Loading...
HomeMy WebLinkAboutContract� I I I C' IL � I � I � I Award Date:! I A /,?-0 13 Awarded to: C'Co4yuC�c", 6D1 Jawlur au Contractor Quote Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: Project Manager: Ben Dahle I 425- 430 -7471 425- 430 -7476 CAG -13 -177 Noon N `f� City of Renton Construction of: WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NO. CAG -13 -177 ® Printed on Recycled Paper City of Renton ADDENDUM NO.1 Will Rogers — Wiley Post Memorial Seaplane Base Public Works Transportation Division City Hall, 5th Floor 1055 South Grady Way Renton WA 98057 Maintenance Dredging Project To All Contract Document Holders: October 3, 2013 You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to disqualification. This addendum consists of: - Miscellaneous changes to the special provisions, plan sheet 4 and revisions to appendices. Description of Change Replace existing entire documents with the following revised versions: • Contract Agreement, prepared by the City of Renton, attached. • Special Provisions (complete set of Division 1), prepared by Coast & Harbor Engineering, attached. • Appendix D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP), prepared by URS, attached. • Plans, Revised Sheet 4, prepared by Coast & Harbor Engineering, attached. NO OTHER CHANGES By: Ben Dahle, P.E. ' Airport Capital Project Coordinator Page 1 of 1 Revised 10/3/2013 Addendum No. 1— Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging `O »1 Iff' f + i 4 City of Renton ADDENDUM NO.1 Will Rogers — Wiley Post Memorial Seaplane Base Public Works Transportation Division City Hall, 5th Floor 1055 South Grady Way Renton WA 98057 Maintenance Dredging Project To All Contract Document Holders: October 3, 2013 You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to disqualification. This addendum consists of: - Miscellaneous changes to the special provisions, plan sheet 4 and revisions to appendices. Description of Change Replace existing entire documents with the following revised versions: • Contract Agreement, prepared by the City of Renton, attached. • Special Provisions (complete set of Division 1), prepared by Coast & Harbor Engineering, attached. • Appendix D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP), prepared by URS, attached. • Plans, Revised Sheet 4, prepared by Coast & Harbor Engineering, attached. NO OTHER CHANGES By: Ben Dahle, P.E. ' Airport Capital Project Coordinator Page 1 of 1 Revised 10/3/2013 Addendum No. 1— Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging J l� CONTRACT AGREEMENT (CONTRACTS OTHER THAN FEDERAL -AID FHWA) THIS AGREEMENT, made and entered into this _ THE CITY OF RENTON, Washington, a municipal referred to as "CITY" and "CONTRACTOR." day of , , . by and between corporation of the State of Washington, hereinafter hereinafter referred to as WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 4 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG -13 -177 for improvement by construction and installation of: Work as described in "Scope of Work" 5 attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such ' conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids ' h) Special Provisions, if any i) Technical Specifications, if any t 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. L t 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies . available to the City. I 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, 'I 1 t J 1 officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in ' the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 50 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by 1 the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. ' The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. tFinal Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE.OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all. persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. 12) The total amount of this contract is the sum of numbers written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non - assigning party shall be void. If the non - assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. F�, t t t 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written. CONTRACTOR CITY OF RENTON President/Partner /Owner Secretary dba Firm Name Mayor check one ❑ Individual ❑ Partnership ❑ Corporation Incorporated in IAttention: � I � I � I � I � I � I ATTEST City If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b /a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b /a and name of the company. Special Provisions City of Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project Prepared for: City of Renton This document was prepared by a Professional Engineer to assist the City of Renton with the special provisions for the Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Prepared by: �1�/3 R. Shane Phillips, P.E. COAST & HARBOR ENGINEERING 110 Main Street, Suite 103 Edmonds, WA 98020 Ph 425 778.6042 Fax 425 977.1095 ISPECIAL PROVISIONS — CITY OF RENTON - WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT DIVISION 1— GENERAL REQUIREMENTS INTRODUCTION (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State j Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project - specific fill -ins; and project - specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. 1 The project - specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. AMENDMENTS TO THE STANDARD SPECIFICATIONS The Amendments to the Standard Specifications, available at the following web page, http: / /www.wsdot.wa.govBusiness/ Construction/ SpecificationsAmendmentsGSPs .htm, are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the index to the amendments contains a code number which identifies the section of the Standard Specifications being amended (l0.AP1 indicates that Section 1 -10 is the section being amended). The date following each Amendment title or section heading indicates the implementation date of the Amendment or the date of the last revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references that do not apply to this particular project. City of Renton' Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -1 DESCRIPTION OF WORK This contract provides for the maintenance dredging to pre -2007 flood conditions at the City of , Renton's Will Rogers -Wiley Memorial Seaplane Base in accordance with Federal airspace regulations, site -use restrictions, the Contract Plans, these Contract Provisions, Project Permits, and the Standard Specifications. The project will consist of dredging, dredged material handling, , and disposal at the Elliott Bay, deep -water disposal location. "The Renton Municipal Airport and all associated facilities shall remain fully operational throughout the duration of construction. 1 -01.3 Definitions ' (March 8, 2013 AP WA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them t with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date t The day the Engineer determines the Contractor has completed all in -water work (dredging, piling, and float installation work). Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State City of Renton L Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -2 1 t ITransportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", City of Renton - Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3 "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final ' payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice, between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. . Notice to Proceed ' The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. iTraffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Renton - Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 2 Furnished automatically u on award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 1 Furnished only upon 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1- 02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. City of Renton t_ Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -4 t t t t t F1 fi r] t t t 1 -02.5 Proposal Forms (June 27, 2011 AP WA GSP) IDelete this section and replace it with the following: 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 1. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A j copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D /W/MBE requirements are to be satisfied through such an agreement. City of Renton L Addendum 11, Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5 The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; -e the bidder's name, addr_es_ s, telephone number, and signature; '+'fir bidtler's_D/N4rt'� E -- r- a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all forth in the Proposal Form alternates and additives set unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 1. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A j copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D /W/MBE requirements are to be satisfied through such an agreement. City of Renton L Addendum 11, Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if. a. The Bidder is not prequalified when so required; City of Renton L Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -6 t t t t t 1 t f1 t b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or h. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: City of Renton L Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -7 Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 AP WA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 5 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. 1 -03.4 Contract Bond (October 1, 2005 AP WA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency - furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and City of Renton ! Addendum I Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -8 t t t t L 1 ii t t 1 u 11 t 1 t t b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material, person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 SCOPE OF THE WORK 1 -04.1 Intent of the Contract A. The intent of this contract is to prescribe a complete work for the maintenance dredging. The Contractor shall establish quality control for all work performed and all products supplied to assure compliance with the Standard Specifications and these Special Provisions. Standard Specifications are: Standard Specifications for Road, Bridge, and Municipal Construction 2012 (M414 0) Copies of the Standard Specifications are available from: Washington State Department of Transportation (WSDOT) Engineering Publications Room SD3 P.O. Box 47304 Olympia, WA 98504 -7304 Phone: (360) 705 -7430 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: City of Renton Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. contracting Agency's Standard Plans or Details (if any), and K - WS DOT Standard Plans for I oad,, Bridge, and Municipal Construct o 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 AP WA GSP) Supplement this section with the following: i If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. i I City of Renton - Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -10 I 1 t C 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 AP WA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to . Section 1 -05.7. City of Renton t Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Add the following new section: I 1- 05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) For all work except dredging, the Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. 1 In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1 -05.15 Method of Serving Notices 1 (March 25, 2009 APWA GSP) Revise the second paragraph to read: , All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the City of Renton f Addendum I Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -12 t t Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 AP WA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. Add the following new section: 1 -07 LEGAL RELATIONS AND RESPONSIBILITES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 AP WA GSP) Supplement this section with the following: 1 City of Renton Addendum I Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13 In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site 1 City of Renton Addendum I Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13 before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: The Contractor shall be responsible for adhering and conforming to all applicable provisions, conditions, and requirements of the project permits. The following permits, permit updates, and addenda have been issued specifically for this project and their requirements apply to this work. Copies are provided in Appendix B to this section: 1. U.S. Army Corps of Engineers Clean Water Act Section 404 Permit. 2. Washington State Department of Ecology Clean Water Act Section 401 Water Quality Certification, Order #10080, dated September 5, 2013. 3. Washington State Department of Fish and Wildlife Hydraulic Project Approval (HPA) 4. National Oceanic and Atmospheric Administration (NOAA) Endangered Species Act (ESA) Section 7 Informal Consultation Concurrence Letter, dated October 31, 2012. 5. State Environmental Policy Act (SEPA) Mitigated Determination of Non - Significance (MDNS), dated July 12, 2013. 6. King County Clearing and Grading Permit. 7. Department of Natural Resources (DNR) Aquatic Lands Right of Entry License. The following rules, requirements, and regulations specified shall apply to this work for erosion and pollution control: 1. City of Renton Storm Water Management Program Any conflicts between these Contract Specifications and the project permits will be brought to the attention of the Contracting Agency. Nothing whatsoever shall be deemed to authorize violation of these permits. The Contractor will be responsible to adhere to original permit requirements as well as associated permit updates and addenda. Fourteen (14) days prior to mobilization, The Contractor shall submit a.Statement of Understanding indicating that he acknowledges all conditions of the project permits listed in Section 1 -07. City of Renton" Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -14 1 t 1 -07.9 Wages Section 1- 07.9(1) is supplemented with the following: The Federal wage rates for heavy Construction incorporated in this contract have been established by the Secretary of Labor under United States Department of labor General Decision No. WA130105. These rates are applicable to heavy construction. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: * * * * ** Locations and dimensions shown in the Plans for the existing utilities (i.e. Metro Sewer line and the AT &T Communication line) are in accordance with available information obtained without uncovering, measuring, or other verification. The Contractor shall field verify the location and elevation of all utilities using either multi -beam, sub -bottom profiling, magnetometer survey or another approved method for field locating the utility lines shown within the dredge work areas (Dredge Area 1 and Area 2) shown on the Plans and any proposed contractor equipment mooring areas outside the dredge work areas. The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and signing systems, and intelligent transportation systems (ITS). All costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this Section. RCW 19.122 relates to underground utilities. In accordance with this RCW, the Contractor shall call the One - Number Locator Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. 1 -07.18 Public Liability and Property Damage Insurance Section 1 -07.18 is deleted replaced by the following new section and subsections: 1- 07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental City of Renton : Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -15 death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1 -07.18 2 ) Coverages ( g All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage , are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If j any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. City of Renton — Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -16 Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. • Products /Completed Operations • Contractual Liability (including Amendatory. Endorsement CG 0043 or equivalent B. which includes defense coverage assumed under contract) C. • Broad Form Property Damage D. Independent Contractors • Personal /Advertising Injury • Stop Gap Liability B. Automobile Liability including all E. • Owned Vehicles • Non -Owned Vehicles Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should City of Renton f Addendum I Project No: CAG 13 -177 be as broad as primary. Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17 E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self - insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. City of Renton f Addendum I Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17 1- 07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability $1,000,000 s General Aggregate* $2,000,000 L*, Products /Completed Operations Aggregate $2,000,000'A Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 j * General Aggregate to apply per project $1,000,000 (ISO Form CG2503 or equivalent) The City may require the Contractor to keep p rofessional liability coverage in effect for up to two (2) years after completion of the project. Automobile Liability City of Renton! Addendum 1 Bodily Injury/Property Damage $1,000,000 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products /Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability If required to apply on a per project basis Per Loss $1,000,000 j Aggregate $1,000,000 The City may require the Contractor to keep p rofessional liability coverage in effect for up to two (2) years after completion of the project. City of Renton! Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -18 t C t L J The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1- 07.18(4) Evidence of Insurance: Within X910 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1- 07.18(1), 1- 07.18(2), and 1- 07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder ". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives ". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1- 07.18(5)D Coverage for Working On, Over, or Near Navigable Waters (May 10, 2006 APWA GSP) This contract involves work on or adjacent to navigable water, as defined by the U.S. Department of Labor. The Contractor therefore shall provide proof of insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers' Compensation Act (administered by the U.S. Department of Labor). If the Contractor is working from barges or any other watercraft, owned or non - owned, the Contractor must maintain Protection and Indemnity (P &I) insurance providing coverage for actions of the crew to third parties to the same limits stated under Section 1- 07.18(5)A for Commercial General Liability Insurance. The Contractor must also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the "Jones Act "). 1 -07.24 Rights of Way (October 1, 2005 AP WA GSP) Delete this section in its entirety, and replace it with the following: City of Renton f— Addendum f Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -19 Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. I Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include t the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.25 Airport Facilities Safety and Security (New Section) I Site safety and security requirements are governed by City of Renton Airport, Federal Aviation Administration (FAA) Advisory Circulars (AC), Orders and Federal Aviation Regulations (FAR). Height restrictions will be imposed on equipment operating within the Regulated Airspace (located both within and outside the designated dredge work areas) as outlined in the City Renton !— Addendum 1 Project No: CAG 13 -177 h' J Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -20 r I i I f Appendix D Construction Safety & Phasing Plan (CSPP). The CSPP provides a summary of work area requirements for activities within the upland airport boundaries and the over -water Runway Approach/Departure zone areas. These requirements include General Safety Requirements, Construction and Facility Maintenance, Use of Motorized Vehicles, Radio Communications, Security, Lighting requirements and Height Restrictions and other Miscellaneous Requirements. Additionally, during the execution of the onsite work, the Contractor will be required on a weekly basis to communicate to the Contracting Agency what the proposed construction equipment heights will be for that work week. The Contractor shall acknowledge that they understand the details included within the CSPP by completing and submitting to the Contracting Agency a Safety Plan Compliance Document (SPCD) as part of their Work '' submittal. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 AP WA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A Water Quality Monitoring Plan Add the following new section: City of Renton P "AN&Mdum aI Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -21 k 8 -55.11) Dredging & Disposal Regulatory Requirements` All work shall be conducted in accordance with the Contracting Agency provided permits and other local, state, and federal requirements governing fresh water construction work. 8- 55.11)(1) Dredging Permits and Compliance The Contractor shall be responsible to adhere and conform to all applicable provisions, conditions, and requirements of the project permits and approvals. Any conflicts between these Contract Specifications and issued permits shall be brought to the attention of the Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these permits. The following permits and approvals have been obtained by the Contracting Agency for the dredging portion of this work. The following permits lia been or will be issued for this project and copies will be provided to the Contractor prior to Notice to Proceed: • Washington State Department of Fish and Wildlife (WDFW) Hydraulic Project Approval (HPA) • State Environmental Policy Act (SEPA) Determination of Significance (DS) • Washington Department of Ecology Section 401 Water Quality Certification • U.S. Army Corps of Engineers (US ACE) Section 404/10 Permit Washington State Department of Natural Resources (DNR), Disposal Site Use Authorization to dispose of suitable material at the Elliott Bay Open Water Disposal Site. 8- 55.11)(2) Regulatory Agency Notifications & Meetings ' The Contractor shall provide the following in accordance with the Contracting Agency provided J permits: • Notify regulatory agencies of notice of intent to dredge at least ,;A 4 days prior to the start of dredging work. • Attendance at a pre- dredge conference meeting with regulatory agencies to review the Contractors Work Plan. 8- 55.11)(3) Coast Guard Notification & VTS Monitoring t cvi Marine Traffic Control and Communications: The Contractor shall conduct the Work in such a manner as to not endanger commercial and recreational vessel or seaplane navigation and shall maintain contact with the U. S. Coast Guard (USCG) and the City to keep them advised of dredge and barge movements. The Contractor shall monitor the VHF channel appropriate to the small craft using location of operation (or channels required by USCG) and warn approaching VHF radio, flagged markers or other appropriate means as necessary to avoid conflicts. Upon completion of the Work, the Contractor shall promptly remove his equipment, including ranges, buoys, piles, and other marks placed under the contract in navigable waters or on shore. r Signal Lights and Day Shapes: The Contractor shall display signal lights and day shapes in accordance with the General Regulations of the Department of the Army and of the Coast Guard `> k governing lights and day signals to be displayed by towing vessels with tows on which no signal can be displayed; vessels working on, dredges, and vessels engaged in laying cables or pipe or in City of Renton f Addenduml Project No: CAG 13 -177 SP -30 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project E�j I t submarine or bank protection operations, lights to be displayed on dredge pipe lines, and day signals to be displayed by vessels of more than 65 feet in length moored or anchored within either dredge area (Area 1 or Area 2), and the passing by other vessels of floating plant working in navigable channels, as set forth in Commandant U.S. Coast Guard Instruction MI6672.2 Navigation Rules: International Inland (Comdtinst M16672.2) or 33 C.F.R. 81 Appendix A (International) and 33 C.F.R. 84 and 33 C.F.R. 84 through 89 (Inland) as applicable. Disposal Site Operations: The Contractor shall contact the USCG by radio before disposal for position and verification of location within the surface target zone. Disposal may not commence until verification is received from VTS. The Contractor must also report the tug, barge, skippers name, DNR permit number and the time dumping begins and ends. 8- 55.11)(4) Native American Fisheries The following standard site use conditions will likely be required by the Corps and DNR as part of the Federal/State permitting processes and issuance of Disposal Site Use Permit: • During periods of tribal fishing in the disposal site areas, disposal will only occur during daylight hours; and • During daylight hours, "navigation rules of the road" will apply to the dredger in the event Indian treaty fishing is occurring at the disposal site. • Disposal of dredged material shall be coordinated with the appropriate Tribal authorities during periods of Tribal fishing at the disposal site. • The Contractor must coordinate any nighttime disposal with the Enforcement Section, Regulatory Branch. Approval must be received from the District Engineer prior to conducting nighttime disposal. 8 -55.1E Construction Surveying Requirements 8 -55.1E (1) General All construction surveying work for the project shall be provided by the Contractor. The scope of Contractor provided survey consists of furnishing all materials, labor, and equipment necessary to perform construction progress /intermediate surveying for quality control (confirm work is being performed to specified requirements), surveying for development of progress payments, construction staking and layout, and establishing temporary benchmarks from Contracting Agency provided survey control. 8 -55.1E (2) - Survey Responsibilities and Sequence of Survey Work The Contractor shall hire a survey company to conduct pre- and post- dredge surveys that will be used to conduct measurement for payment of dredged material. The Contractor shall perform all other survey work for controlling the work, including setting temporary benchmarks, staking and layout, and intermediate / progress surveys. Construction survey assignments and activities follow: 1. Establish primary survey control (Contracting Agency). City of Renton L_ — Addendum f Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -31 2. Pre - Dredging Survey (Contractor). 3. Establish secondary survey control, including setting temporary benchmarks, and construction staking, layout, and delineation (Contractor). 4. Intermediate and progress surveys for quality control (Contractor). 5. Final progress survey to confirm that design dredge elevation has been achieved at all locations. (Contractor) 6. Post - construction survey (Contractor). 8 -55.1E (3) - Qualifications of Surveyor All pre - construction, post - construction, and temporary benchmark establishment survey work shall be conducted by an independent hydrographic surveyor that is not an employee of the Contractor. The surveyor shall have a minimum 10 years of documented experience with hydrographic surveying of marina and dredging works using the equipment proposed for use on this project. 8 -55.1E (4) - Survey Equipment Hydrographic surveys shall be conducted by the Contractor using Differential Global Positioning System (DGPS) positioning equipment and shall use single- or multi -beam transducer sounding techniques for measuring depths. Hydrographic surveying shall be conducted with appropriate correction for water levels at the time of the survey. Areas not reachable with boats may be use alternative sounding. methods (provided they provide the same level of accuracy) if approved by the Engineer prior to conducting the survey work. Pre /Post Dredging Surveys: Hydrographic survey work for pre /post construction surveys shall be conducted in accordance with U.S. Army Corps of Engineers standards for Class 1 Hydrographic Survey for Navigation and Dredging support surveys per EM 1110 -2- 1003, Hydrographic Surveying. Accuracy for measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3 feet. 2. Intermediate/Progress Surveying: Contractor progress surveying shall be conducted using survey grade depth sounder and electronic distance measuring device. Other electronic survey equipment may be proposed for use by Contractor in lieu of that specified but shall be approved by Engineer prior to start of construction. Accuracy for measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3 feet. The proposed survey equipment shall be capable of providing the necessary measurement accuracy and provide exportable data in electronic format. 8 -55.1E (5) - Survey Control Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades and water level gages shall be the Contractor's responsibility. Hydrographic survey work shall be City of Renton - Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -32 conducted using the Contracting Agency provided survey baseline control description data information as shown on the Plans. Locations of survey control points shall be verified prior to starting work. The Contractor shall notify the Engineer promptly in writing of any discrepancies discovered. The Contractor shall use the Lake Washington Mean Lower Low Water ( LWMLLW), utilized for United States Army Corps of Engineers (USACE) permits, as the vertical datum (in U.S. Survey Feet) for elevation and depth references for all cross sections and shall be responsible for obtaining necessary water level height measurement during the survey periods to ensure that accurate adjustments are made to the observed depths to account for water level variations. The Contractor shall use the Washington State Plane, North Zone, NAD 83/91, in feet as the horizontal reference datum. The Contractor shall establish and maintain an on -site water level gage to track and record water level changes in LWMLLW datum and provide the water level change data to the dredge operator during the dredging process to allow proper adjustment of dredge depth. 8 -55.1E (6) - Dredge Positioning & Dredge/Disposal Work Area Layout The Contractor shall establish an accurate method of horizontal and vertical control prior to initiating dredging. The Contractor shall use DGPS electronic survey equipment, setting, maintaining, and resetting all temporary benchmarks, baselines, buoys, markers, poles, and stakes necessary for the dredging and disposal construction. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods used, and the control points used. The record shall be adequate to allow the survey to be reproduced. Construction staking data shall be provided to the Engineer within three (3) working days after completion of survey work. The construction staking survey work by the Contractor shall include, but is not be limited to, the following: 1. Verify the primary horizontal and vertical controls furnished by the Contracting Agency, and expand into secondary control by adding stakes, hubs, and additional survey control needed for the Project. Provide descriptions of secondary control to the Contracting Agency and the Engineer. 2. Install a visual and electronic water level gage at the dredging locations so the dredge operator and hydrographic surveyor can observe water levels at.all times. Verify that all required gages, targets, ranges, and other survey markers are in place and maintained properly. 3. If required, use buoys, stakes, templates, range markers, poles, hubs or other marking methods, the location, with offsets, of other survey baseline locations. 4. Use electronic dredge templates for on -board dredge positioning systems. 5. Use electronic dredge positioning equipment and hydrographic surveys during construction to locate and delineate dredge area limits and dredge elevations. City of Renton i— Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -33 t 8 -55.1E (7) - Pre/Post- Construction Surveys The comparison of the pre - construction and post - construction hydrographic surveys will be used by the Contracting Agency to determine final dredged quantities. Pre - construction survey work shall be completed and results submitted to the Contracting Agency at least 14 calendar days prior to the start of on -site dredging work. Post - construction survey work shall be completed within 5 calendar days of notice of substantial completion. Pre - construction and post - construction survey work conducted by the hydrographic surveyor shall be provided to the Contracting Agency by the Contractor in accordance with the following requirements: 1. General: An independent hydrographic surveyor, licensed as a Professional Land Surveyor in the State of Washington, hired by the Contractor shall perform the pre- and post - construction surveys. The pre- and post- construction surveys shall utilize multi - beam transducer sounding techniques. The same equipment and survey methods shall be used for pre- and post - construction surveys. Upon completion of dredging, as demonstrated by daily progress surveys, the Contractor shall notify the Contracting Agency (at least 5 calendar days prior to the hydrographic surveyor conducting the survey) of intent to conduct the post - construction survey. Final payment for the work will be based on volumes computed using pre- and post - construction surveys as determined by the Contracting Agency. A Contracting Agency representative shall be present during the execution of the pre- and post - construction survey data collection effort. The comparison of the pre- and post- dredge construction surveys will be used as `. the basis for determining final pay quantities and acceptance of the work. Final pay quantities will be calculated by the Contracting Agency computing dredged volumes to the nearest cubic yard. Upon request, the Contractor will be provided with a copy of the quantity calculations. 