401 certification will not be required if the project/activity is designed and constructed in accordance to guidelines developed by the Washington State Department of Fish and Wildlife. E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR THIS NWP The Coastal Zone Management(CZM)Consistency Determination has been partially denied without prejudice for this NWP. An individual CZM Consistency Response must be obtained for projects requiring individual 401 Certification and located within counties in the coastal zone. L F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPS 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to ensure public safety. r 3. 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 no-flow. 4. 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. it 3 5. Equipment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken to minimize soil disturbance. 6. 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 or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act ' consistency determination. 7. 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). 8. 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. 9. Water Quality. (a) In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or waived(See 33 CFR 330.4(c)). (b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either generically or individually)does not require or approve water quality management measures,the permittee must provide water quality management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where ' applicable,will ensure no more than minimal adverse effect on water quality). An important component of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality(refer to General Condition 21 for stormwater management requirements). Another important $. component of water quality management is the establishment and maintenance of vegetated buffers next to open waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality. While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require monitoring. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11. 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. 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 is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the 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. 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. (b) 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 Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal 4 , "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 USFWS and NMFS or their world wide web pages at http://w ww.fws.govlr9endspplendspp.html and http://www.nmfs.noaa.govlprot_res/overviewles.html respectively. 12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)). For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification rr' must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a) Timing: Where required by the terms of the NWP,the prospective permittee must notify the District Engineer with a preconstruction notification(PCN)as early as possible. The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can 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 notification 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 (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 notified in writing by the District or Division Engineer that an Individual Permit is required;or (3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. 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 Notification: The notification must be in writing and include the following information: (1) Name,address and telephone numbers of the prospective permittee; L (2) Location of the proposed project; (3) Brief 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) to used or intended to be used to authorize any part of the proposed project or any related activity. 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.); dw (4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass beds),and riffle and pool complexes(see paragraph 13(f)); aw (5) For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; 5 (6) For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of , the US will be minimized to the maximum extent practicable; (7) For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining (OSM)or state-approved mitigation plan,if applicable. To be authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in writing; (8) For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of r the prior condition of the site that will be reverted by the permittee; (9) For NWP 29(Single-Family Housing),the PCN must also include: ! (i) Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; (iii) A description of the entire parcel,including its size,and a delineation of wetlands. For the , purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than 1/4-acre in size,formal wetland delineation must be prepared in accordance with the current method required by the Corps.(See paragraph 13(f)); (iv) A written description of all land(including,if available,legal descriptions)owned by the prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of ownership(including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NWP 31(Maintenance of Existing Flood Control Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less) maintenance plan. In addition,the PCN must include all of the following: (i) Sufficient baseline information identifying the approved channel depths and configurations and existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites,including wetlands;and, • (iii) Location of the dredged material disposal site; (11) For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12) For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13) For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; 6 r (14) For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal,both individually and cumulatively; (15) For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (16) For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities); (17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work;and (18) For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,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. (c) Form of Notification: The standard Individual Permit application form(Form ENG 4345)may be used as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)- (18)of General Condition 13. A letter containing the requisite information may also be used. (d) 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. The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process. 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 minimal. 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 t 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 is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. 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 days of receiving a complete PCN and determine whether the conceptual or specific 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. 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 proposal 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 Irr 7 r.. 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 proposal that wouldt reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e) Agency Coordination: 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 mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditious manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO),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 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 notification that the resource agencies'concerns were considered. As required by section 305(b)(4)(13)of the Magnuson-Stevens Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of , receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. (f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method , required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size). The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14. Compliance Certification. Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: (a) A statement that the authorized work was done in accordance with the Corps 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. 15. 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 US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.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 US for the total project cannot exceed 1/3-acre). 16. Water Supply Intakes. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17. Shellfish Beds. No activity,including structures and work in navigable waters of the US or discharges of ' dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 8 18. Suitable Material. No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA). 19. Mitigation. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site(i.e.,on site). r (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 impacts requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more R environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d) Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e) To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and ' values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same watershed. (0 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.,easements,deed restrictions)of vegetated buffers to open waters. In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated buffers should consist of native species. The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns. Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site,the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation)based on what is best for the aquatic environment on a watershed basis. In cases where vegetated buffers 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 impacts. (g) Compensatory mitigation proposals submitted with the"notification"may be either conceptual or detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters of the US. (h) Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases that require compensatory mitigation,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. �r 9 20. Spawning Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial turbidity)of an important spawning area are not authorized. 21. Management of Water Flows. To the maximum extent practicable,the activity must be designed to maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates). Furthermore,the activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand ' expected high flows. The activity must,to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows. In most cases, it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows. While appropriate measures must be taken,it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness. Normally,the Corps will defer to state and local authorities regarding management of water flow. 22. Adverse Effects From Impoundments. If the activity creates an impoundment of water,adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable. This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. • 23. Waterfowl Breeding Areas. Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. ON 24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas ' returned to their preexisting elevation. 25. Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed ' threatened and endangered species,coral reefs,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) Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting,critical resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7. Further, such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. (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 13,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. 26. Fills Within 100-Year Floodplains. For purposes of this General Condition, 100-year floodplains will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or FEMA-approved local floodplain maps. , 10 , (a) Discharges in Floodplain;Below Headwaters. Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain,below headwaters(i.e.,5 cfs),resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,43,and 44. (b) Discharges in Floodway;Above Headwaters. Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,and 44. (c) The permittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27. Construction Period. For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period,the work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested. This request must be submitted at least one month before the previously approved completion date. G. CORPS REGIONAL GENERAL CONDITIONS FOR ALL NWPS 1. Mature Forested and Bog and Bog-like Wetlands. The use of NWPs is specifically prohibited in mature forested wetlands or bog and bog-like wetlands or just these components of a wetland system(as defined in the Definition section of this Public Notice),except for projects provided coverage under the following NWPs: NWP 3(i,ii) — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste NWP 40(a) — USDA program participant NOTE: NWP regulations do not allow the regional conditioning of NWP 40(a). 2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being,or has been,accomplished in accordance with the terms and conditions of your permit. 3. Commencement Bay. An individual permit is required in the Commencement Bay Study Area(CBSA)for activities which would have qualified for the following NWPs: NWP 12 — Utility Line Activities(substations and access roads) NWP 13 — Bank Stabilization NWP 14 — Linear Transportation Crossings NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 39 — Residential,Commercial,and Institutional Developments NWP 40 — Agricultural Activities ..r NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities The CBSA is located near the southern end of Puget Sound's main basin at Tacoma,Pierce County,Washington. The CBSA extends from Brown's Point around the bay to Point Defiance and includes the commercial waterways, wetlands,and any other jurisdictional waters. From Point Defiance,the line runs southeast to State Route 7(Pacific 11 Avenue),then south to the centerline of I-5;then east(northbound lanes)along I-5 to the Puyallup River. The boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road(Melroy)Bridge. From the Puyallup River,the boundary extends east along I-5 to 70th Avenue E. The line then returns to Brown's Point to the northwest,following the 100-foot contour elevation above sea level located east of Hylebos Creek and Marine View Drive. 4. Mill Creek Special Area Management Plan(SAMP). Within the boundaries of the(SAMP),the following , NWPs can be used only in those areas designated as"Developable Wetlands": NWP 14 — Linear Transportation Crossings ' NWP 23 — Approved Categorical Exclusions NWP 29 — Single-Family Housing NWP 33 — Temporary Construction,Access and Dewatering NWP 39 — Residential,Commercial,and Institutional Developments NWP 40— Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities Until the SAMP is approved,the users of these NWPs listed above(except NWP 40a.)must notify the District Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAM?is approved, the"Notification"limits will be as specified in the individual NWPs. Mitigation requirements for these projects must either be onsite or within the areas designated as"Preferred Mitigation Sites". Mitigation plans must comply with the requirements found within the Mill Creek Special Area Management Plan,King County,Washington,dated April 2000. An individual permit is required for all proposals in"Developable Wetlands"that would have qualified for NWPs other than those listed above. NWP 27,Stream Restoration and Enhancement Activities,can be used within the SAMP,but must comply with the requirements found within the Mill Creek Special Area Management Plan,King County,Washington. The Mill Creek SAMP applies to all areas and tributaries drained by Mill Creek(Auburn),Mullen Slough,Midway Creek,Auburn Creek,and the area bounded by 4th Street Northeast in Auburn on the south,and the Ordinary High Water mark of the Green River on the east and north. 5. Prohibited Work Times for Bald Eagle Protection. For compliance with National General Condition 11, the following construction activity prohibitions apply to protect bald eagles,listed as threatened under the Endangered Species Act: (a) No construction activity authorized under a NWP shall occur within 1/4 mile of an occupied bald eagle r nest,nocturnal roost site,or wintering concentration area,within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 mile BY LINE OF SIGHT of an ' occupied bald eagle nest or nocturnal roost site,within the following seasonal work prohibition times: Work prohibition times: ' (1) Nesting between January 1 and August 15 each year. (2) Wintering areas between November 1 and March 31 each year. ' Exceptions to these prohibited work times can be made by request to the Corps and approved by the U.S.Fish and Wildlife Service(USFWS). 12 , am Contact the USFWS to determine if a bald eagle nest,nocturnal roost,or wintering concentration occurs near your proposed project: ... West of Cascades: Olympia Office—(360)753-9440 East of Cascades: Ephrata—(509)754-8580 or Spokane—(509)893-8002 Mainstem of the Columbia River downstream from McNary Dam: Portland—(503)231-6179 H. 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. ' 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. 