2. Survey Layout Requirements: Layout of survey line stations (transects or tracklines) and data density requirements shall be conducted in accordance with U.S. Army Corps of Engineers EM 1110 -2- 1003 " Hydrographic Surveying" for Navigation and Dredging support surveys. Within the limits of the dredging area, multi -beam surveys should be conducted to provide 100% bottom coverage and overlap between adjacent survey lines. Survey data shall extend beyond the dredging area by at least 50 feet. 3. Schedule /Completion Time Requirements: The Contractor shall furnish the pre - construction condition survey results and data to the Contracting Agency within 5 calendar days of completion of survey work. The pre - construction survey work shall be completed at least 14 calendar days prior to the start of dredging activities. The post - construction survey shall be conducted within 5 calendar days after final completion of dredging operations at the time that the progress surveys indicate the work is completed. The Contractor will furnish the post - construction survey data within 7 calendar days of completion. The post - construction survey and the final review and acceptance by the Engineer shall be completed prior to Contractor's request for final acceptance. 4. Reporting Requirements. The Contractor shall provide, via the Hydrographic surveyor, pre- and post - construction survey data in ASCII delimited text format electronic file. Site plan of project site depicting the survey work and associated cross sections of the entire City of Renton L Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -34 t a. Point number b. Northing and Easting (Washington State Plane North (FIPS 4601), NAD 83 U.S. FT.) C. Elevation (LWMLLW (USACE Lock Datum), U.S. FT.) 8 -55.1E (8) - Intermediate / Progress Surveys The Contractor shall conduct daily progress surveys of the previous day's work to ensure the required dredge elevations are achieved. At a minimum, the Contractor shall provide cross - sectional soundings to the Engineer once per week. The Contractor shall perform surveys throughout the duration of the dredging work (between the pre - construction and post - construction surveys), including daily barge displacement measurements, to ensure that dredging is being performed within the specified grades, slopes, distances, tolerances, to track and verify on a daily basis the volume of materials dredged, and verify that the required dredge elevations are being provided (monitor accuracy and daily progress). Intermediate construction and daily progress surveys performed during construction shall be completed at no additional expense to the Contracting Agency. Intermediate surveys will also include dredge positioning system electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to retain an independent surveyor to check the Contractor's work. Results of the intermediate surveys shall be submitted to the Engineer within two calendar days after completion of field work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality Control Report. All submittals shall be in accordance with the Schedule of Submittals or Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post construction survey work. For weekly progress surveys, single beam survey within the limits of the dredging area, . tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as necessary to describe all hydrographic /topographic features (including slope breaks, catch lines, changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at least 20 feet or 4 data points, if possible. City of Renton = Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35 dredge area shall be plotted in ACAD 2007 (or newer format) and submitted in hard copy and electronic format. Cross section grid spacing shall be 10 feet in the vertical and 100 feet in the horizontal. Cross sections shall be taken at 25 -foot intervals. Each drawn cross section shall show the station that it was taken from and shall reference baseline (toe of cut) stationing. All survey work shall be reported in the project survey datums. A final set of plans, stamped by a licensed WA State Land Surveyor, for both the pre and post dredge surveys shall be provided to the Contracting Agency. Point files for all construction survey work shall be submitted in electronic ASCII format to the Contracting Agency and Engineer. The point files shall contain the following information: a. Point number b. Northing and Easting (Washington State Plane North (FIPS 4601), NAD 83 U.S. FT.) C. Elevation (LWMLLW (USACE Lock Datum), U.S. FT.) 8 -55.1E (8) - Intermediate / Progress Surveys The Contractor shall conduct daily progress surveys of the previous day's work to ensure the required dredge elevations are achieved. At a minimum, the Contractor shall provide cross - sectional soundings to the Engineer once per week. The Contractor shall perform surveys throughout the duration of the dredging work (between the pre - construction and post - construction surveys), including daily barge displacement measurements, to ensure that dredging is being performed within the specified grades, slopes, distances, tolerances, to track and verify on a daily basis the volume of materials dredged, and verify that the required dredge elevations are being provided (monitor accuracy and daily progress). Intermediate construction and daily progress surveys performed during construction shall be completed at no additional expense to the Contracting Agency. Intermediate surveys will also include dredge positioning system electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to retain an independent surveyor to check the Contractor's work. Results of the intermediate surveys shall be submitted to the Engineer within two calendar days after completion of field work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality Control Report. All submittals shall be in accordance with the Schedule of Submittals or Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post construction survey work. For weekly progress surveys, single beam survey within the limits of the dredging area, . tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as necessary to describe all hydrographic /topographic features (including slope breaks, catch lines, changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at least 20 feet or 4 data points, if possible. City of Renton = Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35 t 8 -55.1F Use of Project Site Work Area The amphibious seaplane ramp for launching of crew boats is available for use by the Contractor,_ but the Contractor will not have exclusive use of the Project site work area during the execution of the dredging work. The Seaplane Base will remain fully operational throughout the duration of the Project. Contractor shall develop a work plan (approach, schedule, communication) that accommodates vessel access and Seaplane Base operations throughout the duration of the work. City will be responsible for relocating Seaplanes but will require at least 1 week advance notice. Short time periods of temporary shutdown may be allowable if approved in advance by the City. Contractor shall not block seaplane or vessel navigation into the Seaplane Base or actively operating areas within the Seaplane Base Basin without advance approval by Contracting Agency. Contractor shall use communication devices on same VHF /CB channel as City, incoming aircraft and vessels. 8 -55.1G Existing Utility Protection The Contractor shall not anchor orspud barges in the dredging areaspecified as the "METRO SEWER LINE" shown on the Plans. The Contractor shall not dredge, anchor or spud barges in the easement area delineating the AT &T Communication Line and called out on the Plans as the "30' EASEMENT, NO DREDGING, BARGE ANCHORING OR SPUDDING ". It is the responsibility of the Contractor to field verify the location _and _elevation of the Metro Sewer and AT &T Communication lines shown on the Plans. Additionally, divers shall locate the center: i; — — hne of the Kin:z County Metro Sewer Pipe and AT &T line within the construction zone and attach buoys for marking. Any damage caused to the existing utilities during construction is the responsibility of the Contractor (See Appendix E). 8 -55.1H Temporary Relocation of the E -W Floating Concrete Dock The Contracting Agency may allow the Contractor to relocate the E -W Floating Concrete Dock temporarily in order to facilitate dredging the area in and around the E -W Floating Concrete Dock. If relocated, the E -W Floating Concrete Dock shall be temporarily moored at a City agreed upon location. A survey condition shall be conducted and recorded in photographs and description by the Contracting Agency and the Contractor before relocating the dock. The dock shall be returned to its original location in a condition that matches its condition before relocation. The Contractor shall make repairs and replacements as necessary to the approval of the Engineer at no additional cost to the Contracting Agency. �. 8- 55.111(1) Definitions a. Under Dock Dredging: Required dredging under floating docks that are not required or allowed to be relocated during dredging, as shown on the Drawings. This dredging is required to maintain adequate depth for dock flotation. These docks need to remain in place and sediment excavated from below the dock. Caution should be taken to ensure the existing structures are protected and not damaged. b. Relocated Docks: Floating docks, as shown on the Drawings, which the Contractor may temporarily relocate to facilitate dredging but are not required to City of Renton L Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -36 u t s be moved. 8 -55.1I Structure Condition Survey The Contractor shall conduct a pre- dredge structure condition survey of all existing structures within the designated dredging work areas. Any damaged facilities shall be identified in writing and provided to the Contracting Agency prior to the start of dredging work. 8 -55AJ Construction Equipment Height Restrictions Restrictions on the height of construction equipment operating within the Regulated Airspace (both within and outside the dredge area limits) will apply to this project. The Contractor shall refer to the Construction Safety Phasing Plan (CSPP) for project specific information regarding height requirements (Appendix D). CSPP requirements will apply to both equipment operations and temporary equipment storage during non - working hours. 8 -55.2 Materials Not Used 8 -55.3 Construction Requirements 8 -55.3A Dredging Requirements General: Dredging and disposal operations shall be done in a manner that will avoid over - dredging and minimize turbidity of the water. The Contractor shall track, verify, and report on a daily basis the volume of materials dredged. The Contractor shall pay particular attention to the conditions of issued permits, regulations, and authorizations requiring minimizing turbidity and loss of resuspended sediments during dredging and transport operations and adherence to water quality requirements. If excess turbidity occurs, the Contractor shall change the operating procedure to reduce the degree of turbidity. The Contractor shall use turbidity control structures and plan and conduct work activities to minimize turbidity. The Contractor shall excavate the dredge prism to the lines, grades, slopes, and elevations shown on the Drawings for the selected dredge areas. No dredging to depths greater than the bottom of dredge cut elevation (plus a 1 -foot overdredge allowance) shown on the Drawings is permitted. No payment will be made for dredging below the bottom of dredge cut. All dredged material (except for debris) has been determined to be suitable for open -water disposal at the locations shown on the Plans. Amphibious Seaplane Ramp: The Contractor shall not damage the existing Amphibious Seaplane Ramp structure. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review An endix C as- _ drawings of the Amphibious Seaplane Ramp structure to ensure that damage or undermining does not occur. Concrete Outfall: The Contractor shall not damage the existing concrete outfall. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review the as -built drawings, provided by the Contracting Agency, of the concrete outfall structure to ensure that damage or undermining does not occur. City of Renton Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -37 t Sheetpile Wall Bulkhead: The Contractor shall not damage the existing sheetpile wall bulkhead. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review the engineering drawings, provided by the Contracting Agency, for the sheetpile wall bulkhead to ensure that damage or undermining does not occur. Excessive Dredging: The Contracting Agency's Representative or the Contracting Agency has the right to direct the Contractor to replace the excessive dredge material to the limits established on the Plans or in the Specifications. The Contractor will not be paid for replacement of excessive dredging and shall be responsible for any fees and fines incurred as a result of disposing excessive dredge materials at the disposal sites. Side Slope Dredging: Dredging of side slopes around piles and pile- supported structures (floating docks) shall be conducted from the top of slope down to toe in a progressive manner. Debris: Materials obtained during the dredging work that meets the "Debris" classification cannot be disposed of at the open -water disposal facility. Debris obtained during the dredging work shall be separated from dredged material and shall be disposed at a Contracting Agency approved upland landfill facility and in accordance with applicable local, state and federal regulations. Encountering and disposing of such debris shall not be the basis for extra payment by the Contracting Agency. Large Woody Debris (LWD): Large Woody Debris obtained during the dredging work shall be separated from the dredged material and moved to an upland disposal site determined by the Contracting Agency. LWD shall be natural logs with a minimum diameter of 2 -feet and minimum length of 16 -feet. All logs that cannot be characterized as LWD shall be considered Debris. Floating Docks: The Contractor may elect to relocate some floating docks as shown on the Drawings to facilitate dredging within the Side Slope dredge area of the E -W Floating Concrete Dock. The E -W Floating Concrete Dock plans are provided as reference. Under Dock Dredging: Caution shall be exercised to ensure the existing structures are protected and not damaged during execution of under dock dredging. Relocated Docks: Temporary relocation of existing floating docks can only occur on E -W Floating Concrete Dock for conducting Side Slope dredging work. Relocation of the E -W Floating Concrete Dock will require notification in the Work Plan and advance approval by the City. All other floats within the Seaplane Base cannot be relocated as part of this contract. Contractor may relocate floats temporarily to facilitate dredging but are not required to be moved. After dredging, the Contractor shall reinstall floating docks to their original location and configuration. Piling shall be replaced in accordance with Special Provision 8 -56, Steel Piling. Temporary relocation of existing docks can only occur on E -W Floating Concrete Dock for conducting the Side Slope dredging work. Pile- Supported Structures: Dredging within and adjacent to pile- supported structures shall be conducted in a manner which does not cause damage or impacts to the support piles or to the superstructure (floating concrete docks access gangways, walkways, beams, cover structures, etc). The Contractor shall be responsible for any damage caused to the existing pile- supported structures as a result of their dredging operations. City of Renton `— Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -38 �11 t t t t L I e e Navigation Aids: Existing navigation aids shall not be disturbed unless otherwise noted on the Plans. Temporary removal of any navigation aid buoys or piles shall be reinstalled back into their original position. 