6. If future operations by the United States require the removal,relocation,or other alteration of the 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,you will be required,upon due notice from the U.S Army Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused thereby,without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. I. FURTHER INFORMATION Further information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: hitp.11www.nws.usace.army.mil (select"Regulatory/Permits"). fir. L 13 SURVEY CONTROL AND MONUMENTS I l �Y ti o Q N� F C ITY O RENTON SURVEY CONTROL NETWORK Vertical Control 3rd Order, 1st Class North American Vertical Datum 1988 Meters Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters V Printing January 1995 2°d Printing January 1997 Revised& Reprinted May 2000 1 rr �r TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000 TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. i SURVEYING STANDARDS ............................................................1-11-1 MONUMENT CASE& COVER STANDARD PLAN.......................H031 SECTION II MAPS, DESCRIPTIONS&VALUES SectionIndex Map............................................................................... Index Section Township Range Page 13 T23N R4E WM..................................................................F2 14 T23N R4E WM ................................................................. Fl 24 T23N R4E WM..................................................................G2 25 T23N R4E WM..................................................................H2 36 T23N R4E WM...................................................................I2 5 T22N R5E WM...................................................................J4 6 T22N R5E WM.................................................................. J5 3 T24N R5E WM..................................................................D6 4 T23N R5E WM..................................................................D5 5 T23N R5E WM..................................................................D4 7 T23N R5E WM..................................................................E3 8 T23N R5E WM..................................................................E4 1 9 T23N R5E WM.................................................................. 5 10 T23N R5E WM..................................................................E 11 T23N R5E WM..................................................................E7 14 T23N R5E WM..................................................................F7 15 T23N R5E WM..................................................................F6 16 T23N R5E WM..................................................................F5 17 T23N R5E WM..................................................................F4 18 T23N R5E WM..................................................................F3 19 T23N R5E WM...........................................................•......G3 20 T23N R5E WM..................................................................G4 21 T23N R5E WM..................................................................G5 22 T23N R5E WM..................................................................G6 29 T23N R5E WM..................................................................H4 30 T23N R5E WM..................................................................H3 31 T23N R5E WM...................................................................I3 32 T23N R5E WM...................................................................I4 29 T24N R5E WM..................................................................B4 31 T24N R5E WM..................................................................C3 32 T24N R5E WM..................................................................C4 TS_SERVER//SYS2VvIAPSN83m\control\scn.doc Table of Contents 2 May 2000 ir. CITY OF RENTON SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed & Hitchings, Inc., Carrie Davis; Technical Services Section(Recorder), i Abdoul Gafour; Utility Systems Division, Arneta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, Robert Mac Onie; Technical Services Section(Chairman), Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3) vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System comer monuments and other monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments .. were selected for both horizontal and vertical control due to stability and maintenance considerations. The second and third phases ran concurrently during 1993 & 1994. The horizontal control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Q 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, I st Class, northing and easting values for 122 monuments in and TS_SERVER//SYS2\M"S\83m\conVol scn.doc i 2 May 2000 rr around the City. our NAD 1983/1991 National Geodetic Survey M ty� y (NGS) high precision geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal. Mr 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 r associated records. The standards have been reviewed by at least ten licensed surveyors for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47° 25' North to the south and 47° 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 470 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for, most survey work will have no impact on surveys covering less than 1.5 miles. �r► r a TS_SERVER//SYS2\MAPS\83m\controNcn.doc it 2 May 2000 TABLE 1. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton ITabular. Grid Latitude Radius Difference Scale for 1" of Lat. Factor 470 25' 5807452.516 30.88355 1.00001659 470 26' 5805599.504 30.88353 1.00001310 470 27' 5803746.492 30.88352 1.00000970 470 28' 5801893.480 30.88351 1.00000638 470 29' 5800040.470 30.88350 1.00000315 470 30' 5798187.460 30.88349 1.00000000 470 31' 5796334.450 30.88349 0.99999693 470 32' 5794481.441 30.88349 0.99999395 470 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. TABLE 2. SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. i. 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 Renton's Mapping Supervisor at -7969. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. >l�r TS_SERVER//SYS2\MAPS\83m\controi\scn.doc tit 2 May 2000 0 m C a U W 0 vni � z < � i d 00 < a a�i AEA„ a � o � 0 Z J r O W Y E v' ? IL Of-C 2 v Z<W O 5 >j O z►—`n< N O W 2 c1c L—i Q w O[1--LLJ Z QW Z cx N Its ` •+ ( \ \ � (1 F- Cl C O(-� W yT•1\I 1 r\ ...� jV[ C 2 N J 1 1 r Q N N p� z G co o Q sv_ �, o .Q La LL- oC _ W U 1 K < G N W 0 C Y W '�• 3 Q22QKd W Z CU W W V1_-1 • •a > O U>W Q W Z 2 IAJ T CO W 0 E 0 d V V Co V 2 QW'Y Z--F-l7 -W3Z LAJ N2 W Z1N�0 O L.7 W C C L, 2 cc S Z G QOO1-W O U U 2 K U N V) I C/�WWOW2 W^� I -..• -_ F- O•—SOCSOwO N••-.1-1-Q 3 U kn L..1 F- 2 ••-• N f'1 Q F3 1S T23N R5E SE L4 +11002 i J 39 j \2432 138- 1576 161 134 1274$228`4 --�", 11276 12 78 - -� `�� -- } +2285 i { x1760 f� +1Z,7�3, +2283 f j ,a251 V � J♦25� yti 1+ / !�/ \b96 � 10a1i___--- 1+0 E V j 724 t - + ``- _._ a 1511 _ - 49 `2198/ j` r+ + •' ' Z H t976 i 1856 8 ,56 64 8 it ,-• �--- �-,l ; .-� - -- - � --- ._'-- i i �+^y,tT �' ' i 1597 1 � S l.. 244 1 i � � � 1 m' � u.�..�._..� +772 1 i66; _ +65 1319 +67 47 p 19 MN R5E SE L4 LEGEND 40 CITY OF RENTON 1111 ® Horizontal & Vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal only •® TECHNICAL SERVICES 3333 � PLANNING/BUILDING/PUBLIC WORKS ® Vertical Only �p 02/14/00 4°° Monument ® 450 900 --- Renton City Limits G3 1:54M 19 T23N R5E NE 1/4 SECTION 19 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 476 Location: Top of 1/2" iron pin in concrete monument in case 15' east of centerline intersection of Shattuck Avenue and South 15th Street. Monument: 1/2 IN IRON PIN IN CONC MON IN CASE NORTHING: 52799.569 EASTING: 396025.653 ELEVATION: 40.495 659 Location: Found a 1/8" bronze pin and concrete plug in 2" inside diameter steel pipe down 0.5' in a monument case at the constructed intersection of S Puget Drive& Benson Drive S. This mark is an alternate to the quarter corner to sections 19 &20, T23N, R5E. Monument: 1/8 IN BRONZE PIN & CONC PLUG IN 2 IN STEEL PIPE, IN CASE, DN. 0.5' NORTHING: 52798.357 EASTING: 396377.308 ELEVATION: 26.055 754 Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a 4"x4"concrete post monument down 0.6' in a monument case at the constructed intersection of SW 7th Street& Seneca Avenue SE. Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6' NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801 G3-2 18 T23N R5E NE 1/4 Mr 1149 9 c 54---2658 s 2-nd 6,73 26 ---94-gtJ1P_1142 ----2655 151 88 94 2nd 1 '4 1 L 26 ++1146 +67 +655 --322+- -2566+1-11541�66 644-_- ;-581 1 "'1 +2: -114 265-7- 4 8 1089 + + - - 6 -T 32t S n4j -q49 + +1006 L 0 + + 1136--2_2io + 1138 1.137+ + --j 1135 580 0 + + +1134 +1T -23 P14 -3rct -77 ....... 2500— +317 +318 + --78 499 + L + -9 t I - 4 8M +984 +1189 +11 I r + 11t4'+++++ +1198 +119 '?54 ;-4-J ......]6 + L654 ,3 655 0 r L---j +4005 z 194 = j: 010 '1004 ------ +1 30 + 1506+ +1505 -- m �+244 +150 299 1+ +297 -7 77 -i......... 4[, - -------- . . loop+ .....-3.� 1 4 61 n 12791 +331 +246 +296 +245fi* 508+ J [77j 2328' + 3 �3 + 393 60 .3 ",24,3e 2 +576 +61 +34 1274*Q- §-- 1276 —+.1278 +2285 0+;� A+ %" , +228.3 G3 • 19 T23N RM NE 1/4 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® 222 0 Hbrizontcl & Vwflccd MONUMENTS & BENCHMARKS 6 HorUmtd Only TECHNICAL SERVICES 3333 WORKS Q Verticcd Orly 02/14/00 -+!"' Mom went 0 450 900 --- Renton aty Units F3 18 T23N R5E SE 1/4 l SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ' 60 N 1/4 Corner 19 1'23N R5E , Location: Found 1/8" pin in concrete monument case at intersection of Hardie Ave SW and SW 7th St. Monument: 1/8 IN BRASS PIN IN CONC. 0.4' BELOW RIM OF MON. CASE NORTHING: 53611.676 EASTING: 395635.050 ELEVATION: 63 Location: Set brass disc stamped 804/BRH123 per 2 each 2 foot reference points in the right west bound lane of S Grady Way west of the intersection with Williams d Ave S Monument: BRASS DISC IN MONUMENT CASE NORTHING: 53638.518 EASTING: 396486.958 ELEVATION: 205 Location: Found a concrete monument in a monument case at the intersection of Burnett Avenue S. and S. 2nd Street. Monument: CONC MON, IN CASE NORTHING: 54429.257 EASTING: 396408.155 ELEVATION: F3-1 SECTION 18 T23N R5E W.M. I28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1898 ILocation: Found 1.5" R.R. spike with punch mark in road surface at intersection of Shattuck Ave S. and S. 6th St. Monument: R.R. SPIKE WITH PUNCH MK. NORTHING: 53756.917 EASTING: 395983.750 ELEVATION: i 1919 Location: Chiseled square at centerline top of stairway and north end of cul-de-sac on 1 Thomas Avenue S. across the street from 13208 Renton Avenue South. Monument: CHISELED SQ @ CL TOP STAIRWAY NORTHING: EASTING: ELEVATION: 72.130 1920 Location: Found 3" brass disk stamped "King County Survey monument EN-61 1973" in sidewalk on the west side of Rainier Avenue South. Located north side of southerly driveway to building at 604 Rainier Avenue South. i Monument: BRASS DISC NORTHING: EASTING: ELEVATION: 8.494 1939 Location: Top of Lead &tack set in concrete monument at intersection of Williams Avenue S. and S. Riverside drive. • Monument: LEAD&TACK SET IN CONC MON NORTHING: EASTING: ELEVATION: 11.383 F3-5 TRAFFIC CONTROL INFORMATION CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT : rr. PHONE : ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. : ( ) w PROJECT NAME: FAX PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN BUST 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. r.. COMMENTS: SKETCH I —NORTH- .. OMCE 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. DEV' SERMCF' INSPEcnoN K. KITfRICK/ DU. SMMCE. PLAN REWEW SIGNATURE: DATE: POJCE KATIE MCCUNCY FIRE JIM GRAY/STA. Ill 1 2 -{ 2 , . I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours ' before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B.: HOME ADDRESS: M WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: i. WASHINGTON STATE DRIVERS LICENSE NUMBER: CATraffic OpmdonsUraffic Control PhnVcpfona1.doc CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS R114 R114 ROAD CLOSED ROAD CLOSED TO TO THRU TRAFFIC T1iRU TRAFFIC TYPE 111-1 TYPE III-1A TYPE III-16 R114 R114 + k, %L ROAD CLOSED ROAD CLOSED TO TO THRU TRAFFIC THRU TRAFFIC Lil DETOUR DETOUR w14 m 1wIMdo(U TYPE 11I-2 TYPE III-2A TYPE III-213 R112 8112 IM 4 ROAD ROAD ROAD CLOSED iu CLOSED. CLOSED L 1w DEraxz DErouR wion W10M ri.. TYPE 1113 TYPE IIM TYPE III-B DE�Otm DEMUR mm ) mom ROAD CLOSED DErouR R11-2 M4-8a APPROVED BY: TYPE 111, R11-2, R11-4, M4-10 (R)/(L), M4-9 (R)/(L) DATE: 06/22/00 SHEET: 1.0 C:\Tram opwcUons\TCP\TY'E-ai dw9 !� O Fp .. ; Ocw N LO czQ > C5 c in O 0 m m 0 U o C)- 0' a CIO ° LU U z C: 19 0 0 `l) 0 00UO O ~ I 0 � 0 �w ULLz I Oc a> rvoo 0 LL m m0 c � rW � U = a � = i N p c �! z a P U o O o m Q I > 0 L-6 CN U ° �n Q Q -- x c.: X _p X O ui N p LL- Q L Q � x c O O O UOO5 X � < � w X ao0 m 1L/ o'0 o c CJ Q= ao0 c Q U ";T c 0 0 O Y ry m 5 x U 0 O O U co W o z � W � o U � Z 'x w ° m 04 Y NO 0 0 c m .� �U—i c) Q OD X 2 O O CO U = � x _! � = x o oo O QpQ � o pQ ° c0 m —' `0 0 c �c U � 0 m J m 0 mz U a) O °O 0) w j bo _ w 0D � N X _p .. QN iii x _> pUp ao � C9 � xc Zry Xg W `° 600 U o � ; Q X0 0 LL- z o oc o z � O 0 Y co m O 0 CD U m M m r r Z � 00 oa ..O O ba Ao e^ L Em 4Y- t 4 0O� - P E L- tD 4 1 E C m4 E 4 O A� H O O _ E E:V 4 O v N O ZJ U E O D t 4 C cm L m4¢ on L L, m O j mm No o Y „ F N t z > c- V-o -Now uLi 4 ° Q <v Z O- - J o -. D P O P �"- O 'M N E Q O L f 4 O O N Y ow L> 7 4 O 4 4 a - C 0 c E O C L 'F'f O O ajc m m L QO 4 L I N m m 0o o-V L 0--m-C E 0 L.0 0 4 -L tN P_r V m O 4 C L a O L m N =N m t>L a 0p0 OE 7 °r 0 >E O -0 0 N O 0 4 n U3 E P-- O C> L 4 > 4 4 O L D 4 s-PD C D O C 4 l C a 3C U - C O Em L o L a o N L 4 m O 3 O J O CN N - �- O N 3+ C -V4 a C C 4 N 40 CO O 3 i- O m L O L C > L O L 4 C O 44 -• OC 4 0 o ¢s C U m GL Lac a N u T U L L O 3 ¢ct ' D C m V m 0 O U D m 0 u O 47m C E Et-- O�c L 3 iW O L P m O L N 4 L t 4 m�L-m D> w o �< vi E o w o O ^ 2 •-• N n v �O i0 - a O � 3 a O o 0 3 { Pl 1 } oo i m o S os o ° r 6 y � U Q N o 0 eS N c 0 Dc y /` me �y u-0 H+ _00S '00!_ w D O Ol 0S L N \f c C\ O a C 0 IV U C O - U- P r-m C 0 C 0OJ N C O O u C w t m } ` O U O L Y o 4 O L TD 2 4 U Q c a aW � P -L a N w Lco V O P -3 P T F-O'f 0 N � v ' CD z Q 0 J J ,YI z N o U a� G i� W Z w o w z x M. = m O ot)z d N a y s s O --� w 0 n y e a o x wo J, Zw o m O L W a w > a 7 o m o v V Z o o wx Za <a o W "s V, owa , W co W LL'o ~ 3 LLJ LU' m cr Ei C:) F j H '1►' U QQ U J a V13 ww Z U. J x �.._, . W Q (r W 7 � �0 2 W 2-- ZOw a �x owx N M N ¢a« - N vi a 0 V1 ..¢r-- gg [ V) F- UlW F--..O p �o ov+ o0o d $ Z w In o W co '14 Y W U Uz Zwa W U Q ¢ � y QQ .-, ZO O w �o > w E Q w Q H < W < VI w O J E •w w o Ow OVIO a O 0 of a E o 0 w0 O t/IQ UWZ VI w yVl o° oP < UVI Z x OUO U� W Z� •-•U� W o u F o a7 OQVI w V) JO X �W QJ� w > UU g 3 w W 2 w VI O x w o o z= O -. m w o f ° o °o N 0 w o z¢ z 0 o o w u r N o - N N val w ~ ° w w VI ~ 3 O O Q O X \ n O O a Lj I I N c m d c cm o a I O / CD O P N O ; z � N O QI V m Q N U m r� w h O V O m OS 2 Q O O Z(YQ '1 U Ln L m¢ Vl T Q 3 2 l0 Q V) V V 0 p 0 0 0 Z ♦ W O¢ O^ L « O CLO O O O o ¢ o ol^c a o o �o vlwHZax; o '- ao Z D ¢ c m m C ti WaN z JVI, V(r ��O ¢w C7 O 0 0 0 0 C P n Q]d J W 1!W l L L L L n 3 ie C O W O ^JZ4_ O (n 7 L ] ] L m ] - C O � x f-JW N ;a aZ WNJS CL ar OZCL o 0z w .=ln a200 ¢ w "r U( C)z v w z \ f/ 1-Z W 0 0 0 �( ¢ Owz�o V1 � p O J-WV OX/ F J CL 0 W =a° (r-oz OW- z WO O v a 0 4-2 p DO�'9 a X. of S v1. cIr Z D G N In W O zx U N4 O G 2w;UT J 2 0 B ZU 'O O O V1J0 O U 2w HF-Q "W J x Z M x x � N m 3a wzw O f. Z 3 WIX O z OU 16 Q d O N c U cr N N¢ " bJ�d ♦ wo ~I w f- w W=~ cn a Q O ¢] o z a Op Q > O CL Z O 3 a ) >w W O OQ W J 0 (D w F- c:1 �w v1 a ox x s Lil w J CL 3 X O Y w a— W 0 o s N •\. \ a cr W \\/O/ wo O 3 a 1 a o I 1 1 1 1 1 1 1 � SITE PHOTOS 1 1 1 1 1 1 1 1 1 i Renton Village Storm System Project Page 1 Triton i Thriftway S Renton Village PL, 0 1 �i ; 17:Z Thriftway ON � m l.t3fllCCtlg SW '�_ 144"` Manhole Itowatd outfall Renton Village Storm System Project Page 2 Thriftway WW xta lam �tll tat ztt em ms Im¢� S Renton { ' Village PL Sewer M H 1 144" M H TO n te Looking E 02 198 2007 1 u' t►, Laak_ing � Thru Parking Lot > > ' 7 200 1 w 1 � � 17 Renton Village Storm System Project Page 3 Existing Outfalli Look s a r -- STANDARD DETAILS r r os err CITY OF RENTON 1 DEPARTMENT OF PLANNING, BUILDING&PUBLIC WORKS J w. 2" N 4" N PROJECT NAME------------------ 2- jSMMATMSTW 4" 6[11E BY: CITY OF 61 1ftRY SYSTEMS 3_. CITY C T. ( N 3' �! CTOIf� 3 �TO S 3 11 CFE " 8. 4'-0"x8'-0"xt/2" EXTERIOR PLYWOOD 12' (SMOOTH BOTH SIDES, ABX) } 2"x4" DIAGONAL BRACE a DOUGLAS FIR STD. OR z a BETTER 0 Ckf 0 I w > 4"x4"x14'-0" 4 m VERTICAL POST TREATED (TYP.) 0 I i7 NOTES: 1• PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR rw► ENAMEL THE BACKGROUND COLOR IS WHfTE. 2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED 8Y THE CfTY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3. LETTER SIZE 4' LETTERS ARE 1/2' WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4' WIDE. APPROVED BY: PROJECT SIGN DETAIL DATE: 04/10/06 1 SHEET: 1.0 J >t N O r z U o g o Q Em� y z s w a Q O A a rn Emma �x N V fn 3:Z o r c N Sao E c oEm m mEEE �_ H n N e me°C m� w o o o - 0 �Ezra J�> $ � ° $ y Z zav m a n W e Re-� mom°. ® s o�C LLJ j m m N��T Z aJ0 . 1n YO y m e m m E 3 m u �� v0_i 0 a m ° �0m E°Qff y'"J 0) Q W co dd 4� a m $a m= EY o hN Z ti w m. E-• W 0 t° F- Z H•k LL 0 Z LLJ w z w N a w �2 Z ~ 0 ~ O yp yp fN W ♦♦ 5 N eD U?� mm Y op O E 0, < N 0 <Q O N rp U m N O U m Q Z C7 �Z O � WV WZ� NN QO WZ 00 �W 0 HSS W Q O W O Z Z w sK O }a} Z QNQO m F" U mZ O ZU S O 0 U s r z b z VO mo g f w O ui N LL, ------------ Qa a� W U �.•. yF .. r: w r: N 77 �.' a �• . o ('dl l) ow zt 0 z �(b W Lou 1' W mU ow 0 z xv►v.ez r. w g o rr "NIW.YZ L Y:v a Q N I w �j oLL s rr J z it > OW d _ +•0 zOa •OE 3 O cr o W JNS n .l p 4' �r a, L u a t f.� Tn p V�Y t az L o N O. O N O E 'o L •^N c N XVYI ,b „6 p �� m a) 0LE+ N L 0 > y•_•� _ W a� r �4 z +� O - lutes X •3 ~ Q L �+-4)C Z U a a -0100 O L � O O O L N O 1 0 Lv -w L. '0 a C O ut X L Q ~ a)E ttAA N -O _ Vc- it Vt+ O O O } CL L't-10 L C L i C U (A.0 c 4- 0 0 O.O O+O t 0 E } g 10 a).- O n O L (D -1- U a) O L L a C - a) - - v o a 00 ^4- (n a) v 8 + m v C i O L 4-0)04- a 10 " g v'o u+CO - o _ T a C •-C as 8 L a .- o c o w F O- N O n•- •- U N ,- + O a+ N V - D- a)O O d 2 O+ L C W 0.