8 -55.3B Dredging and Disposal Regulatory Compliance The Contractor shall be responsible to adhere and conform to all applicable provisions, conditions, and requirements of the permits listed herein. The Contractor is responsible for notifying various regulatory agencies prior to commencing dredging, as required by the project permits. The Contracting Agency is obtaining Washington State Department of Natural Resources (DNR), Disposal Site Use Authorization to utilize open -water disposal sites prior to the start of construction and upon execution of the contract, the Contracting Agency will transfer the permit to the Contractor and, as a part of this contract, the Contractor shall assume all duties, obligations, and liabilities imposed herein. The Contracting Agency will pay directly to DNR all fees associated with the permit and dumping operation except that the Contractor shall pay for any penalty or damage fees imposed by DNR for material dumped off site, or other unauthorized disposal operations. The Contractor shall comply with all WA DNR and Army Corps of Engineers' disposal regulations, operational requirements, and reporting requirements as outlined in the project permits and as required in the WA DNR disposal site use permit. Any conflicts between these contract specifications and issued permits will be brought to the attention of the Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these permits. The Contractor's Work Plan submission and attendance at the pre - dredge conference shall be required to acquire the Disposal Site Use Authorization. 8 -55.3C Dredging Work Equipment The Contractor shall use a clamshell bucket for all dredging work. The clamshell bucket shall consist of an articulating bucket that is capable of achieving full closure to reduce reintroduction of dredged sediments to the water column. Dredging equipment and methods shall be selected to minimize the dispersion of resuspended sediments (i.e. turbidity) during dredging. The Contractor shall include number, types, and capacity of equipment to be used as part of the Work Plan and Schedule. The Contractor shall change the location and depth of dredging within the Dredging Work Area limits when necessary to avoid overdredging. Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket), and there is to be no temporary stockpiling of material in the water. Dredging shall proceed downward from the top of the slope. Bucket overfilling and leveling of the completed dredging surface by dragging a beam or the clamshell bucket is not permitted. Dredge and disposal equipment including barges shall be moved only if there is sufficient draft to prevent grounding and spuds shall not be dragged along the bottom. The Contractor shall pay particular attention to minimizing turbidity and siltation and adherence to water quality requirements. The Contractor shall conduct dredging activities to maintain the required water quality standards and shall minimize turbidity and dispersal of material in the water. The Contractor shall monitor and take sufficient care during dredging and rehandling to prevent the loss of sediment from. the barge(s) used for material transport. Contractor shall include in the Work Plan and Schedule the methods used to control the loss of sediments from the barge(s) used to conduct the work. The Contractor will be required to re- dredge any material spillage during barge transport and re- handling operations. City of Renton L Addendum 1' Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -39 ra 8 -55.3D Character of Materials Based upon grain size analysis from previous sediment sampling and testing analysis for Puget Sound Dredge Disposal Analysis (PSSDA) evaluation, the material to be dredged is predominately fine to medium grained sand. Localized areas containing gravel should also be expected within the Dredge Areas (Area 1 and Area 2). Results of dredged material characterization for physical properties (grain size) are provided in Appendix A. Wood debris and LWD could exist within the dredging area. The contractor will be responsible for disposal of this material in accordance with the project permits. The Contractor shall make his own determinations and conclusions regarding the nature of the materials which would be currently present within the marina dredging area, and the methods and procedures to be utilized in performing the work and to meet the lines and grades at the time of measurement for payment. The Contracting Agency will not make extra payment, nor shall the Contractor make any claim for extra payment for subsurface conditions that may be, in the opinion of the Contractor, different from the conditions indicated by the Plans, Specifications, or referenced sediment characterization information. 8 -55.3E Debris In addition to sediment, it is anticipated that debris will be encountered during dredging. Anchors, chains, straps, ropes, pieces of carpet, tires, steel, aquatic vegetation, piling segments and other articles or debris may be encountered. Any material classified as debris is not acceptable for open water disposal. The Contractor shall be responsible for handling all debris and proper disposal of all debris. Any large debris shall be pulled directly from the water and placed in the dredged material receiving barge immediately in order to minimize release of any adhering sediment. Debris shall not be rinsed or washed in or above the aquatic area in any way. 8 -55.3F Large Woody Debris (LWD) Large Woody Debris (LWD) is defined as any timber dredged material larger than 2 -feet in diameter and 16 -feet long. Any material classified as LWD shall be salvaged and transported by the Contractor to the upland staging and stockpile area on the airport uplands (see Appendix D, Sheet Cl). The LWD shall be placed up near the fence along the north edge of the designated area as determined by the Contracting Agency. a}rap1af1d 19eatieri 8 -55.3G Spill Prevention and Pollution Control The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil, fuel, and other petroleum products used in the Contractor's operations. All such prevention, containment and cleanup costs shall be borne by the Contractor. The discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted under state water quality regulations. The Contractor shall, at a minimum, take the following measures regarding oil spill prevention, containment, notification, and cleanup: 1. Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and other equipment and facilities shall be inspected regularly for drips, leaks, or signs of damage, and shall be maintained and stored properly to prevent spills. The Contractor's City of Renton , Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -40 storage, which is required in the performance of the Work, shall be located upon existing cleared portions of the Work Area or areas to be cleared, and shall require written approval of the Contracting Agency and the Contracting Agency's Representative. 2. The Contractor shall not store oil or fuel on the shoreline, or equipment that is not required for the daily construction activities. The Contractor shall specify where oil and fuels will be stored in the Work Plan and Schedule. A metal pan or other impervious material with sides a minimum of four (4) inches high shall be placed under the equipment on the beach or adjacent area during refueling. The pan shall have a capacity equal to the capacity of the fuel cans used and catch any spills or leaks during the refueling activity. Fuel caught in the pan shall be contained and either transported off - site or used in the equipment. Under no condition shall the material be discharged on the beach, dune, marsh, adjacent lands or waters. If the Contractor's fuel cells exceed the thresholds set forth in 40 CFR 112, the Contractor shall provide a spill plan and containment equipment accordingly. 3. All visible floating oils shall be immediately contained with booms, dikes, or other appropriate means and removed from the water prior to discharge into state waters. All visible oils on land shall be immediately contained using dikes, straw bales, or other appropriate means and removed using sand, ground clay, sawdust, or other absorbent material, which shall be properly disposed of by the Contractor. Waste materials shall be temporarily stored in drums or other leak -proof containers after cleanup and during transport to disposal. Waste materials shall be disposed offsite in accordance with applicable local,, state, and/or federal regulations. 4. Special measures shall be taken to prevent bilge pumpage or effluent, chemicals, fuels, oils, greases, bituminous materials, waste washing, herbicides and insecticides, and concrete drainage from entering State waters. 5. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a potential for entry into state waters, notification shall be made immediately to: (1) Washington State Department of Ecology 24 -Hour State Emergency Response Commission (1- 800 - 258 - 5990); (2) National Response Center (1- 800 - 424 - 8802); (3) Washington Emergency Management Division (1- 800 - 258 -5990 -or- 1- 800 - OILS -911), and (5) Washington State Fish and Wildlife Area Habitat Biologist (425 - 313 - 5683). 8 -55.3H Water Quality Monitoring The Contractor shall perform water quality monitoring to ensure their dredging work is complying with the project 401 Water Quality Certification Order #10080 (see project permits). The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality ' Certification and applicable local, state, and federal standards. The Contractor shall have in place Best Management Practices to prevent water quality exceedances and Contingency measures to implement should water quality, violations occur. A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with regulatory agency requirements and submitted to the Contracting Agency for approval at the same time as the Dredge and Disposal Plan document. The Contractor shall describe in its City of Renton ! Addendum f Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -41 Dredging and Disposal Work plan what type of best management practices (BMPs) and operations will be used to prevent water quality exceedances, and what contingency actions will be taken should water quality exceedances occur. ' As a component of the water quality monitoring work, the Contractor shall conduct Turbidity Monitoring in accordance with the requirements set forth in the project permits and as required for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be , conducted using measurement devices (turbidity meter, etc) in accordance with regulatory agency requirements. The Contractor shall submit a Water Quality Control Plan, including a description of how the , monitoring work will be conducted and proposed equipment, QA /QC, responses to water quality exceedances, drawings indicating location of monitoring location, monitoring frequency and schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall be submitted as a component of the Work Plan and Schedule. Turbidity monitoring work shall be conducted by a technician that is either an employee of Contractor or an independent company experienced in conducting water quality compliance monitoring work. The proposed technician shall have a minimum 5 years of documented experience with water quality and turbidity monitoring work and use of required equipment. ' Water Quality Monitoring results shall be submitted in report format to the Contracting Agency with each Daily Report and within 24 hours of collecting the data. ' 8 -55.3I Water Quality Protection Measures The Contractor is responsible for employing Best Management Practices (BMPs) required for the protection of water quality and in -water habitat and fisheries resources. During the execution of the dredging and dredged material re- handling work, the Contractor shall monitor water quality and make adjustments to their work activities and BMPs to ensure compliance with the 401 Water Quality Certification and other permit requirements. BMPs to be utilized shall be identified in the Contractors Work Plan and Water Quality Control plan. BMPs to be employed, but not limited to, shall include the following as needed to meet the Water Quality Certification requirements: • Dredging operations shall utilize equipment appropriate to the site conditions to minimize , turbidity and other possible adverse impacts, including closed clamshell buckets for removal of silts and sands. • Restrictions on operations include no dragging of the bucket on the bed, or temporary in- water placement of dredged material. • Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket), and there is to be no temporary stockpiling of material in the water. Bucket overfilling will not be permitted. • Floating debris boom and silt curtains shall be deployed around the perimeter of all ' dredge and material barges during dredging and transloading operations. • The bucket shall be completely closed before raising it when the bucket is filled with sediment. Overfilling of the bucket should be avoided. 1 City of Renton - Addendum 11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -42 • The rate of ascent and decent of the clamshell bucket may need to be slowed to reduce potential sediment loss. ' The material barge shall be managed such that the dredged sediment load does not exceed the capacity of the barge. Hay bales, filter fabric or other sediment retention systems shall be placed over the barge ' scuppers to filter suspended sediment from the return water prior to discharge of the water back into the Lake. I 8 -55.3 J Dredge Area Cut Sequence The Contractor shall submit a proposed Dredge Area Cut Sequence for both dredge areas (Area 1 and Area 2) with the Work Plan and Schedule for approval by the Contracting Agency and the Contracting Agency's Representative prior to starting dredging operations. The Work Plan and Schedule shall include layout of the work and horizontal positioning of the dredging equipment/operations. 8 -55.3K Onboard QA - Use of Boats, Boatmen, Laborers, and Material Upon request by the Contracting Agency and /or Contracting Agency's Representative for the purpose of reasonable supervision and inspection of the Work, the Contractor shall provide the use of such boats, boatmen, laborers, and material that are part of the ordinary and usual equipment and crew of the dredging plant in order to access the work area and dredging equipment. Such requests by the Contracting Agency and/or Contracting Agency's Representative will be coordinated with the Contractor's work schedule, except in case of emergency. 8 -55.3L Dredging Operation and Work Area Limits Dredging shall occur within the horizontal, vertical, and slope limits defined in these Specifications and shown on the Plans, or as otherwise directed in writing by the Contracting Agency. The Contracting Agency desires to have the required depth and width of the dredge area as defined on the Plans at the time of measurement for payment. The Contractor shall make determinations of the character of the bottom materials to be dredged and shall plan and conduct operations to meet the required lines and grades at the time of measurement. Dredging operations shall be planned and conducted to protect existing structures and private property. In the event existing pilings, floating concrete docks, sheet pile walls, amphibious seaplane ramps, or other structures are damaged during dredging, the Contractor at no expense to the Contracting Agency shall replace, repair and restore the existing structure to an equal or superior condition than before dredging. 8 -55.3M Survey and Layout of Work An accurate method of horizontal control shall be established by the Contractor before dredging begins. The proposed method and maintenance of the horizontal control system shall be subject to the approval of the Contracting Agency's Representative and if, at any time, the method fails to provide accurate location for the dredging operation, the Contractor may be required to suspend its dredging operations. The Contractor shall lay out his work from horizontal and City of Renton F— Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -43 vertical control points indicated on the drawings and shall be responsible for all measurements taken from these points. The Contractor shall maintain all points established for the work until authorized to remove them. If such points are destroyed by the Contractor or disturbed through its negligence prior to authorized removal, they shall be replaced by the Contractor at its own expense. 8 -55.3N Dredge Horizontal Location Control The Contractor shall have electronic positioning equipment that will locate the dredge when operating in the Dredging Work Area. The Contractor shall keep this equipment functioning on the dredge at all times during construction. The Contractor shall calibrate the equipment as required by the manufacturer. Proof of calibration shall be submitted to the Contracting Agency and the Contracting Agency's Representative. The Contractor shall utilize DGPS with better than 3 feet real time accuracy for horizontal positioning during all dredging operations and hydrographic surveying. This accuracy is required for dredging in close proximity to the submerged structures. Continuous locations of the dredge shall be made at all times during dredging operations. The location is to be by computed coordinates in the Washington State Plane Coordinate Systems North Zone, NAD 83/91, in feet. Positions shall be recorded at a frequency necessary to meet dredge requirements and furnished daily as part of the Contractor's Daily Quality Control Reports, along with a drawing of the track of the dredge in relation to the dredge site. The Contractor shall submit a Dredge Location Plan describing the equipment and method of locating the dredge to the Contracting Agency and the Contracting Agency's Representative for review and approval with the Contractor's Work Plan and Schedule. 