(n o-0 a) C 0� L 00 +V-C N ->+ O L- 00-(1 O. tn0 .41 - - Ln n_ a U L OiL O a E L v W D N ~ W t (L O E O z N n v L W z 0 F- - v NIH N av D Z z v , L Z N Z �- N O m O Q r w u > 0- m C) 0 Of u z fi ., a a 0 11 N m N Q_ ('� N I N W L O W " p i- u NIH H Q J a „/19 „Z/i6 (A m T V o z p z Z v) I � O Q F- p N m -7 Z - F- Q L L W L t v � C > v N O vi V1 UUU L O al L v 'F 2 C > t > E2 y y0 Nv0 [0 t 0 U U U U U U Q a o•' N L.0L Ef f E O t t 0 + O m ; „ZI 0- NO 00 p i Off+ Oft ~ go CIO co m m •- U o z ~ _ - v N tf) o0 c U U oa oaz 0) m v y~ 00 V V Q U EDGE OF PAVEMENT, EDGE OF CURB & GUTTER LANE LINE STANDARD VEHICLE WHEEL PATH OR CENTER OF LANE LINE 7' 8" 3' 4.5' 3' MIN. 1 MIN. 1 MIN. MIN.l �MIN. 2" CLASS `B' 6" CRUSHED SURFACING TOP COURSE ACP CLASS* CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER 2" SAWCUT AND REMOVE OR GRIND, SEAL WITH AR4000W MIN. *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS AND INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B' RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or `B' LANE WIDTH OVERLAY FOR FLEXIBLE PAVEMENT 0 N LY (NTS) DWG NAME: HR-05 i 6.5' MIN. 1' 1' 2.5' �{ 1' 1' MIN IMIN MIN I MIN MIN .................. . ....................... . 2" CLASS 'B' ACP CLASS* 6" CRUSHED SURFACING TOP COURSE FOR MINIMUM STANDARDS SEE , DWG# HR-05, SP PAGE: H032A CRUSHED ROCK, PLOWABLE FILL OR AS REQUIRED BY ENGINEER DWG NAME: HR-23 (NTS) TYPICAL PATCH FOR FLEXIBLE PAVEMENT PERPENDICULAR TO ROAD CENTERLINE (NTS) rn 00 0 gaw U) m o n -I w 0 m N 0 Q o ° v� j0 o v °uTi NO E x'N c,0-.; o -c C 01 V) DV.0y0 L c°"U a aO OS�-t n c N N C o W F0- , ' O V: O c a O o ;L: O .a NO NN O c- 0 Pz c Q o m D T O M O n o � C - Q(n' p N O O O M C m N 'O m U N.L.. N° O Q_F F E_ ° O U '��O D•N'O C C4 Q U V] N 'E' C C I a m N SQL 3V E Ny No 4� v w m 3ovoao 0'3-°%nod `o -> � E ° 12;- NoJn" =I Q 00' U o�NN0 JOB':=O'"'O W OD .4 O O cLLO .a,20`L LCDN D° ` Z v...+ a0 °C V�.C I N"C p,v Q- `u p 3 p O V L ° °c�LV�c'>NC ° °N ma _a C O N. N N m V-~O m 0.``n N y C � N N N( 0 0-C°O N O N J y°-D° C C T J TL m v v at0 N N._,-oN N l� O�o 0-C o N O pw co,•. J...NN...-N O-a "c 7D. E N °°TV C 7 C c d aE `O- QLN.�0 3���omNOm—> d O'cU �`..N mr 3 N V O y J N mo- PO• CC NEC m N.N..J pyL°c=¢cN .N N E O�m O"N O N C O a¢L'aD m 00� ..Nn`yc NOCCCO�jONOn --�T >> c o 3 av J'- - o- 3 o 00� ON-oJocmvcNNc °3y •3E 0'D=.0-0 D'-N N c C N c N O uz�D°J u-p.o C 'E O O` M -� °C •• m-J.�N O N O L N N N n>V a L M M y - N r D N m N J D N° N O - O - N N> o N N o ¢¢N N mONLm OLL aN.a�FF N NLN C mr.+C¢ m3 nu+a 3D �i�• CWO O Z >¢¢ 0 (n IN to O 0 a 00 c c N i0w rn o n c rn o w c m c c c'u n W N N o Jon < T _ U N C - 0I.= J J c m O�TJ C N¢ 'CO 00 O C W O N N r 0,.S v a O E N m N ^m v v E > ¢ ^-n^, ..) I .- m o ) V) ri N cD vN N NN N -E O j N rn m m H O O D T o«u O O N ° o O.W _ _ y0 OM C U`NU In UL OD CNC ° O C� NV N 00 V V a D M J-N Emovc a° o >¢ m: n M M M zr: N� 3 NV)N. C \0- .r'(V uOM•-UN•.0 O v � �M� CO N a0 C m m O U T T 0^N° O N O N N 40 C `O V) O'O M N M .- In M LmNv�0j _ONO° OO=V �Uo. V)o W i¢ -O!n -C - U O.-O OYON 0, N E N 0 v O`er Z O c0 v c0 N a M n I I v v v o J m Eo N g rn 0 L o ='00¢ > a \\ - N o_ o 0 o a N N,E w= E o ° J\._ o cn M O O-J a0 C Q m¢ °� C v O'nN P in °U m O'�ut YLL� a` ac �N y I �` N o' (V R c L'.° N o+N on I v u N o o a '-o o" Z Vio ..aciN wN o�yD '^may\o .cL ° o\ v r I a o JC .�-.¢.�..¢ L =�c�MLn u C Nan ON Od O OM co NNE°D.N. m�m� N'joop�^^� WU c .CU O LW M m [O ... J 0 - O N Na N I \M v o� � o_ yOTO1]U� 2 . \ O= 00 0C� c co v U r°r u-O CV UNI\ -0 O 0 0 0 0 0 0 0 00 3 p v N nl.0 -N c -h n Z x aN > 3 u c 0 0 0 O N M O �!J O ? [O M iA In C m a y 0' m O N J N 00 O (O 0) N N 0) 00 L y .J'N C N O n..h 0 N C N n;O J OWN is O Q L0 O r- V 1 N M t0 �n O N O a C) m o c o x° ¢v¢av ro E�r z¢ 'a o O m� tea¢ . a cli ffi � N M V v n c0 0) N N Q�m� ofE�ov\ �� � T� ovnyo o.y'v� ova low mC O Lr F-N yr N COr uN OC Cyr 3j� N 3°a Ea 3 a a_°aLnn o� 1�SQ »uV) �Uz< �a°� 'm� N o 0 0 0 n o o n o 0 0 0 0 O O O O n In in N 0 0 0 0 0 N M ? U O M "t 10 40 O N a t0 CO N M aw In CD \\ \%\ % 0 `x§ G !/ \\) /vi eU � § \ E < 0< \ . , , _ \ § 2e It \\§w e B o§ 7\ Imo \°( ) �� §\ ao u<_j} , \ \( $= a \ <u G § / _ e / 0.� \P)} \ ® \%k V) a *� \ /{p 2 \<\ (\\\ ( § § _ # ° ° � + / mow° & § / �(� \§\/ } / ! /j2§ y }// °Or\ ! i \\e }§$ E 0 » ~ b 4 2 \}) . }\�\ \ _ / » exam 9 \ < If _ 3 /U/' °\k/ ~ / / (§$8 56/o / 0 } E / ! k-m^ m ƒ & ® 0 3§fs ±\®m ! °E _ / z K g� a>;3 LL w w 8 ) \ / < < J)=/ I: ® \\ f m ± #622 u § t ( f © ® z zm * u > oo j e ` � T/x( « = u a z z 0 o f//u 3: w0 w 0 z g > _ u < / ~ 3 d Cl) z zI f & / / ® C) / LL so 2 0 5 4 G / u a�s GN&NVI 2 G u @ � � < % \ e \ e z \ @ z < / / \_ �% R / z % Do f\ z z u< u e� eg u g < « » 2 E u /\y E /ƒ ® 0z ~ nLj %% ~ � R ƒ zƒ ) o u ® 0- \ \/ < 0 _ / \ \ / g< ® ƒ0 z 0 e 2 / a o = & Z 00 a / e / < g e Z o e \ \ a ---- e / } 3 \ • / < \/ \ X3 u§ & � w cy- N zo ( / o & # _ ee �� N CN cr¢ C) 'r N � K W \ m W FW-W h k, 121- p- W Um w WW ZFO xw U 00 W�o ti M <t9 O g QI z WV1 Vm W1r 0� ♦ M� F v z tAW w u o w o a Fn U U �- oa _ L � O W Jm COX d W Z a „b-,[ ?u -i ca Q� °°W m Y m O F- �« r U w a OL O U =W 0+- W WZ OH � 1-o .+ -n I LL Q U La c Z W z WZ I•• .o mp O lnU „Z I ' UZ N �r „b O7Z z ti ZQ > > =W „9 '�. O „y oI OU -. Um i + D D_ S • H O ° C zU = 3 r N P E 'a 9 ,I' w W 0 W L a U N w L L ?, D L ic x 1 7 O C 00 N -i��l - '0 CL CO- W \ QO W cr L /71 CL Z I� u-v o o < U_ f Z% W2 m 9 ° _ MW D: .. c W►-+ W _ Um CL c o o+ *• Q m �°n°i m o - m U r d W c0 W C n ~ °° J v W o0 2 °o ci t ►.� o I iv U '« W D: I W - O W U W r m N L o M Q u o W m W U m c °o o+ m > LU ° a / - / E § 0 _ z \ z / \ \ ' ' \ z j\ 03 / j \ /} / ao ) \ /\ [ \/ M z / / / / \ / \ + �� z / / w e ~ z \ \ ^ G � / / I % 0 0 z :D U a . ,. 4 / , . { z 4 f ƒ z 7 , + D i \ / / \ , \ © 5 / / i \ I > , / \ / i 2 » � 2 a 0 LJ \_ / «o \9 \ ®n u_ o <0 ®/ƒ i\®i \®® /o<o / \\uu /%%% En e # e _ Q o rn � s mN L CL U. o 0 4' o } Z F Q CL 0 cc c a a SO E z 4 : 15 0 0 CL 'O �f Sy x J G m 0 F m E 3 �� ao M °m 3� o ° za, Q- o N E � m Q m C V 1 W =ZJ EY7 aW O � W Q'Q Ti 3 c N a w r r_.-._� t 2-11 N N 0 �m 0 E °�� r`< y S� Omm Sty QO D$ UV co m °°FW g.0 i r r v v C <Wd f g z 3 ya r .0 W > < w g : € I ° c > m o m m _ a a w r O � � W � Z� Y z WOp 2km LL•3 rw 0Fm �0, a� NSw Wm= Pz v;,0yo w fzw V m W jW W W W W W W _Q UU SUN m LL LL LL W W LL LL LL LL ° g o W 1- W O W ro Z Q � O Y Z Z i. 0 O O H U U W W n' N tu N u z z z O Oy �um� U BULL W w W Z �� W W OR U U p Q Z N Om Op w WOW 00 a °:M Vam .-- W O W �� w.z .......... .z .i Y^ b 3= 'mw W O 0 nos H =� s w QZ W M CL 1 7 Ww } m Cu¢ H S Z °6 d O wm a W r oz a �U �� _ o I za o di z z U Y ao ► � n� I Zm w OW Wp W mz OOm I mw W�j FK z U i r NO OW �W HrM3as m v N �w Q A'8 W w m • N F `a J el V W f W V 1 t 1 1 MANUFACTURER DETAILS, INFORMATION 4w II II CALPICO MODEL M-SERIES GALVANIZED CASING INSULATOR Model M-6 x Model M-8 * Model M-12 SPECIFICATIONS Band ➢ Bands are 14 gauge, hot rolled,pickled,and 14 gauge galvanized oiled carbon steel. carbon Steel ➢ Runners are abrasion resistant,and are 6-,8-,&12" attached mechanically with bolts and the wide bolt heads are TIG welded to the band. Bolts,Nuts,&r Washers .. ➢ Bolting flanges are provided for extra • cadmium plated strength. Steel ➢ An extra heavy duty vinyl liner assures • 516"diameter double insulation. InsulatPg Liner ➢ Skids are available in polyethylene &t . .090"durometer phenolic. •. 1%max.water +� absorption • overlapping Avadahlein three hand width s1zc& edges Runners ow o MODEL M-6 -6"wide band . 1.25",1.50" • MODEL M-8 - 8"wide band wide: • MODEL M-12 - 12" wide band . LDPE 3"-16"carrierpipe requires M-6 • 17,400 psi tensile 16%18"-36"carrier pipe requires M-8 strength 38"and above requires M-12 . 25,000 psi Centered&Restruned,Centered&Non-Restrained,Non- flexural strength Centered&Restrained,Non-Centered&Non-Restrained . 17,800 psi available compressive strength Typical Spacing: GENERAL-13'length of carrier pipe: 2 spacers per stick. 18'-20' • 2.00"wide: length: 3 spacers per stick. Note:(Pipe with a tendency to bow, may require 3 per 13' • HDPE or 4 per I8'-20'.) SOME APPLICATIONS,AND LARGE DIAMETER PIPE MAY • 22,000 psi REQUIRE ADDITIONAL SPACERS. Consult Factory. Install I'-11/2'from the end of p 'w each joint&r typically every 8'-10'thereafter,or per engineer specifications. tensile strength • 32,000 psi BAND: ASTMA36 flexural strength RISER: ASTMA36 25,000 psi "' LINER: ASTMD149 compression RUNNERS- ASTMD638 strength • 100 Rockwell aw hardness Risers 1387San Mateo Ave.;So. San Francisco, CA 94080 • 10 gauge steel on risers when used ""' 650588-2241, 1-800-998-91.15, 650 873-6952 fax r Model W Calpico Model W End Seals are a split wrap-around style. This model is preferred berme the seal can be applied after the pipe is pulled through the casing, and ensures a better fit because it can be adjusted to variables in coating thidmesss of pipe. Pernanent adhesive, butyl mastic strips, bond the two eased edges into one wit seal. Just press each exposed edge together. These end seals are made of 1/9' thick fleAble coal tar reinforced with fiberglass provicing an extra tough waterproof menixane. Provided with two stain less steel bands and darrps. Not recorrr mnded for use under pressure. For pressure applications, use Calpico Pipe Linz M^_ i Model C Calpico Model C End Seals are a searrless,slip-on boot style. They are made from 1/8'thick synthetic neoprene rubber and cone provided with two stainless steel bands and damps. This type of end seal is applied while pulling the carrier though the casing. This model is designed for easy installation and will also fit any carrier-casing con biriation Where unusual lat- eral movement can be expected. Model V Calpico Model V Special End Seals are a split wrap-around style. They are made of 1/8' Styrene Butadiene Rubber t --- (SBR) and corn provided with two stainless steel bards and dam. i rir Pd Specifications: • Thickness: 70 mil • Tensile,reinforcement only(psi): 2400 • Elongation,ultimatxe Failure of tar mass: 500%min. • Permeance—Perms: 0.002 • Puncture Resistance(Ibs): 225 avg. • Pliability: passes Also avail. in Wife Buna-N. Grade 304 Stainless Steel bands are standard. Two?"bands are furnished with each end seal and can be tightened easily to tenure a tight seal. No special tools required. Bands are a non-magnetic worm gear mechanism. -� • Durometer-60+/-5 uti. ;N!II • Average Tensile-1 • Average Elongation-350% • Temperature limits: -20°F to+212° F • Color: Black • Finish: Smooth • Polymer Content: 20% • Specific Gravity: 1 • Tensile Strength,psi: 1450 • Elongation,%: 250% • Hardness,Duro A 70+1-5 • Heat Resistance: ASTM D 573 70 HRS @ 212° F(100°C) +/- 30%max change in Tensile Str. -25%max +10 points change in hardness. • Compression Set: ASTM D 385 D385 method-solid 22 hrs @ 158°F 50% CONSTRUCTION PLANS ( See Separate Full Size Plans, 22" x 34") - i s s r--1 O0 5 0 � 4 1 1 1 1 I I I I I I I I I I I I L p 1 1 1 1 1 1 1 1 I I I I I I I I L o 1 1 1 1 I I I I a c I I I I I I I I 1' 1' Y ice' v `-' W W W i fa A Ll G 1 1 1 QI C [L 1 1 1 1 I I I I 1 I I I 1 I I I tr d y c wG 1 1 1 1 I I 1 1 } 1 1 1 1 I I I I - I U3 C I I I I I I 11 DhOg G W I I I I I I I I Q ° 1 1 I I Lq RI W 4p � U T J J T fA P9 W W w T Q J W J_ J � MI 1081` I o 0 o w a z J w J _ .. m z C3� Q VX Z CrL w.o z m J° �O�� 0 v ao CL ZO O1 OW w N Z W CD U w Q s ?w m o v'a 5; U5T ai M it n c c z O W w o O N Oui LLI N Ld CC W xRetvt T s aev s N ¢a O / 1 S eAY rana.nremaN m 10 :11 CK s aer, ° LU a W I vas Z1.11 A, o Y z ,Q 0 ~ s Y U LU cc o � J >- w � o J � w z W J O U ° _ ko - Z W i w 1 0. Ia 1 as EL 1 o J1. U 1 z N 1 w w 6 F- O� Z � r U ° Z 3 ° 1 I! 'I w J s / l J d �w Z BE �brta¢oR °Nl� 8 O o y m y yw Y r as y d'68 YRp4 i LL'-LZ-dMS wrr wlm . OMW_r .. . i....0 dmwwmr NOON" WANNE fir "Onvr •' NUNN. ..Il...r � _ Oj w n pN }t� ° N WOOp z aw. Z U W N N F W Q 0 L)a0 w�3 wtx N Fw `J`z r no r aaw Zvioa °� a cai3�°poi z W D 0 W La SOW aogF I ? d zg0c 0z 0° Nw? a °SS a0 3 Uo�aopaZ°UZj ¢ w �i Uwye 6 vs w I. w W-F- OKWMW6u 2 U O W N3FOW Q Q W SO(50z°Fm ' :Zt O CL LLJ Li 3m)` �dV) �`�� �m 3m� -i 5� W N W o F,3O0VN gg N N31? 'z� aa-Z VS3 a1-? 3 �a �EU°LL CC 0->W0 i i i i Za N W��wS+1 o w w2.a_U KO a N 3 U J O700ZUZWOF-W i i i i N LU U Jm �N )Q, aU N 5 z d ^mUZ20>�w G�J pV1 FjNtnFO2 ¢z2Z� U aX- mJJF- QOR 3N oiEw WU1aXN° zZNUO i i i i Z Q ��° S° 1�.0� N3zm��(0 ZQUz 3 �NW41����OW�r �_ yo Fa °n WZaZ In 0 i i i i w a O ZF°-� oZ ° U�_� wo CS�mow���zWZd.a U u � x zw� mN oV G c V�Qz�z°o wZ NENp° 3�u m P $ �12 U W m S Ow VW aQ Oo O °Z z0 ° °� F ZO � w a w r w r m r LFi z N 7 p w0UJz � 16Lj W Um° z O�W , �N� C = Fw Q m N }Z Cww Zw� C.)13 Z O _W W =6VM Wm Z On U mmNN U� W s 't 5 a i m 0- ° a o U C7 0 l� o o o ° o z z m z z z w w 3= a° ° ' w m � = c=i C�7 {yJ� o > cYi $d z �y`' 0 i Y m y ° F- 0 R r F- _ w W J n S U m o > e a m °�' .o o Y ° N z� ° ° z w & p o a 3 > > m w s cwi �n w 0 CL � 00 M Y �>ay � � c=i a D W a °a ? 5 m 3 c� m vO-i wi w m °n C� z 7d m o o cw� Z tl1 {a3 (.1 m i Oa N im W 0 a W J d O p m al x Z p a ¢ tt ® s ® �- a p © a d ® ® a m+ F V) X W °w o z z W w C` o p 11 z} ° w w o w z w Q LZ�i';1 U a v ^ ° ° W^ J_ z Q � 0. 41 W > z N O 4: (Z� ~Q LL 5 W w V� ~ ° 0 N w wi v W W °_ O �` t°n N ; ° � W z ��` w Z V) z z V) pwp. €€ > j a m L i m ° N N � 3 z z ° o r N w w wo a z ° ° > _ > = i aQ. •� J v v a o o w °w °w °w_ Z� z _ �'' m cW.� a. m Z C7 C5 m U a. z z 0 K a' K K F a ° U fi fi F- o. a (n ° o o ° w w , o o > > > a VS o o C ° o 3 z ° �`N)N Va- o w W U ca U m U a a. r U m m m m 3 c� N �n Z Wmwo =Wm 6w�a�aA zOW05 8 s � 0 x o °ado=B°a'zic�-�°d`tt FpO �O_F ° W z :G Q 4 ma m �zE ivoxaoZQZaV)iV)i{- Q Q'd:n:d'NNNNLiNNN(n VSNN(n�r W W 5 N J C 3 w N p o CL Wow\J U4. w ya.W m mmmc'NNNNv)cnNNN(Nf)NN� MU-F-��F>33� O LO Q m � G y TI C' x W I w z 0 0 a < w v ad z a w rm z m WOiW ° n. w z z °a z ' ° o z a wm N cFi o zd a c}i Na r 0 z �L n N a s Wo m a 01= Oj wa _ Z m E `� N cwt z z ° zmN° ° (Luz W0 ri z Fv 8�� � W cLIU!°RZ 0IQ- w pom a m N WaW W),w c� Z N 4I� 4r Ei 6 O=& F 00-06 �J�`iiW_�)'')O" tL Z a-1� NN_ )z�[]W MU Wr 000 z o Fm r c9 C� �j�a °0ZW=, ��iiLLJW C9 p o C� °W °o ZZZZ�° ]Q��Z- Q OZwo ow� NzO z O W __ m zy°�0=w 7°a�W Z0� Z J NZ F3 ZW W Wa¢ WF �° LLO_0Q Wr °°_n O _ z Z-�o �r z z°zzFz�mmFzN m�v3zcw� wQ° �-'��NU�WU>»�C=9N UZZ � zSwN�°oz5000�w000 � s Q7�=wW 9 3 Ur O_ m U a�r 3_ -r > a� d��d�mmmm�c°�cc3c�UC°��mc°x°x°°vc°�c°Svc°�c�i�v00000 °w �wwww°a� �'��� c�=zz``Oa� ���°zzzooaaaaaaaaaaoaa�a 4v Ld J /� gp ° 0 a U w mm SS w Y oI Q Q6`6aJ7a`2 `4mmmm C3UU UUUUU OaUU°UUUU�O O$oonwW W wwwWW ri��'w°t°i 68 Ca 82�WZZ JJ`J` MMM��zz OOada.Cwa O. aaa a'K� '�d• r,ia ,o4�0g �'U 9 Y4 L LLZ-LZ-dMS m O 5 � � a M O 00 n I- l lJ U W x� S Qd❑� 1❑g-Ib'1 �x ox cc S Qb❑� 1❑S�dl w m t; a Y w NM 33 ` O v W w o cr CO Li r Z 0 LD — z .i cc a ° _W z - °0 3 U� w a co ,u,-I o cr- 'T LLJ EL CC 44 O F., I I��yI ET 4J Z z V�l 0 00^ � m s ti u —xmaN m 1b'HS Q. ¢ w cfl O� ---- I � � U - m I � Z Z U Z N m0 Q ? O U U W W O > K Z ° ° d U O O LO N w Z J r Z N w = LL O N O O 00 Z O F-W CY a al OW O W z LL 3 ® ® z° p Y iD in i0 S ¢U U p Z O OW • U O O O O cD 3 Z LL w m " ° N a H p v\i ° LL ° LL N O Z W U o 3 0 z .. 3 I I >z w a w o O w w J 3w za � ° o �� , i OL'i N d \W U} , Z C.7 w a.Z Z ¢ i I Zw J Z Z w NN V¢- Cl :- 1¢- N OU d W�N ..:1�•:+ W 1 I Q=} W d aU z W J Q __�w_ K 1 J F- Q Ng coo 0. 0 0 0 0 o z < ~wm o O T a +" az O Z m m s r° z z z z z z U m Q a U K A A A A zO M WQ ° Oz JN 0� O O p O O z n-Q LL I I I NNz O a! a1 r O U U U U U 7 2 U U w N O O O p O O \ U O N QN O�U Z_ Z A I ON= N] z0< 6z a1 aim y a! 3 YQg O Q �N m O O w i =w0 ID Of 0 w a a vi 03 �w �� U m zxmC) JU rn Z O -t a a- z zLLJ ° ¢ ¢ ¢O °w ¢ ¢ w r3-J, �� QO.- YW YW O N (� a a� L) rJ r ro �z r a Z ONmF..N\O F-� �> X > o i r= w� - p C \d \ \ \Z \ \¢ W�2'r Ih 0 Nd 0 1 QI- }. J K \N J J J LL 3 J J J 2 ik N Of z~ Z O]U Z O Cf O C' �7 iv ivr 3 aw Q1= a0 Q ¢N Z �O w 3 m 30 I...=- V r p LLo z a z S z 3 z z �: wJO�mU� QS~ co N i i h-~2w W O LLI m J U W Q O M W W� W Z N N m N J Q O U s O m- O U N N U 0 U W> I- 1 I I I }a m N ¢J Qa z3 a� ¢ ¢� w�- ¢ as a ¢ K m¢Jmmg N X z 11 z I Q4 ¢ U¢ Ur 5 sLL s N m m s qk U U� F-JO.'Z�d' > �. ZN W J J m m m m Cc)� W ?LL ?o �O �3 [J7a a� �N z z`r UZOVO ZOO Z W W�{,� O� ON }�IWdW O= o� off` w°w ww ro w� w� w wo 0 oN U�� NZ Q mJ Z Z m >VO> ~LLj Nd V d n n nO n V 2 sal > 7 ON O ZO Oo N OD W OU W NmWN J S m m w= zm m L. ¢ Z n v°i m ° uO1i m a O Q Z O Z O Z m O O O O W M M M M N N N N r t2 m r-W 0 W N w N N W NJz = z K I- O U 0 0 w V W Z W Y U W ° N 0 0 O j O 0 CD co N 0 aN z F 0 0 0 p p U O o m . . 0 m m o d Z s a t2 M r FW �i v d' .} m I� N M F Z. N M M m N M O m N (t�0( �O�ry OY O N N N i a a a a v g g M M n r af r, s z �O`JS s yPA k r z °0 0 0 0 0 0 0 0 G LLZ-LZ-dMS (m. vm. err &MEN~ ...... W.... a..... '�. .� Ir..r. ammoo r ammulm "mm" 1 err vmmw l "mom rrrr L'i Z 0_ IWI.� Q W O k U' J W J O W Z Z Q N Fa--Iii Z O f~!-7�>O , S w p p z DO \ I a �o w pap owa z N v pzN o 1Z x °� = z a Zz o =a � ° �z a Uwa c~i � a NJ� a npa Wo° a3 �� a 1-w-� c I J� �vo �mw J oNO �wo J Jp w0 O0 Q � dZ �s U Cn ¢a o 3oz oo ' ¢ �� a �3� _ < zaoU W Y�°w W wo =Uw o Q V_ w �p� w spa o °ociz �= a poz pw p °w wo ai aw J ' U f- C7 �Z� z Za h JQ W UU U) J N Z3 Z ° pU w ZN > i W J Z- ¢ Z U l Q W -� z a L d J - ,Q O-� W m rw-Q ¢w a W �' I a z w a a o Q z z w J a vl Z 3W' = z J W 3 �zV) �zU7 j U -> a �z� }} O rz Z W Z W W Ul p d I CC W r0 (n HQZ wv� � (n>z W V1r KWJ LL, tf1 FJ- = O-O OC9 > J a> ZO a ti v w v d OX W w e 0 O Q w Q m Qyy ma {. Q 0 0U p W a a W 0 0 0 Q~ W > O H =F- a' a A nd. q W Z W O I- 0. p U) W Z=li U J Z=�+-U Z U ~X p U~¢ W J O w0 L, UN li.l0 4J X~ o > W J� a > Fa-HF-' Q F¢-f�-H )" W m W X�'J °� m U� �w p Z W p R I I } �� o Jao � � w aoZm QoW o ozx om0z n U oow z� Lo0r z I I o oz r J� _ z¢zr r z¢zm o zz a ox~ paw = >a 0 0 ¢ ❑ wa o!Z �N SOH p ? p3 U r U ap m w a U 3 w I I I r2 2 C a:m a0 Wz ¢ z 3 z-w> U °-'3 3�-cn �m r '2 Z: Y� JF- f I I a L J= JU J pZ a O> J W JWJ w J i -j LJ -J K ?� Q ZaQ UIm ~d' a O Q WQ:. U 2 ao ¢p Qz� � a aa_ a3a � a ¢3r�a� a � w� = a o� o Oda Oa vi �� xzz w I fn z O cM U N� N aX4 W tj v=a =i mC'n v=i v= v= _! 