8 -55.30 Dredge Elevation Control The Contractor shall monitor dredging depth. Water level indicators shall be in plain view of operators and Inspector(s) and be adjusted to the USACE Lock Datum ( USACE). The Contractor shall use measured water levels to adjust dredging depth to the reference datum. The water level measurement location, equipment and method for measuring water levels must be submitted in the Contractor's Work Plan and Schedule for review and approval by the Contracting Agency and the Contracting Agency's Representative. All water level measuring equipment and apparatus shall be removed prior to demobilization. All dredging shall be performed in a uniform and continuous manner so as to avoid excessive dredging including creating multiple holes, valleys, or ridges within the section of the area to be dredged. 8 -55.3P Protection of Existing Facilities Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall exercise care when conducting its dredging operation so as not to damage, undermine, or otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures not to hit any structures with the dredging equipment or to excavate deeper than the depths shown on the Drawings. Any damage to existing structures that is caused by the Contractor's operations, as determined by the Contracting Agency, shall be repaired immediately at no additional expense to the Contracting Agency. City of Renton ! Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44 C' 1 F it F1 8 -55.3Q Final Survey Review and Non - Conforming Work No dredging shall occur below or outside the maximum overdredge and side slopes defined in the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a final review of the hydrographic surveyor conducted post - construction surveys in the Dredging Work Area. If pre- and post- dredge surveys and construction observations determine that dredging and disposal has been performed outside or below defined or permitted limits or was conducted in an unauthorized manner, the Contractor shall correct and/or repair any non- conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor request for final acceptance. Final estimates will be subject to deductions or correction of deductions previously made because of excessive overdredge, dredging beyond the maximum pay limits, or disposal of material in an unauthorized manner. The Contractor shall not demobilize dredging equipment until all final surveys have been verified by the Contracting Agency. 8 -55.3R Transportation and Disposal of Dredged Materials The Contractor shall not deposit dredged material into areas other than those stated in Permits. Materials such as logs, stumps, snags, scrap and other debris may be encountered within the dredge limits shall be removed and disposed of by the Contractor. Dredged material shall be disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin until the DDP has been reviewed and approved by the regulatory agencies and Contracting Agency. The dredging and disposal plan shall describe any proposed re- handling area, disposal site preparation, equipment, procedures, water runoff protection measures, and spill prevention methods for offloading materials utilizing mechanical dredging operations and barges for transport, offloading and disposal. 8- 55.3S(1) Transport and Disposal Method A description of the proposed methods of transporting, handling, and disposing of the dredged materials including water quality protection systems shall be submitted as a part of the Dredging & Disposal Plan. Transport methods, equipment, and attendant plant shall be in satisfactory operating condition, capable of efficiently performing the Work as set forth in the plans and specifications, and shall be subject to inspection by the Contracting Agency or the Contracting Agency's Representative prior to beginning the Work, and at all times during dredging operations. All barges shall be fitted with appropriate equipment for the protection of water quality to ensure water drainage from dredged material into open waters does not violate environmental permits. For flat deck barges, side containment systems shall be installed to prevent loss of material from the barge and for protection of water quality. Any barge that exhibits more than minor leakage shall be removed from the equipment utilized on this project until satisfactory repairs are made. Overflow will not be permitted from haul barges at any time. The haul barges must have tightly sealing doors and compartments to minimize leakage of material during transit. Any barge that exhibits more than minor leakage shall be removed from the equipment utilized on this project until satisfactory repairs are made. Barges used for transport of material from the City of Renton Seaplane Base to the open water disposal site must City of Renton L Addendum i Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -45 be capable of meeting the equipment and material placement requirements outlined by the WA DNR in the site use authorization. 8- 55.35(2) Disposal Site Requirements The Contracting Agency provided project permits allow for the use of the Elliott Bay Open Water Disposal Site for Dredged Material Disposal. The Contracting Agency will obtain a Disposal Site Use Authorization from Washington State DNR for disposal of suitable materials at the Elliott Bay Open Water Disposal Site based on the information provided by the Contractor in their Contracting Agency approved Dredge and Disposal Plan Submittal. All DNR disposal fees will be paid directly by the Contracting Agency. The DNR daily report shall be completed by the Contractor for each barge disposal and submitted to the Engineer with the daily construction report for that day's work. Weekly Reports shall be submitted on the Monday following the week covered by the Report. The barge dump will be considered to start simultaneously at initiation of bottom -dump or split hull opening. The end of the dump will be that time when all materials have exited the barge. No materials shall be dumped unless approved positioning equipment is providing accurate horizontal positioning. Monthly reports shall be prepared by the Contractor and submitted in accordance with DNR requirements. 8 -55.4 Measurement Measurement for "Dredge & Dispose - Area 1" and "Dredge & Dispose - Area 2" shall be per cubic yard removed from the dredge areas and disposed of at the deepwater disposal area. Final volumes for both dredge areas (Dredge Area 1 and Dredge Area 2) will be calculated by the Contracting Agency from the difference between the bottom surface soundings of the pre- dredge survey and the bottom surface shown by the soundings of the post- dredge survey, both provided by the Hydrographic Surveyor, using the "Combined TIN and Average- End -Area Volume Computation" method as defined by the U.S. Army Corps of Engineers in Chapter 11 of EM 1110 -2 -1003. Payment limits are indicated on the Plans and described herein. Measurement for "Pre- and Post - Dredging Surveys" will be as per lump sum. Measurement for "Water Quality Monitoring" shall be per lump sum. 8 -55.5 Payment Payment will be made for the following bid items at rate or amounts stated in the Schedule of Unit Prices: "Dredge & Dispose - Area 1," per cubic yard. "Dredge & Dispose - Area 2," per cubic yard. "Pre -and Post - Dredging Surveys," per lump sum. "Water Quality Monitoring," per lump sum. The unit contract price per cubic yard for "Dredge & Dispose - Area 1" and "Dredge & Dispose - Area 2" will be full compensation for all labor, materials, tools, and equipment necessary for conducting dredging, debris disposal, excavating, loading onto barges, re- handling, transportation to the open -water disposal facility, reporting, water quality and turbidity controls, offloading, or otherwise disposing of the material at the permitted offshore disposal areas. City of Renton f Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46 II t fl Payment for dredging work (Basin and Side Slopes within Dredge Areas 1 and 2) will be based on work completed to the required Dredge Cut Elevation. Material removed from within the 1- ' foot over - dredge allowance to account for equipment tolerance and cover unavoidable inaccuracies of dredging processes will not be reimbursed. The lump sum contract price for "Pre- and Post - Dredging Surveys" will be full compensation for all labor, materials, tools, and equipment necessary for conducting the pre- and post- dredging surveys, fie dl locating of AT &T and King County Metro Sewer Lines, post dredge inspection of utility lines, progress /intermediate surveying, and construction staking an d dredge tarea layout work. The lump sum contract price for "Water Quality Monitoring" will be full_ compensation for all labor, materials, tools and equipment necessary for monit ori pl ng an development and conducting the turbidity and water quality monitoring work outlined herein and in the Contracting Agency provided permits and as required by the regulatory agencies upon approval of the Contractor proposed Dredging & Disposal Plan. 1 8 -56 STEEL PILING (New Section) 8 -56.1 Description 8 -56.1A Summary Removing and installing steel pipe piling for anchorage of dock float systems in accordance with these specifications, reference standards, and applicable provisions of pertinent codes,. Ai sr pace 1 to this work.1 8 -56.111 References Governing Specifications, Codes, and Standards: American Institute of Steel Construction (AISC) Specification for Structural Steel Buildings ' (Allowable Stress Design and Plastic Design), June 1, 1989, hereafter referred to as AISC Specifications. American Institute of Steel Construction (AISC) Load and Resistance Factor Design Specifications for Structural Steel Buildings, Third Edition. ' American Institute of Steel Construction (AISC) Code of Standard Practice for Steel Buildings and Bridges, latest edition as of bid date, hereafter referred to as AISC Standards. American Petroleum Institute, Specification for Line Pipe 5L, hereafter referred to as API 5L, effective July 1, 2000. International Building Code 2003 AWS D1.1 Structural Welding Code Corp of Engineers, Section 10/404 Permit City of Renton E Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -47 Washington Department of Fish and Wildlife Hydraulic Projects Approval Permit t 8 -56.1C Quality Assurance ' Qualifications: Piling installer superintendent shall have minimum five years' experience installing marine piling. Provide at least one person who is present at all times during execution of this portion of Work who is trained thoroughly in and who shall supervise Work performed under this section. Inspection and Testing: Provide field or plant inspection and testing service to ensure compliance with contract provisions in accordance with these contract terms and conditions. Provide copies of results of tests to Owner's Representative within five business days from when tests are performed. Tests conducted for sole benefit of Contractor shall be at Contractor's , expense. 8 -56.11) Submittals Submit the following information: Pile removal and installation plan to ensure floats will fit back within the required tolerance for proper operation at the full range of water levels. Welding Submittals: Per Section 8 -59 of these specifications. , Galvanizing Repair Rod: Zinc Based Soldering per Section 8 -59 of these specifications. Pile Driving Records: Maintain complete records of each pile driven. Note rate, type, time, tip , elevation, plumbness, and location. Driving record data shall be recorded and location noted on record Drawings. Submit copy daily to the Contracting Agency's Representative. Pile driving equipment shall meet requirements in this section. ' 8 -56.1E Product Handling , Protection: Use all means necessary to protect materials of this section before and during delivery and installation. Replacements: In event of damage, immediately make repairs and replacements necessary to the , approval of Owner's Representative at no additional cost to Contracting Agency. Handling: Handle piling using handling holes or lifting devices. Handle long length piling with care to prevent damage. Support on level blocks or racks spaced not more than 10 feet apart and not more than 2 feet from ends. Supports between multiple lifts shall be in a vertical plane. Protect piling to prevent damage to coatings and prevent corrosion prior to installation. , 8 -56.1F Job Conditions Drive piling at designated locations. In event piling cannot be installed due to subsurface obstructions, notify Owner's Representative. At the direction of the Owner's Representative the pile may be pulled, repositioned, and re- driven. Should Owner's Representative determine that Contractor is unable to remove a pile after hitting a subsurface obstruction, Owner's Representative may direct Contractor to drive a new pile. Compensation for furnishing and City of Renton G - Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -48 , t�i�nstalling this new piling will be in i deice deice ntal to the dredging work. _�a� ~�° 4, +U rc _ I-, --A „lam, ..fTTn4 Noise Ordinance: Comply with City Noise Ordinances for pile driving and other construction noise, except as noted below. In the interest of maintaining good relations with the surrounding community, restrict pile driving activity as follows: Pile driving is allowed'' ., from 12:00 noon to 10:00 PM.. Mondav through Saturdav and subiect to the same work hours and ' height restrictions as outlined in section 1- 08.0(2),I No pile driving is allowed on Saturdays, Sundays, or state and federal holidays. 8 -56.3 Construction Requirements 8 -56.3A General Leads: The top of the pile shall be guided by a "driving head,” "helmet," or "cap" connected to the leads. The "driving head," "helmet" or "cap" shall not be guided by the impact block alone. fDriving Equipment: Pile driving equipment shall be designed, constructed, and maintained in a manner suitable for Work to be performed in this Contract. Pile- driving equipment furnished by Contractor shall be approved in writing by Owner's Representative. Pile- driving equipment shall be sized so project piling can be driven with sufficient effort to design tip elevations shown on Drawings without overstressing piling. In selecting pile- driving equipment, Contractor shall consider that piling may need to be driven into glacially overridden soils. Minimum size hammer recommended: APE Model 150 Vibro hammer and Delmag D30 -32 diesel hammer. Remobilizing: Costs for remobilizing, removing, or replacing equipment as required for Contractor's operations shall be incidental to the dredging work Preparation: Observe and verify site conditions with respect to access to Work and types of equipment necessary to complete Work satisfactorily. Vessel & Airplane Traffic: Perform duties required as outlined in the Contract in a manner that does not impede or interfere the with normal flow of vessel andand airulane traffic at location Work is being performed. Protection of Surrounding Area and Facilities: Protect from damage, due to pile- driving operations, contiguous, nearby features, and structures. Repair, restore, replace, refit, and place in same condition as existed prior to damage such features that may suffer damage or disfigurement during pile- driving operation. Costs shall be borne by Contractor. 