0 Z V m V OU rm W W U� O =o W apQ a0� i 1 W d cn a Q:Z a NL`.10 0` 2 D:Q aZa p 0' 0'Za° a� OU W a K WZ 0_Z O� ao 1 KF- O� 0' WK v) 0 U0 I I I O Otj 00 Owoa a ?� OQ ODOw o 000N O� 00� oa=�LLi ap Dx o�� �� �� w�N Qpr0 w w w w g Z a U ¢ Lo p Z O W < K p a Z H 0:�v)O Q a X O x w p Li w >0'w w 0:I. > O� O� OwWa a= 1- 0� 0w02 O 0w0= 01= Wx0 O��-w� Ow pna. OwOS Ow xO �¢¢ m O¢0 O 0x �p L) CL U np o n � nUr v c� nom v3 n wo o na�� �� Ja Up n os aU a �3a 0 0> n Z cc N N *" n Ln W OC Lo z> °Ln U O 3 o O LID ¢O W Zw W all to Z V1 .,.. _. ..: .............._, chi'...co ¢a ww \ Lij U) cc CD d J J U U = O N N O m N O o0 0'Ww JJ O rn _ O W Z_ ((�� ............ .. ...... ... .......... ......<.�,. �. y c pp U Z-j 1 ...i Z H ■' 'c c OX d' aa. N a F-Cr LIJ J Zt�3 -� OJO NK O Q L)C) ..................i ........ .... R V ......,.... a o Z z :Z a ° MATCHLWE-STA 12+60 S 1 3HS 33S 09+Z1 NOI1V1S 3NIIHJiVh ° ti 1 I 3 \ .............. \ 3.... of w I I N °z _ °�aZ I ..... ... ......,.... oN d/Z H�I7 U 8o\ap a°-o .. ..3 Z.�.-..... .i.:.......5:°:i:....:Li 0..................W..YWQQO W d....'.....N.y F a Q F...-...............L`.,!L.:..i....,........,.Y mr.i... 00 ...,°a..'.,..�_.. 6.o g... 0 CL R.a 0 3 l mw N a .�...,_.,..N..P... .........I i...L....I..I ..��.... ..............,..........N.W.°.....I ..i.. i.. Z.O....r.... ..p.; ...I.................._....uV ra...z..n.a.., ...,.°N....J o..N.... \.................l...�.,..../.i.''. .... ..,.............,. .........,..,.....,..,,....,,...,.. .......,:....... .. .. a. t Tb o + z o Z3 LU <�N`:N N oQ m v J w o a 3a o o m in �a a r z o o ... ....... V) o N\j 0\ ' \ .......Z. Z o it 0 sm f zw o .,.......... mJ w O C 2 05 ......... ...... x o 27 m : w w2 �m m ...........30 m o OHCOM 'y U rc 2 Q 0. 29.Q2 U O 15.76 2 .......... 28.51 ......, z U X � LU LO O W.0 ZX C)i Z $a Q � ( � -F u-)° o~ c ° z w azw a3o. a 0 z 8 8 d'dy4ts p4o4a� L LLZ-LZ-dMS w.... ...r.. rr. .r... �. .�... �. ..... rrr •rr .�... �r�rr r_. ...r. .�..�. ..r ....r� i..r wi..r J w O W O 8 U J w J o Z U C7 J h N O I""_ >z W > In 0 O F-o w °a° o2Wa F7 z N U o?N o � ° LnLL F- ¢ °ZZ z ° \ �y N Z a- U w z ♦- C H N O W W d L4 1- O Q W w a U W W W ¢O �-Ld�jm U W w nlZ'_I N w�J U a z ppz F- zr �U ¢ w �..� O U° o°�W J ONZ O~z0 ° J p W O~O o ¢W°W az o O 3� Z �Z a' W Z Z Z Z J Z S a o W ¢- w ¢F- Z ��U W N>° f J w w 0, U K I ` Wl<111 o o¢ o0N i i O r ti gig ClJ W $ I cc �gar W I I I I } m �� Q s�°� a p Z; Z L�N�� 8 r LS 0 x= — U I 1 I I Z Clg F W 1 I I cn a SE, � v N q - a s q LU II LU za I $ �o g a J ~ \ Z '� O ; 25 v w ti II W €'p-p x U� . 8 I,I W . j m $ I I a w 11 Zaa w W s J t .,J ���FFFQQQ � _ q 'Z- 8 y a 8 G{S r 131iU Zv �i�ij7 apf 4I ✓ ZZ ZZ UL m N U Zpppp g all m d F J xPi lu °'`i � F = m �SGJ co ES P� HIR C6 gi AL R r1��c�pp O�' Ro S N � � W �7 � �► 8U Wg X Yin < I v Z W ui cn rx ZI r t4 'p Z ' I N z (y� Z �-I LD ZpW W II OCR• ! -aF Jm �j Q M -----_ W S� s � g z AAW $ a RE xg X q €juX �es� <�� C4 ,g 0 CL LU z $ � � c D z d ,� 21 CD yy W �ZZ W N W a U LLI iV 0 X o Z I a �0 v <= O Z -I J 4gg7 g 4D�1 II wi Z N n O \ U I � L4 Z o m W � MI am �pmm `ta♦a�a. 4�y�9 �U� a �a�S L LLZ-LZ-dMS Q� womomw rwm..r ..®r +rOMMl. 40000wr UNNN.r 1+..... arr ...-. I�ri� ..... .....I. WANNOW +purr ..... °..�.r Q Z� W x U U K U X aZIW- D W no ti -O m Z = U> zm J� w�J°z N� • J zc� ~ z w= o°z ~ o ?�� x Ow wma a ¢ a o z n r-I "\ O F- Q w I UW U U O �!-Z c? }° v Z X N W=O U U Z¢ cp O'� z 1...0 0 O D 1- lil O - X J W X I J V1 °f- U J a' Y d' Z Y J �U M W O N J_O_ z W 0 3 M I J p N J U a W w r a} �z W o 3V O Z_ Imo I 3,, awo Lo � mn v �<S ma �� wm J >m� W 3xp BUJ wU U Jj 11g (d.11) LLI f- QQ W a ~o o O w F-J g w Z w 83AOO •,c p U QW ` � c~i 1 Z� Z �N wO a >ma z �OWm Op_a 3 � O wzw a �a W �+J c�3 za" xQ 3 J 3 o z �/� a v D m a¢ NO O -3 -> ° J h- �W V) F-Q V J �] U'li N O S N zo x o Z = Uza� ° a� W zYz ro 3 ()a � t fi a VV =� o o U wz = UO wz U �aa w U o c�a- w w z Un Uo TO w¢ a °v ~z z �z g� Z Xoao� v >o O N3Z 3� z ° °m o ¢ w �m vw�> o wg I Nov o} N m�oQ w �a Z >Zg zp w i I 1I Z Z Z 0 O> >Y UQ z a o0 �J (!Im >3W w Z >Z Z wow W O I a O N= -IU > z 3 w oo U o } O v of Yo >==W a oW Z a> �� z ¢�av �N E_ �aa as z ep� V> ox wmNO ° LE = ��O V)u wZOZ w U ati� oa M W p z z U, Z O J O ¢ '7 Z W J U 1 a c o Q J O W Z N a w W a ° _ 3/- F' a' O p `s III mm CD r_\- w z� ° ¢w �m o z, cc z a wa w W �Q z3 ZWMj �W X,Uw >m W Wx z SON ~ ¢F- w3 a rjj U' u W= �Z g?�� z �� O�x Zm °z� ¢o oz � owa Z >p3Q0 Q °� 30 o r W U 3 N O gU I-e ¢XU J °W �+Z W Z_ O U N J w U V� J 7' O O O 1- N a(O W L'-W Z w J f> S W W (n- W U w y�j W Z `-Q a O Z Z � Oa ow No3� Iw o Qo I No3 w� �o°�� Qxy a�Z- BOO 3� paw " mo s z FO _o m w > z -z mr� JF 0U zaJV o nwU �waz ¢ o wz zip M �z J O W wN NW Ya ¢J °FL- O W� U= OX U d O G2 =ZZ� 3 O� ZN `2"zm �� ¢ Z m~ 0, J oa oox N ZMz _J~ F m NQ n N ?3N N °a Nw3 +I- _�J x V W CL cc LLI Z z3 LLI Znm>i �¢ 30 t- axJ 3Z 03 3�>JO ¢UZ xIKJ XwVI �w OKO aU O O O N Z F 3 Z F W Z 3 J V Z Z= <x +Z m Z a F O W w Z Z w J K O JZ N�� JS J 7 O I Z a'U W J J�Z J� �J O N� Q Ma K �I O W Q U "'4 (, J¢ ? QQ U}r U �J 4 o X Y V!N Irt--`-ll! ���W� _i H V) S Z W r V)Z F-j 2 J }}N W VI N S U S S Q w W Z Z K V- S O W J X V)V) N V) J F 02D a W Za WO ?LIJ UO DU ?N ZU a aZ> U.- wM ZF-Z VIN d3 QzU UV)m3 �QO Km ° c6 ci ° 0 0 0 L.-z Y OO a i i ~W a' o; N Q O Y 1 1 I \ It mJ U rl rn tN0 lrj Z a N}a}'' > I I I U x 3 z Q v d I I I I7 w w w l m z �°w a o. m v d v X 2 W r\i�. a a xx xvg NZN 5 S W 2 oF=him ZO b °U J z � w Z *6 10 r .�j �= O L�lv Ad , -> \ 1 ° M „g O � I I I I s2 1� 1- J^ wwww 3 A ..b M W _ , X X M Z w X N O U) Co L'}i V cc: a X XXI Z a 41 I —I pJ Ir } n O 3 Cn O Vc- ss coq II =N N wN�Nt ;N hm w m N rn IW W� \ L.M 9-y •QO- J a p w0 N N S d d �,i•c..11�l''I' i�X>w 0 W 00 Z Of 0 0 * J~ U°O ID fU O O ° Z U w ' U n N m z Z O m = N O O W O 0 F-� Z W z M < Mm O z OJ3 N ,ZV Q W TT M° �N Q z a m I w z z O z 62 S o fif w o> W O ZW O� e MLZ i N Ta I Ua w r � II r � 3 w >N O W W Z z N W X V1 K W X N W LLI J 6 O O a , O N m * W 3 N ^'O .on. 00 xmo vIx Z o ui!a1 oz O Q N w >J m i s �N Q N�aJ 9 ' °Z N J N 3 `7SiZ I J O X N lyl Q2 Q N° O N z N N w �^n c� U Q %w�w� 9Z / O 2� �_ vazi II 3 W-w Z O v z Vl Fr v -H IL yy o N � e a 1 aN� �Row r f� � � 1 X68 p¢oa L lLZ-LZ-dMS W...t. wow.. 1Y.... .I�.. ..... il.... ...... vw"Dur NOMMOW UNNOW ro"D1. "MMUM rW wo"Wo 000000 "Down. "Mom IMMMW ''i...1�► �q o zw m m Z H S N- Y K WZ N YNK'WO W3aj- � �ZQ~Z W��\ Z OJ�� Qma ZHp WC W ¢°�_M =?zN CEO �QUU �a.�¢ZUKU l o �a QCAW IV-2�¢ W QO 's Q, ZOOF-Z,- Z� K}�U0 �v�U N� a �s � I o FW ,~ a3z ° NZdvi0KI� z oz� Vo-Z m ? �,? a d 0 3 3 wK j- 3wwx¢ aw ¢WZ J B z z= W Z gp pZW° W ZOp�amNZ X �J KKY N¢JZ aUy¢ cc W W NQU K > ZJ¢KU JNp w KJ Z�Q D]30 t �rwg Z N U O O U K K O za Z»Y U =ZZQOxrop U U� OUwa ¢Z? % zmr? W a N� fK ;1 I JZOO�N�-U a �J w =wH �?� e�e ��a� LU vwi i i z X W 3 J J O F-'W U)O J F- (n o O w 0 ¢ i LC Of w W XKZ W Q�ONYw F-J JQ }d mZ II--aZ a pa y 1-- 1 I O CL M W p p Um-Kwm1,Q O U F- }O- w O Nz a Wp,Om Q F- ❑ Q W °O LL,,j) J¢K F- Z° m r W pU m ma3 2 a- O m I I I N O F- �� >QK W N p�wz�V~�w w a¢ a opz �Qw rmav I- z W NS O U 0, W�¢S )ZO� Q �y Q -W K WzO =¢ZwJ = K a a G a OC KN KZUd Q K <UK- a K K zF- z c5 U=�ma I` i J J N J K K J m J U w N d F N N m m N}N u}a W U p Z JJ Q V1 W Z Q. I 1 Q J J F J J V Z N J W V C7 z K W Q J p J �O1Z� U J a2�m� Q K ¢KZ K Q J_ QZ_QK W I K Q Z Z}} K�J W Kw aK SN O-� 4 HU-�U ¢ 2 1 I Z SQ =V10 O 2Q 2KgW ZU J F-I- U ¢ Q F--W S aJaJ �a ¢ Y JQWJZ I I I 0 N V)Lo ) Nn Lo �z¢�xo z0QQ z zoo" Inw°-� aaw < aam=a i Q K 0 K ° K p K°(n Q x O F_•CR Q L�.J 3 R) Q r H-o VI-W =wa,NJ ❑ I I Z O pN O� z O Op JM UK�K� a. dm Z Z-y.UZ wp¢} ❑odZ j oym o� ° ¢O��w EL u li W Ua UZWr�¢ Up UW¢K(7d N=KO W WJ K=4}QK ~ <F-SaIn F- UWIO.I NO JZpw=� I Rl a K s w"'K Q m�Z Z W Z K U K K- J ¢ J W Z U Q a O Q Z z!- OV a (%1 a V j a l i 1 1 �U F�Ut,a �O �Nn�1=F0 w �� ¢ a(nK mw a=¢.Z a �UW va t � nz LLJ OJ 0005 O� O�K�-X Li pF=N W WO IL N JO> OXx ENO o�I^ O O O UQ c.)F-UCD U(n UpUxw0m3? K KK ? ¢UOr-wr- "a���a 10�� 1D� " z o (� c �c o� o O a z=co rn`N II 6w o,w w) vz a<r NNN m U.a iIor'm O wl I m z r n �J_ �z -d ;a of w w 1-1-1. a QN wzcano a�12w O U U IIff ycy� W ^n rod v W U V UU m `IU > �aU�� I i FO s - `rp m- aaa � N �Z � Jy I FF I rn 6. 'C i 1 Ad „8 I I \ 3> a I I \ MATCHLINE-STA 12+60 " R c4 i S \F- o o°mw N z w Ina zw \ •.E• ':Op ; K \ I a F' as �� ti Nrm vz°w i a\- d I =czi ~no N Z9 Z U \ t:'�'..':�.':::..': K !r J yy W Z K Z a'. \ Nil II ¢N W` i1� H-� N Na \ Ka O Q �il ... II w w m II z U a I,-I m\ I a cL U O a Ljoy } ('..(.'.. =iyl 3 3 U w j Y w _ ` \ z V1 a W U K�O m U U rS \� `� N z O ~ .'•..C.':. I:'I...\.'.,..,• W w N N \ SZ W .I; \ as O ':':w:'•.•., z\n zw I \\\\ w z 2 O6 z. •o.., \ JI 3 w w \ \ O 4,1y =wwzz I \\\\ z / 2zB m v � roX \ \ N D1_Z P 2 cn D1-3 �• /// w II p2_7 ` D3-3 \ NN vUi a ,•, C•. jA .11.5,76 N II 24.2 _... Z w w w - Mo ro \ 4`A D3-2 ayo \ , D3-2A =ww�}}z��vl • r 25 51 + w �w N3www al r o zz o w o Z QwwUw I J W Z kyI3 w I�1 W wI�W E On I_d.1V� r Z_ o o O o VIdO NO N[O to_w N N V Z< II II <^wwN Q mIj Z N Z�Oi Oi U agddN V< ON mryWW NNYa U K ad }O M 0 =W tl W T U Z- > 1�N_ II U1�mro Ina z 8� oll e' l lLZ-LZ-dMS �` Itirer ereern� Fr...i w.