8 -56.3B Steel Pipe Piling 8- 56.313(1) Handling City of Renton t— Addendum 1 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -49 No landside on -site storage area is available for storage of the piling. Store piling on barges or , truck on site at time of installation. Use method of storing and handling that eliminates danger of damage by impact or excessive stresses. Store piling level on timber blocking so axis of each pile is maintained in straight line. Locate blocking of successive tiers exactly over blocking below. Move steel piling using "bridles," "strong backs," or other appropriate rigging that prevents , occurrence of permanent deformations. Notify Owner's Representative at least 48 hours in advance of starting or restarting pile installation. Installation: Install piling open ended with driving shoe and in true line and position to minimum tip elevations noted on Drawings. Mark lower section of each pile in 5 -foot increments starting at tip. Mark portion of piling above waterline in 1 -foot increments, and use enlarged numerals to indicate length in 5 -foot increments. Remove markings completely from pile after driving and prior to final acceptance by Contracting Agency's Representative. Markings obliterated or made unreadable during slinging and handling shall be remarked prior to driving. Orient piling in leads, so markings are visible for monitoring by Owner's Representative during pile installation. Jetting of piling is not allowed. Driving hammer shall be vibratory hammer of suitable size to install piling to existing pile top levels. , If conditions do not allow continued use of vibratory hammers for steel piling driving, impact hammers approved by Owner's Representative may be used to install piling. The use of impact hammers will require additional measures for noise abatement in water per the Hydraulic Project Approval Permit and Corps of Engineers Section 10/404 Permit. Pile- driving hammers shall be capable of driving piling to minimum tip elevations as indicated on Drawings. Hammer shall be equipped with suitable "driving head," "driving cap," or "helmet" fabricated of forged or cast ' steel, or approved alternate material, shaped to fit particular pile being driven and designed for particular hammer being used. Impact hammer shall be required to drive piling in areas of harder substrate. Size hammer to t install pile to required embedment depth without damage. Should it be necessary, in opinion of Owner's Representative, to deliver an energy magnitude less than rated hammer range, Contractor shall be prepared to reduce energy level. Use of bubble curtain around pile during installation may be required by environmental regulatory agencies. Comply with permit requirements. Use a driving helmet of right size for hammer to distribute blow and protect top of steel piling from driving damage. Driving head shall be positioned symmetrically below hammer's striking parts, so impact forces are applied concentric to pile top. Pile helmet cushions and proper size City of Renton! Addendu" Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50 and material shall be used during driving. Provide energy absorbing materials to reduce noise from pile driving operation. Energy and resultant stresses imposed on each pile during driving shall not be of magnitude that causes pile damage during installation. Owner's Representative may perform underwater inspections of installed piling to determine whether damage has occurred. Should damage be found in installed pile, that pile shall be repaired or replaced, at Contracting Agency's option, at no additional cost to Contracting Agency. Install steel pipe piling to existing pile top elevation. Installation Tolerances: Piling location at cutoff elevation shall not vary from the existing pile alignment to ensure proper fit up with the float internal hoop system. If Owner's Representative determines piling is installed too far out of line or damaged by driving or straightening so as to impair its structural value as a pile under conditions of use, pull and replace with a new pile at Contractor's expense. Driving Record: Maintain a detailed record of pile driving operations from time pile is picked up until it is driven completely. Keep a complete and current record of each pile driven. Include rate of installation (measured in feet per minute) for piling installed with a vibratory hammer if such method is used. Record of pile driving shall include number of blows required for each foot or less of penetration along entire embedment of pile, including type, speed, energy rating, and fuel setting of hammer. Cutoff. Cut off steel piling at elevations indicated on Drawings. Use templates or pipe cutting tool after final alignment to ensure that cutoff will be true and level. Cut off steel piling at elevation as indicated on Drawings. Damaged Piling: Remove and replace piling bent or damaged during pile driving operations at no expense to the Contracting Agency. Extract damaged piling and out -of- tolerance piling rejected by Owner's Representative by means of vibrating, pulling, or methods acceptable to Owner's Representative. Make extracted piling ' available to Owner's Representative for examination. Additional compensation will not be made for failed attempts to extract pile or for disposal of rejected pile. 8 -56.31) Pile Installation Acceptance Criteria Owner's Representative may reject a pile if conditions specified are not met. If Owner's Representative rejects a pile, at sole discretion of Owner's Representative and no additional cost to Contracting Agency, either: Remove and replace rejected pile with new pile furnished and driven in its place, or Furnish a new pile and install it adjacent to rejected pile. Rejected pile may be cut off at mud line, at Owner's Representative's option Costs and schedule impacts and costs associated with above remedial action shall be. sole responsibility of Contractor, including, but not limited to: Supply of new pile. City of Renton - Addeodum-11 Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -51 Required extra materials. Labor and Equipment. Driving inspection. 5 -56.4 Measurement and Payment No separate measurement or payment will be made to �d remove and install steel piling and pile caps. The cost for this portion of the work shall be incidental to the dredging should the Contractor choose the temporary relocation of E -W Floating Concrete Dock as a dredging option. APPENDICES The following appendices are attached and made a part of this contract APPENDIX A: PSSDA SUITABILITY DETERMINATION APPENDIX B: PERMIT DOCUMENTS APPENDIX C: EXISTING FACILITY DRAWINGS APPENDIX D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP) APPENDIX E: UTILITY DRAWINGS City of Renton L Addendum U Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -52 WILL ROGERS — WILEY POST MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT L'i � Date: October 3, 2013 Subject: Construction Safety and Phasing Plan (CSPP) The following documents will be incorporated into the contract plans and specifications in accordance with the requirement of a construction safety and phasing plan. The following CSPP documents will be included as Appendix D: • CSPP Narrative • Plan sheets • C -0: Safety and Security Notes • C -1: Contractor Staging and Access Plan • C -2: Temporary RW End 16 Closure Plan o C -3: Runway 34 Departure Surface Contours • C -4: Site Sections • C -5: Rwy End 16 Closure Declared Distances • GVOR — Ground Vehicle Operations Rules for Renton Airport Cordially, Andrew B. Carpenter, PE Civil Engineer URS Corporation ;8 1 EXPIRES: 8/25/14 1 WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) (Note — Paragraph numbers refer to FAA Advisory Circular 15015370 -2F) 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans has been developed concurrently with the project design. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. b. Submit a Construction Safety and Phasing Plan (CSPP). c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible, this CSPP addresses the following as outlined in Section 2, of AC 150/5370 -2F). Details that cannot be determined at this stage are to be included in the SPCD (1) Coordination. (2) Phasing. (3) Areas and operations affected by the construction activity. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (6) Wildlife management. (7) Foreign Object Debris (FOD) management. (8) Hazardous materials (HAZMAT) management (9) Notification of construction activities. (10) Inspection requirements. (11) Underground utilities. Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 1 1 t C 1 I t u 1 1 1 t I (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (17) Protection. (18) Other limitations on construction. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he /she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I , Name of Contractor, have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted: "). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. (iii) Modified runway "Aircraft Reference Code" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) Listing of individuals requiring driver training (for certificated airports and as requested). Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 2 (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460 -1 forms not previously submitted by the airport operator. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 3 Construction Safety and Phasing Plan t I 1 i 1 F-1 t 1 (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. 205. Coordination. Airport operational safety during construction will be discussed during the prebid and preconstruction conferences. In addition: a. Contractor Progress Meetings. Operational safety shall be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the Construction Safety and Phasing Plan (CSPP). All changes will be reviewed and approved by the airport operator and the FAA. c. FAA Coordination. The project will be coordinated with Peter Doyle, Seattle Airports District Office (ADO) project manager in conjunction with submittal of FAA form 7460 -1. The project will be coordinated with Renton Airport Traffic Control Tower (ATCT) manager. 206. Phasing. The sequence of construction has been phased to gain maximum efficiency while allowing minimizing impacts to normal operations. The construction phases have been coordinated with airport users. The general phasing strategy has been to incorporate the majority of the dredging activity during periods of temporary closure of Runway End 16. Closure will include approach to Runway 16 as well as departure from Runway 34. This will eliminate construction interference with regulated airspace concurrent with the dredging operation in the bay. Typically this closure will occur during the hours (1200 — 2200), but the Airport reserves the right to extend the closure into day time on a case by case basis. See construction drawings for more information related to the Runway End 16 partial closure. a. Phase Elements. Refer to the construction drawings for: • Areas closed to aircraft operations • Taxi routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project Construction Safety and Phasing Plan • Available runway length • Declared distances • Hazard marking and lighting • Lead times for required notifications b. Construction Phase Drawings. Drawings have been developed which indicate the specific safety procedures, and construction crane height restrictions. Available declared distances are shown in both the CSPP as well as the construction drawings. 207. Areas and Operations Affected by Construction Activity. The construction phasing plan has been developed to allow runways and taxiways to remain in use to the maximum extent possible without compromising safety. The plan was discussed with airport users during project design. TABLE 207 -1: Operations Effects Project Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project Phase Closure Periods of Runway End 16 Operations - RW 16 Closed for Approach and RW 34 Closed for Departure Scope of Work ' Dredge the basin just north of the seaplane base. Operational Requirements Normal (Existing) RW End 16 Closure Activity Runway 16 -34 ARC II -B II -B Runway 16 Approach Visibility Minimums NP >_ 1 -Mile N/A Runway 34 Approach Visibility Minimums Visual Visual Runway 16 Declared Distances TORA: 5,382 TORA: 5,382 TODA: 5,382 TODA: 5,382 ASDA: 5,042 ASDA: 5,042 LDA: 4,742 LDA: N/A Runway 34 Declared Distances TORA: 5,382 TORA: N/A TODA: 5,382 TODA: N/A ASDA: 5,082 ASDA: N/A LDA: 4,742 LDA: 4,742' Runway 16 Approach Procedures RNAV (Y,Z) N/A NDB N/A Runway 34 Approach Procedures Visual Visual Runway 16 NAVAIDs PAPI, REIL None Runway 34 NAVAIDs PAPI, REIL PAPI, REIL ATCT (hours open) (0700 -2000) (0700 -2000) a. Identification of Affected Areas. Areas and operations affected by the construction are identified in the construction drawings. The following items are addressed: (1) Partial closing, of Runways (2) Approach/departure surfaces affected by heights of objects Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 5 1 (3) Construction areas b. Mitigation of Effects. Specific procedures necessary to maintain the safety and efficiency of airport operations are identified in the construction drawings. The following items are addressed: (1) Temporary changes to runway and taxi operations (2) Maintenance of essential utilities (3) Temporary changes to air traffic control procedures 208. Navigation Aid (NAVAID) Protection. This project will be coordinated with the FAA ATO /Technical Operations office through submittal of FAA form 7460 -1. During construction the use of cranes up to 40 feet tall will cause major changes in the use of the airport. A temporary closure of Runway End 16 operations will be used to avoid conflict with approach /departure surfaces over the construction equipment. When Runway End 16 is out of service for approach and when Runway End 34 is out of service for departure, certain NAVAIDS will be out of service and all traffic will operate under visual flight rules. (See plan sheet C -S for Declared Distances associated with partial runway closure operational conditions.) When operations are in standard conditions, traffic will operate normally and contractor personnel may not enter critical airport areas. Access to these areas shall be clearly marked as shown in the contract documents. The contractor will initiate the appropriate submittal to Airport Operations for all NOTAMs during construction activities. (See 213. b below for more information regarding NOTAMs.) 209. Contractor Access. The project drawings show the areas to which the contractor has access, and how contractor personnel will access those areas. Specifically addressed are: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA, OFZ or OFA of an operational runway. Stockpiled materials and equipment adjacent to these areas shall be prominently marked and lighted during hours of restricted visibility or darkness. This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. Ib. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes are shown on the project drawings and are designed to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the Airport Operations Area (AOA). These routes have been coordinated with airport operations personnel. The following is included: I I (1) Construction site parking. These areas provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees shall park and service all construction vehicles in an area outside the OFZ and never in the safety area of an active runway or taxiway. Inactive equipment shall not be parked on a closed taxiway or runway. Employees shall park construction vehicles outside the OFA when not in use. (3) Access and haul roads. The construction contractor shall not use any access or haul roads other than those approved. Access routes used by contractor vehicles shall be clearly marked to prevent inadvertent entry to areas open to airport operations. The primary access point for the contractor to the dredging site will be via watercraft (boat, barge, etc...). The contractor's standard access will be limited to the dredging site and the landside facilities near the seaplane Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project Construction Safety and Phasing Plan (8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft w is approaching their position (either in the air or on the ground) when crossing a runway, taxiway, or any other area open to airport operations. No vehicles shall pass in front of pedestrians or moving aircraft. In addition, it is the responsibility of the escort vehicle driver to verify the movement /position of all escorted vehicles at any given time. (9) Two -way radio communication procedures. (a) General. Construction contractor personnel engaged in activities involving unescorted operation on aircraft operation areas must observe the proper procedures for communications, including using the appropriate radio frequency. When operating vehicles on or near open runways or taxiways, construction personnel must announce their intentions and continue to monitor aircraft operations. Vehicular traffic located in or crossing an AOA must have a working two -way radio, be under the direction of contractor furnished flaggers, or be escorted by a vehicle with a radio. All drivers shall confirm that no aircraft is approaching the vehicle position. Additional requirements and recommendations are contained in the Airport's Ground Vehicle Operating Rules, copy enclosed. (b) Areas requiring two -way radio communication with the ATCT. (c) Frequencies to be used. The contractor shall use and monitor ground control frequency 121.6 Mhz. (10) Maintenance of the secured area of the airport, including: Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 7 dock. The contractor may request access to the AOA for limited duration, but may only proceed onto the AOA with appropriate authorization from the airport Owner. (4) Marking and lighting of vehicles. Any contractor vehicles that enter the AOA shall have a flag or amber flashing beacon attached to