■�. .e... w...r rer..r. ...... ear ..ir trot +r..r ....r r...r erweei ..e.r erg turn a .r QF x J rw Z w w�, O Fa0� O_ YW = Q Zx ZaOJU°OZaZ 4IJ0- a W Waz CUOJ:A % z3 r � NN'6 UoN Vl Zz JwZ rz �U °ON�+{�I'7d' ONNO OOZ y Oe € WVOW N °Z� °OO O Umd.a?m (� U.IOa Ua O{t1Wq�, 2N ZN � _ � m 3?ry z - °7d � wyw �_ a r> ws Z oP'� ? 3? w09' o WWZ w 8a s �ocxn�7dm7d¢� z Z a a °wcnzltiW�ii yya�Wxwm o o�$� a o p- w p rn Smo ° zwt�o�o �: zc�� zy z_a U m r �� JJ� w mrm °mmoOpai� zowg- x° YYFr�� � � z o ~o w O 9a'�m m j1Q-O fl2 o 2&W JWC mp U °a.WWUI+'' C7? "'S She Zx 2, (� I a I w00_. ° 0_Np� W Wrjox FC9 Z mm OYd �'`'-�N OOgQO Zd '� 2gZQ _U 0_ % 7d. rwzxpyd zro�tz m Od° m q cn zo omo c�z °��.._ox o3° o°rp J ��uJz ° O z z > J Gi op 'd`- ox� o z ¢Ili - z f-�' p, o o^zoN 2w ,� w a �i �n Mz9dm amz w w-z >° z0� 00$ J ��r of 98 U) pZW U W O �y?I O-Inm °�nJO OY� ZZ� °�- OF= N 0. �, J 0_- W 2C9 w Oa J O_ r M J 2 07 ZXN Q �KZa aN �WNw v� 0 °w = CyU K p04J to Z- _ wc� 0 � b �nz U £C (yA Li c°n yzY�[�w3°o o �tI�I�o�YU Fammo .�6oa � 1- mz�o �= w a W. ��y �� W W OZZE t; OWNUI sl-wOQC�Q N 3 r 8 �,y O °_� SU-' �p�•Sa-'W�� •T.LIJ �In Flo "U U U T aC W Ram 35� &F�:.� � � mzYwa Z�LIzg �'oo�ZBNp? cL ?p�o�3 �x�il N M Uoi c� o au o vlzx gam° w p �n c� , o F- °o xop N`J` ozom�?�4'nF�'pW��o o� rn C.D z r m � oz rU Gi gppo��zzl1 ZZ w O Fa W0 Z ma 79OZZ 81-1i°UU r JNZ - ZOl1-- aJ} I jQQ�N2 ¢Y WZ-+ M W Y NZ Or lnV1XNOZUr��j QI ��+'��ji1W�,>Y °a O °77.,,~U��a ONZO�g��UCXJ�O �00� �p� � t ix 0 m ME Z 002 � C.�m� F�FQ3zNWmqjD;t a-m x oNOm0z02U�V1�� +`JNZ NSUO_ ��O ZV > U LU d O N � Z r7 W = m U U <o Y � �� ry z 8 SEE] dfZS V� �. �ro m� � >`�' YI .0-•T• QR �r,�,$.• �� N ��dj l ���e �N� ay y0 � t0 G 00 163 a NIN 2! ay r 3 r r, N w W y C \ � O zo - - ' tp s Y W b ? �. Y CA ML d .1 N t i NIW W Yd LLJ x J J r-9 p 6 ^ 1�4. (CCJ77 tL W w pro 1 i i m �p �• q I 1 I 1 'NIW 0 _1 O O N� �� O Ly7y Wig ~ I _ 6 W UJ cn W co Z to U� a- 9 - o 0-,£ 3E } d } N z F- In b � tz- AIIA6 rA � w z o" o {y� O �7 � ZCZ � y r d �m� 8 0 `-- / Z MO'Li � p a c Lij � z Z < z m I Z Op � x �zz r z m?a Y CL Wy r 6- � Yd��Bty y�o440 L LLZ-LZ-dMS r +w wmllr w�lr.r r woo" %Now" Ir.rr ..�..+Y "woo* I�iw ....r ■ 0 � CL zo IL _ o W Q W Cd d Gj Ogg - J a (jj ' �gid ir a: r 1' a o 0 0 0 ~ Z Q 1Q rir G Si J �n h=r �� x m'S33 3x ° p ° ° J J¢ Q �o O a U U r F= g W U Z Q ci > w (n J ? z Z 0 Z m N � � o Ui _ 3 Q m �� .. _ CEO r5 ee ee Wus z ° g f-- < $ C7 C7F r'r�W< F- �W H Sal 3 w J F- vS dada�d�fi�uml >vf < �^�i' l!—,4 �<g o yN F UC �3 O W Z g ��J���ssssssz0Z0 C.��d aa���S�S�S�Zli0RV-) b' tl C� W Z W z F- �, o J g 3m 0 U g E9 U z L n W J O O WWUi h i in 3O °1O��1ai d� �O gdi � W 1�m s 8i36 H 5oa2sasa ilJMww8VW4 z9U G z g A t�mm 5YY U N° 00 0•• ? O U Z _Z_ a OW 3 aC¢ `O W N a 0 115 w FO so w< J3 z a r, M_ {{//3p=°Z m c� yr OU U- §,Z= <=m KV g o° 0 LL o -z z O YN wU S� z Z F a 10.w w �N3Z <<Z�Z9w� zo ,111 p N O F VI pyO d a m U W p N J p~p Z pZ r Z a m K �� VIN W O mNw zZ L Z NzfV°AU �g� v19 KS v1 O ME �z O pa<wo oa m-5 o° QPJJ4 iP. ZUO Z rw Nz �ZOw��w maJ zOri ai¢U Z mm Zaa O Vi *<-z (n Nl3w 000 2�1=3 W � om LLJ �wmw aq •I� �_m a pp y y Z z m :l,V) E N O m m'2 =0 ~ °O Za JJ N° U vfF O 2 N N ;; m Oz W� z_W r V p p z WZ< x xm w F,alil - °M m 1 W m ry U z ^ n� ° o �' o F F ZW U Q a FZ^FO6 w ? x a z a vi 8oi'�>ra m >- q 0 Q �m �� °� a o 0 Zz wo< r>O W:<,pp 6") �pww Uo in p1, r O J JW ZIYZ�N¢2 FO< Ej ry W w az� ° < Zo o-:�armoN ja 1 �Jq 'Jw �a o 8i U W"'Z �:z y`'�z1w W mF<-VI ��° p pw F0 ° 3 wmO WOK pri:�O9m 21- p Z U Nto Q a z�a= 3 z a Waaw Z °'af�a aN< �¢ $�SFw o m �'mwa z c� r oN U Cz O 1y/~Z? Vwl wj < z CG UZ� . m ° �O pOJr O VIJ LL I z $ mWa- ��a O� ZW?�� N Q mZf<.,a Um O .NZW U W� N UQR < Fvf �IFZ wW� x ? 3�9;� °zQ oo N Q z boo maNw 8 zz < ? 1 LTS� wldaa<z�c<i v vri paco << -Z :V% N���w Ma oWmS owwz < <U zWrs�a on a°acU °w a iyNrUJr QpF- aao � wU w°� a o�ovf u <2 <0z za� (L a m� ° o?r° �a o �a3�aaSN�r �a�a ,z �N ?acm-noO �ZNSCZ w ZoZw VIA§-ai Q � a3�Z O� N m�y mYop°• 3v�iww� FS C) O� K9a�Z WZjQ N Olz9 Q�V�?�� p Q WwZF Zq iO��VQO� KOJ 3WU�z CCp Z<a.QQ O`s-w w x< ffiaP�a 3Z1<- < m W�viri' 33�� mO3�O�mJaa W� aoW 6r , Emw z..° Ow q OF5. W j dY m <� d 2 W WK6 0' UON aNU aC VI�Z8 Fa°O r FZ 1'00 Oa Z�Ua'YNr O UZp NS U �0rpw ZZ WT U. Q ZZ O �g ZU Z D: l� a qrw JJO O� U �> jjW W V) rJ ZZ W Wmyy��a O: O- ,�, 2 <Z U C U 10 K F N° w R 9 W O a 0°p 0 m Z O C 0 9< w Q Z m p> $°F< p F Z<N 5 < r wwF• < UUZy W fJ ZZ F(n z a w 0U Z- U _ pw p O¢r �Jm¢a� <° wO�t�¢ ��FZO w ��Wy1 mOLL a�UQ F on <6 S�r=ir �� 00 �1^lizwwy OZ 11, pNOao �=l _1' p�OWw NwUV O> wrzF-f.7 C�Z U wWm Ofd � 0Z,�< �w m V N xa�� az �� `FJ`wo a���' ZW o�=F:Z F az= 6< owa io N°i,~p�o�y°off 0o�. vaz<i1-0¢3 tLw =W W �O =([/ZZ�Z��UO }°~�W .J F �mFCCNQm m* N Wm m W NO f=/I o(<9�rQrp;�I�ZU OwO Ww Npj iLE.2 N� Z>� � KU as°WOZwZ aama� < qWV WmwZ -6 OZ N W�7ZNJ U4 as � O�'V UaawJ ��n l7 wax W g <w L5 wp[Oi >+Z UV1 �aO ¢ 8 w wz� aC�zz d� w0 OU - aa ¢ �' ? dip -wo< rn w Qm1.10 F N� �W NZC'_S �� (3�f-Si 1aC w �rZ[CQ J- p py 1� K UaC z �. op9 acr�w ��g �ww Zac>ww<5 o z wow ao ° °ZmZ-�rw mm .,¢a 4 = s z5 ow �j o p, o oO pu a wU° i� �p ¢z �Fr�z�_N ut•• W W w F J�W am LO) 6<m 0Z=Na F .p-,N FJS�°JpaC Fo a $ r ..��_# 4 m UY< O z U' US S U O ° , r<p r< X<IY= WHOF- �m 6•.3 v1 °N 1 iyy Upfn f/fJ U oz a <.'o viatF as g- •� 4 qN $N QV17W Wtnw_p WfnW Q_p W N °a �Z r.� zJ pW WZOydY <1w� W pt J Z < CC 1 > J CC 1�r,1 U 2 Q.W U a 1 Z U z O 7t' Vl p m 1 V 2 �7 6 F- a ° Q } O Z ZWW �° <m� W (1)rw < N��ZOOS v) �U ZO <q f'J' Z zlaJ <� NOZJV w , rr 7o T\f N p� r• F s° w m zFZ ?z of z F UN U a� °w �Olz, ,�m,� W �nZFx� r 47 �¢ �J F U�zKrQ y�jWrOm q_WN rwwR'Z ww¢¢ <r� Z \W » F-� < J� W U WUQ ¢U�U r f �ws � � zryry> =U` CCU ~Q VI CTJ U ZNUw UJaU' 20¢.0 0:a. JwUZ CCU JO rm m 1' ' U'_O K p3 O Z P -wx ❑d, WZ°W < W-Zu<W W_apY = Q 1 °¢ QN N aQ oa Ooq << WYF 7p r0 OF Y1� �� O WU�' U'VIKOa Q�iax N� Mix aK ri- az aJ 0Z ow ZW UIOZV) �'� CC¢Z�CC�_U U O W� UUU_� z �a Y UUC1 a� w UJ WO zO m wFJ UOW_ONE WQ�rw wci SwS Z WOZm wwwU< KU:t Wpp wZwa 0H Li Wa fn O w NJ U)Z2 z I XUZM �N mz cn Q? F-wF 1,,80 iF<L,w<< !1(Mon wa'o �OU°Owa'�3 N°UN°N N°U VOf C7� dN am °a wol=z w3 vOU l.<. OU NQ�Q°v=ia V'p� Ygog`v Li L LLZ-LZ-dMS *NNW" aft"aw wr.r %No~ amomw wrrr M...ri 3...r wmol. one~ W.M" wwm "=ago wi m wwr rr....3 ..r..w on"" n IIVM 1J eels r--I * ^ J I I X U I O I d W a j m W _c* }10 0 F N W p, F 11 r 9 cc :D O n O W Q F= w U I N I Z p LLJ LU W o z z w LL z \ ; I °� �OF •� � q� m CL 10 .S•;�t < I Z X00 O C/) <U =a s r� ` se3 m \ m \ .4 FF� cs i c�`5 °m� as ,0- aS] N N N < J t.'XVW .9-.6) S3RI1'A o �7T 0S CL Cp Rio W ol cc n c \ o : w CE do IL •a10 ty p��+o 6 "� < I QC O �C W SU� UOr �m� cSOy O Z < I m " o- o > • LU U LIJ ——————— -- _ \ �\\\ w to Z M3Alno 1j € .i Oil o ?� p4oQE0 L LLZ-LZ-dMS +�..r.. Ir.... wwwr ""a~ ""..r ommm r ...rr ..no. Irrw.W irl r wrr ammomw •Ammer "now" ww.r "Mmom .....MI IWOMOM 1 o < w W w(< ~ Y Z Z W O W = vi S~ �� w ~ O� UQ Y� a r-� O �O ¢ui} w UQ LJ. W O�..t W OLn LL Li O ¢O v~iJ? w a3 oLg° O �U a F- wm ¢� ¢ wN0 U O Z �Z °Z CJ pNli N= �?� _(n a¢ zaN a cnY z W NO oW z °a L- z zx °Ya C.DY w o� o o °� z� 4 U OU aO� oao mZ zN po� �"" L):L z z °K H3 YOW U U W C a F- Z Y Q 43 �..7° Q ZQH Z N� w �'U� W � o w°Q °Q W CL F. z zz ri J z- z oli a°w W a gN� pQN �a �o �Qa �� �¢ = wz °pia �a axe F- x�>z �aw °o W o °� Q° °U N o° vwo �� ms °NO Q a Q>ZC) ]U c�~ =z WoC) J w° °� w rn ���OW ao Qoa Z F a0ZO oaa Wo ~}az mc�aZ G <� vw�~ Wz �� °gam U>caiWW oW o°= N cn mQ Wiz USN m� w<x NZWY Z oD OOH �Y Jz QZO� Q7" f-U Wa LWi�IU- Q U1W �- wx O XU SOW wU7 >d i O V)C) Cd 23? Ot z?°' OZma m } a pa QU Zp} ^�Z °� F'J W x oQm� w�m �m x�0 �m(xnU �"� ¢�. d0 QQ Y� O�O �OH�3 oWY OLrK 0 W cr N Za�JO Oa¢ UJ U�Z NgUZ O ZQ COS aU J° F-FJU ~QOON p ��ia aa. dl v dl v� fn p(r Ja,=S xOZ Y= SHY �Q.zp Z QH W�(r �IWi QU Z U li mp¢W W m� OQ W ¢ 6 d 6 d W O Nd 4 UwWOUZ }�Q X,0 �wnU Q V~ ~mom <� nLW � jW }N Om~ WW U N q q a a W apZ "o Qz� ax ¢JO] a~ li W W W Z pf- ¢ ¢ 0- J� wZ¢ LYW OZwf- MOp pw w �°Zp xX map a X� Z �° t�0 32 mew ' Q Z �a Zp Ur OUN ZQ° ZZY Oa }QU -W O� C7 ¢N WO F- }UU a o��og� boo dew awa o0QCwj Q <0 aVx1� ~z a° N <E,zx�a�o ��ac� f O O W W J O~.H z W Q°LLI L li.z(Z-n W Z n w Z a> w Z x W W J U p z w U N�o a Q O a x N L.W.. xxl-woo xXw IoW x3" x�o0 �' oa ��p �w om xalQ-2K°wzU �oK� LLi Q -H¢YmU HI-Z QUm I-O¢ I-(nZa Q U� ¢¢U am UO 4. HLn Nm I-LI ¢Ual- 3 W L U W m Pl W Z 0 / LL F a No 0Z Y �� 3 � u Lu Q ~W W m el0 �1 a a < o J 444 0. z ui Z Y a .7 O m W LL Z Z 3 O ow~ O U w Z C) UWL, Z m a d m F '/� - Z Om ON m w Q r a Lw- w?2 W a JiO a 0 O 7 X W m Op0 �Fo a� Za= oU¢3 r x J O W U O o m 3 Q Z EP z O U Z Y cr a a 0 0 ' �J m • � m V 183Aino X09 M3N CD O [4[40 CC Q Z U w Q w �Z O? W ~LZ Z LO m °0 O r Z f- � O� W Q w Z 71x^ R u to y8 p4oQw l LLZ-LZ-dMS smm . r...r �rrr rr�wr wrr.r. r..... ...r.. �..... %wou" amowr worm" WMISOMW ummusr "won" "Immow "MINOW VWA . "OWN" vwmmmw