it. Any vehicle operating in the AOA during hours of darkness or reduced visibility must be equipped with an amber flashing beacon. (5) Description of vehicle operations under normal, lost communications, and emergency conditions. Vehicles operating within or crossing the AOA must have prior approval from the airport Owner. If a vehicle becomes lost or has a radio failure, the operator should vacate the runways and taxiways as quickly and safely as possible, advise the Contractor's superintendent of the situation and wait for further instruction. If an emergency condition occurs, the contractor's staff should meet at a location designated by the contractor's safety officer. (6) Required escorts. When any vehicle, other than one that has prior approval from the airport Owner, must travel within any portions of the AOA, it will be escorted and properly identified and lighted. (7) Training requirements for vehicle drivers. The Contractor's Safety Officer will be responsible to ensure contractor's operations are in compliance with the airport operator's vehicle rules and regulations. The Contractor's Safety Officer will be trained on the rules and regulations by Airport Staff prior to beginning the project. _ (8) Situational awareness. Vehicle drivers shall confirm by personal observation that no aircraft w is approaching their position (either in the air or on the ground) when crossing a runway, taxiway, or any other area open to airport operations. No vehicles shall pass in front of pedestrians or moving aircraft. In addition, it is the responsibility of the escort vehicle driver to verify the movement /position of all escorted vehicles at any given time. (9) Two -way radio communication procedures. (a) General. Construction contractor personnel engaged in activities involving unescorted operation on aircraft operation areas must observe the proper procedures for communications, including using the appropriate radio frequency. When operating vehicles on or near open runways or taxiways, construction personnel must announce their intentions and continue to monitor aircraft operations. Vehicular traffic located in or crossing an AOA must have a working two -way radio, be under the direction of contractor furnished flaggers, or be escorted by a vehicle with a radio. All drivers shall confirm that no aircraft is approaching the vehicle position. Additional requirements and recommendations are contained in the Airport's Ground Vehicle Operating Rules, copy enclosed. (b) Areas requiring two -way radio communication with the ATCT. (c) Frequencies to be used. The contractor shall use and monitor ground control frequency 121.6 Mhz. (10) Maintenance of the secured area of the airport, including: Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 7 1 1 1-1 210. Wildlife Management. The Contractor shall carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. d. Poorly Maintained Fencing and Gates. (See 209. b(10) (a) above.) e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. The Contractor shall not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be removed immediately. Materials capable of creating FOD shall be continuously removed during the construction project. Fencing may be necessary to contain material that can be carried by wind into areas where aircraft operate. 212. Hazardous Materials (HAZMAT) Management. The contractors shall be prepared to expeditiously contain and clean -up spills resulting from fuel or hydraulic fluid leaks. 213. Notification of Construction Activities. The contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting the operational safety of the airport. Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project Construction Safety and Phasing Plan (a) Fencing and gates. Contractors shall take care to maintain security during construction when access points are created in the security fencing. Temporary gates shall be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures shall be in place to ensure that only authorized persons and vehicles have access to the AOA. Contractor shall be responsible to provide gate guard personnel any time material delivery, hauling, or other construction activities require leaving a gate open that provides access to the airport. (b) Badging requirements. Each driver authorized to operate a vehicle on the airport will be required to attend the Airport's ground vehicle training course. After successful completion, a gate access card will be provided. All drivers will be required to have the gate access card to access the gate. i(c) Airports subject to 49 CFR Part 1542, Airport Security. Not applicable (11) Flagging. It is anticipated that construction traffic will not be required to cross active runways, taxiways or aprons. Under no circumstances is the Contractor to cross a runway open to air traffic. 1 1-1 210. Wildlife Management. The Contractor shall carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel shall be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. d. Poorly Maintained Fencing and Gates. (See 209. b(10) (a) above.) e. Disruption of Existing Wildlife Habitat. Contractor personnel shall immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. The Contractor shall not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be removed immediately. Materials capable of creating FOD shall be continuously removed during the construction project. Fencing may be necessary to contain material that can be carried by wind into areas where aircraft operate. 212. Hazardous Materials (HAZMAT) Management. The contractors shall be prepared to expeditiously contain and clean -up spills resulting from fuel or hydraulic fluid leaks. 213. Notification of Construction Activities. The contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting the operational safety of the airport. Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project Construction Safety and Phasing Plan I a. List of Responsible Representatives/Points of Contact. The contractor shall prepare and maintain an emergency contact list for all involved parties, and procedures for contacting each party, including after hours. b. NOTAMs. Before beginning any construction activity which may impact the normal operations at the airport the contractor must ensure, by direct communication with City of Renton airport personnel, that the activity has been reported using the FAA's Notice to Airmen (NOTAM) system. Upon completion of work and return of areas to standard conditions, the contractor must verify the cancellation of all applicable NOTAMs. Only the airport operator may initiate or cancel NOTAMs, and is the only entity that can close or open a runway. c. Notification to the FAA. All communication with the FAA will be accomplished by the airport operator. 214. Inspection Requirements. a. Daily Inspections. Inspections will be conducted daily, or more frequently if necessary to ensure conformance with this CSPP. A Construction Progress Daily Safety (CPDS) checklist, enclosed as part of this document, will be used. b. Final Inspection. A final airport safety inspection will be conducted by the airport operator at the end of final construction activity. 215. Underground Utilities. Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Drawings. There may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the airport or the Engineer for their accuracy or completeness. 216. Penalties. Non - compliance with the CSPP or airport rules and regulations may result in revocation of driving privileges and access to the Aircraft Operations Area. Additional limitations to the construction activity are outlined in Section 222. 217. Special Conditions. None 218. Runway and Taxiway Visual Aids. The contractor shall insure that areas where aircraft will be operating are clearly and visibly separated from construction areas. Throughout the duration of the construction project, the contractor shall verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. a. General. Airport markings, lighting, signs, barricades and visual NAVAIDs shall be clearly visible to pilots. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings, lighting and signage associated with temporary the relocated threshold will be detailed in the phasing plan sheets. Relocated thresholds will include outboard fabric threshold bars, and temporary yellow fabric chevrons, but will not include temporary Precision Approach Path Indicator (PAPI) lights or Runway End Indicator Lights (REILs). Renton Municipal Airport Construction Safety and Phasing Plan i Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 9 I! 1 t I! 219. Marking and Signs for Access Routes. Pavement markings and signs will conform to AC 150/5340 -18 and with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) or State highway specifications. Signs adjacent to areas used by aircraft will comply with the frangibility requirements of AC 150/5220 -23, Frangible Connections. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting. Hazardous areas in the AOA, including any area affected by construction that is normally accessible to aircraft, personnel, or vehicles, open manholes, areas under repair, stockpiled material, waste areas, and areas subject to jet blast, shall be marked with barricades. During periods of low visibility and at night, red flashing lights shall be operational on the barricades. The hazardous area marking and lighting shall be furnished and maintained by the contractor. b. Equipment. (1) Barricades. Barricades, (weighted or sturdily attached to the surface) are acceptable methods to identify and define the limits of construction and hazardous areas. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades shall be such that a breach is physically prevented barring a deliberate act. Fully interlocking low profile lighted barricades will be used exclusively. (2) Lights. Lights shall be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Lights shall be mounted on barricades and spaced at no more than 10 ft. Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. (3) Signs. The contractor shall supplement barricades with signs (for example "No Entry," "No Vehicles ") as necessary. (4) Air Operations Area - General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons; the contractor shall use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and white stripes; and /or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades shall be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. 221. Protection of Runway. Runway safety areas, obstacle free zones (OFZ), object free areas (OFA), and approach surfaces shall be protected at all times by the contractor. The project drawings show all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 10 overshoot, or excursion from the runway. No construction may occur within the RSA while the i runway is open for aircraft operations. b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material shall not be stockpiled in the ROFA. c. Obstacle Free Zone (OFZ). Personnel, material, or equipment may not penetrate the OFZ while the runway is open for aircraft operations. c. Runway Approach/Departure Areas. Personnel, materials, and equipment shall remain clear of the applicable approach and departure surfaces. d. Partial Closure of Rwy 16. a. The contractor shall hold a daily safety meeting to coordinate with Airport Operations personnel of the equipment to be used that day, and to confirm the hours that day for the temporary Runway End 16 partial closure (Airport contact: Jonathan 1 Wilson, 206 - 423 -0087 or 425- 430 -7477) b. Contractor obstructions may only be deployed after receiving notification and approval from Airport Operations. c. Contractor shall notify Airport Operations if obstructions are removed earlier than anticipated so that normal operations may be established. d. See plan sheets C -2 and C -5 for specifics on operational limitations during partial Runway End 16 closure. 222. Other Limitations on Construction: The airport owner shall have the authority to suspend the work wholly, or in part, for such period as necessary, due to conditions considered unfavorable for the prosecution of the work, or due to the failure of the Contractor to carry out orders given or perform provisions of the contract. 1 Renton Municipal Airport Construction Safety and Phasing Plan Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 11 1 1 � I 'J t Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur. This checklist shall be completed each day by the contractor to aid in identifying and correcting potentially hazardous conditions. Item Action Required None Open excavation adjacent to runway ❑ Mounds of earth, construction materials or other obstacles near an ❑ open runway or Object Free Area / Aircraft Approach Area Heavy equipment (stationary or mobile) operating or idle near ❑ AOA, in runway approaches or in OFZ. Use of cranes without proper notification and appropriate ❑ relocated threshold in place. Improperly positioned or malfunctioning obstruction lights on ❑ equipment or airport hazards, such as holes or excavations. Objects, loose pavement, trash and other debris on or near AOA. ❑ Improper marking and lighting of runway relocated threshold.. ❑ Improper marking and lighting of temporarily closed portion of AOA ❑ Wildlife attractants Misleading or malfunctioning obstruction lights.. ❑ Failure to coordinate NOTAM requirements with airport staff ❑ Lack of radio communications with construction vehicles in airport movement areas. ❑ Objects that could be distracting or confusing to pilots during aircraft operations. ❑ Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas ❑ Construction work taking place outside of designated work areas or out of phase. ❑ Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Maintenance Dredging Project 12 Construction Safety and Phasing Plan W M w 0 1181HX3 ddS3 ¢ tZ N ~ ~ O a O Q U W N 3 z Z w i 0 O p r Z O_ m 0 K OmQ J� Za0 a z °° ° pa2Ow ~ N Q Q ¢ ¢ w 3- Q a J 4J i+7Y0 3N 00, Q LJ ¢ V-Q W a00 ° H Ww �W a vmi \¢O ° c0 = ° (n w� a QUZ JWJ oZ ra O (Qnw womz r..ig WZU < w �o or > ozF �''� m< vi Q x aw °m = o U(n wFQ Z m w °N V Q~Q r F-� NSW ZZ H a'F- Wa' K a ~ OZ li~ Wz W O ~ 4J�Jr ZWS OQw aU 07 ¢� ¢ OWW pZ tno m z z ZU�� wa >F- a a w O Oa wW. W o w p W w< W J Em a d r Z O N 2 4 d= ZQ 2 0w z 3 H O K Z z a'- > pll.zm x41 U m Y ~W Ha' wQ J Q W�a Uw UW V L.�Q 0 °�N 3 N°JW aQU �_ Za 2N aaJ w ° N dm da Z i W C WW OHa'> �� =L�� Ow > -N HJ WOm a MMm NO N° O a ¢ z Ha Za° a 3Z2 O (x UQ =U(n m QN a Q0 Z YN-W H aN �w 0O0 a j~ ZU HQZ J maV) r �� d OH �wmi QW Q <J wUJ a OU OZ Z�a 2 HOw mQ �L� W U X. O 2 O o a J LK J J O Q W J m r W Z O J J O O O w N J Z O a W w U,C ao ob =o o� a3x a ~o t°d �° Z- m 3rw tg. mao >QO =w z W< a m N �. a N a o w o w -° 0-' w O m m Q J J _ 0° 3 Jr m (�W¢a aw Qo Jma W °� z< �oJ m¢m �OZ =Q ° Mn m Z ?1-¢0 ¢Z JZZ QOH Z OH ZN Nom¢ O 2 SUO 3a J p 4 W= ?�4 300 V-U (n HJN N W -= 9 ZmZ F-<O (nz ° CL H0 m �W�z WJ a'�U, °JO ZZ YQO WZ J>a' O Ups �'ZS Oo W m a- < wm Z a 0 0LJ O a Z N a a K d m a W a 0 m O O \ 0 0� ui �° ~ 0 N o¢ ? �QO° aim ¢grin J <w t6Jw W4a ww� z�m z oho w=° a� w N a} p 3xWV7 W�z !-Q0 ZzW OF g~� Sa O X C7 HZQ tnH� OO J0 M J W NtnHH m Z U wQ� W(np H pwZ g0 J H= H Qa w cr WN Z W <Z t5 - 00 x H gm0 U W }- O w Qo m °woo Jzo UZ¢ Xoi 3z 3 31 of z�w o a=F '- zm wa a mz Z o > H U O J H < a W w a. U'03' Z N Z U W Z H Q W 0- Z U W- ZO Z gUJ Nrz -aw0 WO 03Z mw Z2H < U 0 d'a Q iOp O Oa p a��J Z ° QgJ ZS WU. mON mm0 V) ¢ViO Q�(n f~n rC a W U m< p N 3M.: O Z w W 2 Z W W Teo ~ ° w a'41 J 0 W W m H w NO ° W� m Zm< jOZLg ° Sow (na ~a zw °a �za c7�0> a >w NOO aw M o O J O� U g Z << w g W w° a(n z Q° z Q� O° p -.z W w Q N Q Z W H I� W Z V U JVj U - °a V) pgb =W Z Z O ¢ J< W O zz =o z�W¢ °OZ waY 3 ~¢ w� ~w(n °Szm NmN 3 3�oN ~ w Q�< 3 - 0 3� N �a E Nay} zac� Qwo °maZ Sa 7) ao° ZOQy Zvi OzW 4Jo¢ > mW JO z♦-Um ZgQ =Z3 Wimp H< °OJ WWZ �O~ Uw OW a JZ SU Q t` M Q ♦�1 U= <Z OHO WWV) mz SZ WO Wa'O =HQ ¢ZJ W� F-WW mwW 1-UW 2 1 �N InM Z 2~ Wo UpN°W 30W WV)g ~mm< NZ QJ� ~QU Cc) :5 O~ �UZg V)wm ZW� J �m< wW Q Ckf Uz OCO= x 0WO oa'JW ZmZ OZ? J¢} ��i< ��J °(n0 < 0 OVI OQ �3 o`�QJ w« Enna '00 =0 �} W O OL)o 20¢ ZQ �oaz wS3 6=a N �Z.N Cm } . gW Oa. KOV)W aU< }ZOO aWm� L<i� °NO aWJ ~Q, F=-Q ~ ~ }U gg0 < ~O V) `rmv JZ W = ui 0Q Rp J Om ma Q °U JZNO JQ O W Jm a°. to wwK 33 <2BH N WOz O vX(n 3g Li 03 cti~ Yo~ a�)'� °tea ow izJa =~ << ° = N "�<a Wo ZV)�W om_go ooh ao a Q v=i ZLZUOw 0g =O >< w0 aW N -W Nvi JWm V) Q JOWW EW O4 -r -00 3 a' �WQ N N y .O Wes_. V)m NJ <(n ZOa Z w QSb, } JO 02 HV) =� J~ ~N~ UW> J< a 70g ¢ O 3m= O oUx° agm o_ °m g�� � g3 =mm gS, mZ)'"w �z t, mN= o�W m ULw W WO.�.Z� HwW2 V1NJ ��V) Om O..•p0 (nOJ O3o C. ma L`pl�W Z�H wwZ V) V) LSO IL Z wa. -a' <M: En a =J a°= QJXm Q 1~n. ¢ ¢ zQ Oao U U00 00 U )-)-� Z g. ;.g J UHa N 00 ~o O > 3 r F M xN.Zm �3 =0 w¢= �g �QOD �W..:bc\�N �w¢ fn OUOZ(~n zQ zI¢O �~ °vw w ggg J gN wm zvQ)o¢ w oa= Z=�g zo Uz Zo W w} oo N n�t z =ate Nzx O a °° W W W OU aU oWwlJi i!w-Z ZFS ---~ 0U V)Qga 0UZ �QZ oWZ W~00 WJ HQWC j ~p° gwH d ggg O < ajQ mQ W <W-W JI-� 03< WNZw W� Z�0 .LJZZ J OJgW JVl Ja'Hp U NOO OWF W QQQ a vzi N om3 0� �YZZ ¢v~ia �ccOO, x�OQ �m oa > �w� H >ONg ¢w ��az u' ~oN ��o o� v w w p X w¢ Z m w¢ w m 0 w w 0 a? J Z m U z m< z o D U Ng voag .moo o.` �a �a o2w mm¢ ^JOU NU M ww ^ <a N`w(n 2 aw W 300 Uw ¢g -cnm ..o ¢a . (nom �aU? ¢ oO� �.M_ �w N vi w Z w .ZO -} L) ,.3 W O 00 w L - w 0 t m v)v) LL J w < r w .� ¢ '� <° < zo z W ow m - gWr wU(n� O W x w 0 U a ��gm 3 ° �� w �< a = �' �z °ate °° =via �� w < wz Q z <¢N w g 000 �- z w� <z <p >x J^ g o d C Z vi S rN O > W0 �_ 00 � 'a N X a g L)zo' °z axwo0o° NJ °m° �� >w¢3�¢ QaQZF WIFE U m ~� Q ° a� ° L d < <Oam ° mH� ~QM= °QQVIZ �)2"N <Ug� °QQ J¢W3J az < _ ON J C5 0- r g= r O O Q OSOm 0 L) OK O� <z�00 3 j O <m2 0(nN wwQ j LLJ p ¢ I n IL x: C) o I �a - � a I aI I U O ml U� IL V) p U O O Z z V)0 0 — Q - N w -- Dorcas o0s O N O V) + U U } a' o Ei! It s o z OU 0 0 j I i o , o o l� r,4 i �} I I # II n o (° �, I o i O F 1 L T� 0 S) h•� °- 2 d. 14? . U m � I 9 ON I x t ( I f , I <I i I of I gk I I C? I - I III SD I "i it I � I {7� 7f I • I g I N { I I g I Ll r.< "F 1 3 4F{ � •. Fit � f t{ S )I, i 3 j h{ I a L r. � I I {m a Vi U O U Z ¢ W o O W Z 2 - N U C) LIj w Z x Z J o- M o V W z 0 z N N �3 w W J oz� z :0:) O Q zow� a m�Lair Ix a ° � o» z °U 2 3w O N Q v) L0 m IQ ,Q � H z W W W N Z C' m �I O� ~C27Z CL U Y p W O W V) -cc ¢ a W 2 N a < Z 0— ZaO�w a p o O O K¢ a L) afro w ulz q ILCZ 19-10 oo LJ aa' I p U) Z Doz aFO i� r V � � Z W H z 0 a z N 0 O C V) _ ��ad° ao los• y w i. 1�dM l �• 1 U •. I z = O o Y E=./ fkf ... N 3 ' /a ' LLJ p ¢ I n IL x: C) o I �a - � a I aI I U O ml U� IL V) p U O O Z z V)0 0 — Q - N w -- Dorcas o0s O N O V) + U U } a' o Ei! It s o z OU 0 0 j I i o , o o l� r,4 i �} I I # II n o (° �, I o i O F 1 L T� 0 S) h•� °- 2 d. 14? . U m � I 9 ON I x t ( I f , I <I i I of I gk I I C? I - I III SD I "i it I � I {7� 7f I • I g I N { I I g I Ll r.< "F 1 3 4F{ � •. Fit � f t{ S )I, i 3 j h{ I a L r. � I I {m U w 3 Z z m M J I S p J N V) H Z S W N < V) ¢ U W U U Z Z < o O O J Q O U w = a m a z o a a a n- m 3 x ? O O W Z �<- O N it a m z a a w°^ N o z ¢z ° o�� zW� _ Y Z g Q < O ¢ z ° w o o - r m= H Q Z Z Z � � W W a U p N O Mo: m W W �_ O Z O H = ? m~ O<< I c z 0 3 z a w z m w p a z 4n QNQ W ¢ z O Q N O m N w W Lu U < p U I w 7 U of N J & O w U < of r W ~ m m y H O z w Z m Z W m Vl < Z Y O J< W U W U J a g a w z O m a Q li ? L-,) Q a > U < W W N V) I..l d j m w �O O¢ O N p N z a M ¢a a p o w W z 3 ¢ < p w 1= 0 p¢ O o }n N U W H< w - U W J Z Z U Z j O p < Lr) �°- z z a o w w Q z o < U N V7 m o m O H L) az N J� J o o o o 2 g ¢ ¢¢ r o ap H Z a. W m � 2 ¢ �'' J W w OQ 03 ocn X U as m w 5 W O U V) _ m F < g> Z Z .a p H ¢ U 2 w }- < Z m p ° U a U Z �- Q < Q Z Z o H Z V1' p S ¢ Q O F ¢ a w `'_ h- V) cL V) W O H U O O p N a W w w g m p w¢ cn r z m cf 3° o w J a J z° JZ w zo W D? o a w W < W m N V) Z m W w N ¢ ¢ N w J w a J Q U m J S U < O 0 3 J z a' w V) m N V N OO N < < 2 U Z N 4 w O m W O 2 w W w LWJ a a' w O U U V) 2 O U o U V/ J z N z < w 3 zU ¢ Ow FN w w m wo �� m zLu mg a Q a°� o m I W a �) i0 i N �z a o x aw = m ? HU - ? <¢ <o m J mw Z -: N l i v i m n ao am °- - J W J o° I Ld O z a w j 3 Om a of < w o _J 41 of wQm� � � J x0 3m -M a J W c� rr z )' I 2 0 ggr Qo a cif 0 Vi PAW Z ¢ W o zU Qaa N U Z J o- M o � w N N U w W J W \ :0:) O Q U a �> K Ono Ix a ° � z °U 2 3w O N W IQ ,Q � H W W N Z C' m �I CL W V) -cc W Z J a U W H U w 3 Z z m M J I S p J N V) H Z S W N < V) ¢ U W U U Z Z < o O O J Q O U w = a m a z o a a a n- m 3 x ? O O W Z �<- O N it a m z a a w°^ N o z ¢z ° o�� zW� _ Y Z g Q < O ¢ z ° w o o - r m= H Q Z Z Z � � W W a U p N O Mo: m W W �_ O Z O H = ? m~ O<< I c z 0 3 z a w z m w p a z 4n QNQ W ¢ z O Q N O m N w W Lu U < p U I w 7 U of N J & O w U < of r W ~ m m y H O z w Z m Z W m Vl < Z Y O J< W U W U J a g a w z O m a Q li ? L-,) Q a > U < W W N V) I..l d j m w �O O¢ O N p N z a M ¢a a p o w W z 3 ¢ < p w 1= 0 p¢ O o }n N U W H< w - U W J Z Z U Z j O p < Lr) �°- z z a o w w Q z o < U N V7 m o m O H L) az N J� J o o o o 2 g ¢ ¢¢ r o ap H Z a. W m � 2 ¢ �'' J W w OQ 03 ocn X U as m w 5 W O U V) _ m F < g> Z Z .a p H ¢ U 2 w }- < Z m p ° U a U Z �- Q < Q Z Z o H Z V1' p S ¢ Q O F ¢ a w `'_ h- V) cL V) W O H U O O p N a W w w g m p w¢ cn r z m cf 3° o w J a J z° JZ w zo W D? o a w W < W m N V) Z m W w N ¢ ¢ N w J w a J Q U m J S U < O 0 3 J z a' w V) m N V N OO N < < 2 U Z N 4 w O m W O 2 w W w LWJ a a' w O U U V) 2 O U o U V/ J z N z < w 3 zU ¢ Ow FN w w m wo �� m zLu mg a Q a°� o m I W a �) i0 i N �z a o x aw = m ? HU - ? <¢ <o m J mw Z -: N l i v i m n ao am °- - J W J o° I Ld O z a w j 3 Om a of < w o _J 41 of wQm� � � J x0 3m -M a J W c� rr z )' I 2 0 ggr Qo a cif a H O W U W W w IISiHX3 d dS3 J F W 0 w D Q V fY m W J LL O oC a O J Q W IL O N w O r J o w< U U- VI Z J z J N O U _ N O x O O PAW o z U zU Qaa o a z � Z J o- M o � w N N < z N W M a z W U Q W o U � O O G O aW Q J 3z a H O W U W W w IISiHX3 d dS3 J F W 0 w D Q V fY m W J LL O oC a O J Q W IL O N w O r J o w< U U- VI Z J z J N O U _ N O x O O ,a)uad,o.- ApuE :wsn wdZO:t - fIOZ'Co .q.pQ0 Aop-yl :031101d 6MP'I -0 - lNUV3 :3YM 3113 o z U zU Qaa o a z � Z J o- M o � w N N < z N W M a z W U Q W o U � O O G O aW Q J 3z Z IQ ,Q � H W W N C' m �I CL W V) -cc N Z ¢ a U W H H ILCZ 19-10 Q,2 dOM U U) Z Doz aFO i� r V � � Z W H z 0 a z N 0 O C z 0 N O W O = O o Y E=./ W O Q 0 s N � I �O EON x b o a�z ioaox Ei= a'v"'id� ,a)uad,o.- ApuE :wsn wdZO:t - fIOZ'Co .q.pQ0 Aop-yl :031101d 6MP'I -0 - lNUV3 :3YM 3113 0 Yz a= �I J+ 0 O N 1 L i i- i I z / oo as os w 0 oP 8 AdMIXtf z r • m ¢w r r © I W °z s w O w N 1 I m X X14$ � 10 I t � O I �C, oW zo a O o ■ o T U ° oI e ■ fi 5z aQ- z W O - o ° -Q I/ g 1�MIxvi E F e 4p IJ I. I 0, .I I I O 1 J � I I I a� I 0 I I aM �a O y Z o O ow a 0 Z v, 3 6 a e$ G Z C3 ° ui 0 0 W c7 Y Z gN ;l I Z w vml aw I � O CR U W I r 1 N o X Lo < I o az of �s ooaQ z of a c ao o ■ T oo m� o ■ ■ °Ckf 1181HX3 ddSO O N W O r W J O a w U w N Z J H Z J O N O U C N p 2 O O 0 w CO O J U CO z w U) 0 Z — _O x J_ ww N a' �° w za I1 w O t,Q °a v i � W O Z} a m� W Ir � o N° o ' `dMIX`dl "' • I I� o ml 1: J 0 K. 0 I , ( +k bi- • a o °� I ■ un •� � s m 1 $' I. I, I. I }II O � o E] F � p. �I 1 �o Aga D m w w O x S wo z Z W O rw0Otn to z r r Z r z 1 U O = W N r r W N W 5o W z L) ng o J a Y cr N w W C KU ¢ O S U rt,�0 F 0 a O 00 Z Q J ° N O N 11 a to W r W Z U= i O Z 'oT UO QmZOJ Z p Z n to ¢ z z ¢ > < W aZ O YO `° ° wF 2 ? r �o cL a r cr z ° = z, fn�dN Ewa¢° ° V) Z W r LL, W W Q U W W Z N Q U N W Y o Z a 8 ¢ m '-'-' V r a N : Z W aw x � a ° �a��U z a LLI MU rO r tr of Z p of ZL'w U J r > > z cnQ =mow a a w w °a w N N r w�j z zxm, a ozx atnmgN z r O t n ¢ W W 00 ° c U OUJZaO Q z z d d O O H z Y rw_ 3 Q N o Z U ap ~�' Q O¢ o Z= Z r N ° Z¢ a O OW w0 x Imza U N- r ¢� O° zoaoii U�NLLt`r O v) r Q Ow (n m( C W H W z O NK rz ¢ a Z mod t /w) Nrtn W UO m ° O 0 O o� mW z J4 a ,3a a Ow Z J r o�¢wo J Z a3 U UQ m rLo Q¢ ,I-jcr z S O W w o f m J H w Lc,) W Q° W a O tr N O J Z r V Q 3 J ° W m J O Y m Z a' N l Y O 0 f- 'I N I aM 3 x N m Z r0 W U O u W zotnwo W S Qm M W O� O J (n a- z W fn O °J�w w O Z w W "� <-- aztrtan a t�.z3wtn o� °z z� o�2 p <Y o 33 H ZO ¢w 3�Q ztgwox� H(nQr> cYi< Oa' d 3 R U �� JUJ z l�Z QO, yQ J 3 o ao ¢Z 00 da !r z oz o TU Zm¢ O O M cl O ¢r v) o t0� O O it Uir < (na Owv °z ~ ¢o W o Q W a z� vriz � W F as I d a z F =30� w rW�ri r zZ a �<- ow o� w� " °� ° °ao �c ' mr N w Z� Z¢ to o 20 z p d Ntb a- In w W x (rz as wz Ow °w mo w� a a x ;r :7c wm z I z¢woa orn Ow rU ro ?oamotn wa Z N M V N t6 n tp 0 Yz a= �I J+ 0 O N 1 L i i- i I z / oo as os w 0 oP 8 AdMIXtf z r • m ¢w r r © I W °z s w O w N 1 I m X X14$ � 10 I t � O I �C, oW zo a O o ■ o T U ° oI e ■ fi 5z aQ- z W O - o ° -Q I/ g 1�MIxvi E F e 4p IJ I. I 0, .I I I O 1 J � I I I a� I 0 I I aM �a O y Z o O ow a 0 Z v, 3 6 a e$ G Z C3 ° ui 0 0 W c7 Y Z gN ;l I Z w vml aw I � O CR U W I r 1 N o X Lo < I o az of �s ooaQ z of a c ao o ■ T oo m� o ■ ■ °Ckf 1181HX3 ddSO O N W O r W J O a w U w N Z J H Z J O N O U C N p 2 O O 0 w CO O J U CO z w U) 0 Z — _O x J_ ww N a' �° w za I1 w O t,Q °a v i � W O Z} a m� W Ir � o N° o ' `dMIX`dl "' • I I� o ml 1: J 0 K. 0 I , ( +k bi- • a o °� I ■ un •� � s m 1 $' I. I, I. I }II O � o E] F � p. �I 1 �o Aga D iatuad�o� ,(puo :i135f1 wdLO l - £lOZ 'f4 �ago7 ^0 ',(oPv ^41 :M'., 1Ntl \ %3 - s19ay5\ sli gi4x3 \P^J \1N2 \xogdvd \ialuadior/Puo \vast? \:3 :3WVN 311A N = � a � 1Qi o O a z U 1 U O = W N Z g M r U C O N w O J � aIL LaJ Of M w 00 Z N O m p O Ht) N C O O to d W U W Z W 3W r p Z o I Z W LJL, O Q 3 � mm -J =:! Z 3g r cr Z 3 w O i 'n V) p_ :2 to a U W O C 6 W W Z N Q U N O ILCZ TWO ac dOf=A Z moz 2 O I-. LLI fVw Z W H _ 0 0 N 0 0 0 N O K f �aKv W VI o Q O W v W d a 0 N N b O m N aaao� � 3�b 2 C�IJ Wv zoaoii U�NLLt`r iatuad�o� ,(puo :i135f1 wdLO l - £lOZ 'f4 �ago7 ^0 ',(oPv ^41 :M'., 1Ntl \ %3 - s19ay5\ sli gi4x3 \P^J \1N2 \xogdvd \ialuadior/Puo \vast? \:3 :3WVN 311A ,aluadio- ,(pia :835N wdOZ:l - £lOZ 'LO �agoUO 'RoPVn41 �03101d 6.p£ -0 - 1NE1 \£t'L01- 1Nil \dolysa0 \�aluad�o� Rpuo \vasty \:� :3WVN 31L' ow so =I sm ON m vv • • 119IHX3 ddSO O z Z m D 3 p N � wag L <�� }¢pww w a no to OU Zak K af_ O U Z W aZJ ��- U 00'001 w- w z z w a °ate' 00 ve Q K o wN a d m L w = W Ji a > m Q G a 00'06 zap UJWw cn I a arm ° o �J Z N W_ O W Q L. 3 ~ Z Q H z p N W N z zoZ 0W'-�o `' ?< J O 02 FEE :7 O Q J O L ap O U' t- Z O UC oap woap� z (n o 00'08 Jw �=Wyr W� x w3� = ~ww U) Izma Wp z O~ Z Q O Z O = w Q wow a¢ O¢ N in W J a cn w W 0 U Z O W5 :JD O wOW J wNO Qa' 00'OL 0 o V) > a a Q ap o� a wF=--wa z3�w w01- Cc ~ 0 3 Z C3::, Z, O 0 in 0 H QN !n 00 CD (n Z_ O Z a U, W W l' . r O p N oN =oXU, Fw 00'09 ozuo oz Sao U a~ O W 0 W _ 3 �� 2 �'� F, Z N -0 F Z N N=ZU' WW?iW Of W W~ O W 2 J 0= 7 X a' �i U K H W S H p Q Z N 00 OS oo'o-v ILOZ ' W 0 °a a r Q f 00'0£ 0 — # e b sa oo�;o000�oO- ��� �f oOOOOOp 0 0 0 o. o 0 0 0 !o 0 0 0. 0 0 0 0 o 0 o to 0 0 0, o 0 0. o of o {q� 7 o.o�o 0 0 ojon no,o�o 0 0 0 0 O f0 O O j0 �O O• x0 OO OO 'O 70 OO ��', i i t O O 'O�'O - � r y «�,.. ±} F. o Vii° _ ! "� i ~ ✓ 1" , cli . I , ! 2 *° .a E J Li e1 1 1 t f ( s," r -s II eIi# I °'fir i� M 1 U U = c a ° z rc Qa a W O S N O.' O n U Z N w O 0 CL W w w o c� m U o m r W O p N a �, N � o •• IZ H H N � Q Q W W Q Q. 3g � � o o a M � N y J Z Z J 1 O Q H W W J �WO F �Ot=q �y3 Z X10-0 �H HvOWC T. W H �lQ�lwz z 0 a rc N D 0 z 0 VI O 7= K �QNY W W O U W o o 0 0 W o � Nq ie �wmem a � yaja3N.. x e zoaOx U�VId1Qi vv • • 119IHX3 ddSO O z Z m D 3 p N � wag L <�� }¢pww w a no to OU Zak K af_ O U Z W aZJ ��- U 00'001 w- w z z w a °ate' 00 ve Q K o wN a d m L w = W Ji a > m Q G a 00'06 zap UJWw cn I a arm ° o �J Z N W_ O W Q L. 3 ~ Z Q H z p N W N z zoZ 0W'-�o `' ?< J O 02 FEE :7 O Q J O L ap O U' t- Z O UC oap woap� z (n o 00'08 Jw �=Wyr W� x w3� = ~ww U) Izma Wp z O~ Z Q O Z O = w Q wow a¢ O¢ N in W J a cn w W 0 U Z O W5 :JD O wOW J wNO Qa' 00'OL 0 o V) > a a Q ap o� a wF=--wa z3�w w01- Cc ~ 0 3 Z C3::, Z, O 0 in 0 H QN !n 00 CD (n Z_ O Z a U, W W l' . r O p N oN =oXU, Fw 00'09 ozuo oz Sao U a~ O W 0 W _ 3 �� 2 �'� F, Z N -0 F Z N N=ZU' WW?iW Of W W~ O W 2 J 0= 7 X a' �i U K H W S H p Q Z N 00 OS oo'o-v ILOZ ' W 0 °a a r Q f 00'0£ 0 — # e b sa oo�;o000�oO- ��� �f oOOOOOp 0 0 0 o. o 0 0 0 !o 0 0 0. 0 0 0 0 o 0 o to 0 0 0, o 0 0. o of o {q� 7 o.o�o 0 0 ojon no,o�o 0 0 0 0 O f0 O O j0 �O O• x0 OO OO 'O 70 OO ��', i i t O O 'O�'O - � r y «�,.. ±} F. o Vii° _ ! "� i ~ ✓ 1" , cli . I , ! 2 *° .a E J Li e1 1 1 t f ( s," r -s II eIi# I °'fir i� M 1 U U = c a ° z rc Qa a W O S N O.' O n U Z N w O 0 CL ,ajuad,v- ,(puv :x350 wdOl:l — LIOZ DLO /ago»p 'ROpv nyl �03l101d 6mP'b -0 — 1Ntl \X3 — :aau5 \s�igiyx3 \POO�NiI \xogd v0 \�a�u adivrRpuv \vas0 \:0 3WMJ 3113 rr M M M M M OO ri rr rr rr r� M. � r sir rr m r 1181MX8 ddS3 O o U W U = d LL � U O Z IS/1 H U W J � cr <y M O N w O_ �n O in O in O LO 0 LO O M O o h c0 (O in M M N N 0 0 1 I I � Om � Z W C7 m O � U � � o° Z o_ U JQ _O � U W o ioaox v�ind� 3� N I z I a W I � � H W W CD tn , ^ V I � m J W Z 35 Z 0 M00000000000 o �n O �n o �n o in o N o �n o I� r c0 �O in M M N N �n O I a W x � I I I I I I I I I I I I I I y U ~ W Q W J I I I I I � I I I , , I I o K d S N a U IA i I 0 I O N I 3 I -10 = I O I I LU I- A z (j W I ui I 0 dOf=q o Li w x 3 N �y3 ZZ ry O ~ 2 I N D 0 N x W Z ong I Z �vOC 1 U I V Z I tai I j laL W U) N z O o I N I z 0 H o I CO) w 2 o I Z a I w a I�� w I �V) T< + o N I N < ci 4 I ? ci w = I I � I I I z w O I 0 � Q a 3 I a U I I VI W O I I I O I M I d I � I I � I I z 3 I I d N I I I I a I I I I J I Q I I 0 z o NO rc rN cr=z°— UwOQ u�o no�no no no no noon c0 (0 in ind d'MMNN�� x=ZW < � O o I I bZ I I I I �QN� I O n0000O n00000t2O30O�no n OD I� n c0 f0 0 to M M N N I I g Mn 0 Q3Q K o o v S v 0 � a a 0 0 a w ° o N W O m N OWOI M Hai °... S N �p '!;Lj ,ajuad,v- ,(puv :x350 wdOl:l — LIOZ DLO /ago»p 'ROpv nyl �03l101d 6mP'b -0 — 1Ntl \X3 — :aau5 \s�igiyx3 \POO�NiI \xogd v0 \�a�u adivrRpuv \vas0 \:0 3WMJ 3113 rr M M M M M OO ri rr rr rr r� M. � r sir rr m r ioaox v�ind� r 1101HX3 dds3 ,awad,or6poo :a3sn wdZZ :, — [loz 'Co ,aq.po AoP -41 :031101a 6MPsw 9-0 — IN8\x3 — s4 --4S \s 11914 x3 \PoJ\1Na \xoodo,a \,aluad,oO— 6puo \s,xsn \ :o aWVN 31IJ LO G Z 1 Q o _ U W C d K V U O Z F W N H U w M 0 N O a� w 00 � Z Z5 ma Ld m 0 0 in CE 00 dw w N U >2 �< O Z Q W o V / Z K r La W W m LLB 3s wg 0 N w N � � a f U O C d J f u S N Q U N r O �JO W H 43 A z a1—= vy3 Z 2�o zaz 1- 0 z W 0 d 0 _Q 0 _ 0 �o W d' e n (� 1F �QN9 g VZ' W O a Q3. Q O � W V S U a o K d Q O O O F O 7 N N N 1 O, W O m N 'a >Q;oa N N1�0 23 v0 j ^�Wv 1- 2 W N S Q U�N11i ,awad,or6poo :a3sn wdZZ :, — [loz 'Co ,aq.po AoP -41 :031101a 6MPsw 9-0 — IN8\x3 — s4 --4S \s 11914 x3 \PoJ\1Na \xoodo,a \,aluad,oO— 6puo \s,xsn \ :o aWVN 31IJ 0 RENTON AIRPORT Clayton Scott Field GROUND VEHICLE OPERATION RULES Updated December 2012 Table of Contents WelcomeMessage .....................:............................................................... ............................... 3 Purposeand Objectives ............................................................................... ............................... 4 General Airport Areas ................................................................................. ............................... 5 Taxiway Markings and Lighting ................................................................... ............................... 7 RunwayMarkings and Lighting .................................................................... ............................... 9 VehicleRestricted Areas .............................................................................. ............................... 11 VehicleDrive Lane ......................................................................................... ............................... 13 Renton Air Traffic Control Tower ................................................................. ............................... 14 Rules for Radio Communications ................................................................. ............................... 16 Loss of Radio Communications ..................................................................... ............................... 17 LightGun Signals ............................................................................................ ............................... 18 Drivingon the Airport .................................................................................... ............................... 19 Foreign Object Debris / Damage .................................................................. ............................... 20 OtherAirport Information ............................................................................. ............................... 21 APPENDIX 1— Phonetic Alphabet ................................................................. ............................... 25 APPENDIX 2 — Phone Numbers ..................................................................... ............................... 26 1 t t t J Welcome to the Renton Airport! Accidents between ground vehicles and aircraft occur at airports around the world. To reduce accidents and liability, the Renton Airport has developed this Ground Vehicle Operations Handbook to educate drivers on the safe operation of vehicles in the Aircraft Operations Area. Please keep this manual readily available and use it as a reference guide. Questions or clarifications about airport operations are always welcome. Please feel free to stop by the Airport Office at the base of the Air Traffic Control Tower during our normal business hours or call us at (425) 430.7471. By following the procedures outlined in this book you are helping to create a safer and more enjoyable environment for all users of the Renton Airport. �1_ AIRPORT RENTON { HOME OF AMERICAS FIRST JET AIRLINER WI& THE ROGERS POST MEMORIAL SEAPLANE BASE 5480 FT CONCRETE RUNWAY- ELEVATION 32 FT.- BEACHING RAMP RADIO 6 LIGHT SIGNAL CONTROL TOWER • OPERATION 0900-1700 DAILY •; °,:­; { MAGNETIC HEADINGS 330'& ISO' • LOW INTENSITY NIGHT RUNWAY LIGHTS - SEAPLANE TIE-DOWNS CHARTER FLIGHTS• AIRCRAFT RENTALS• AIRCRAFT ENGINE REPAIR FLIGHT INSTRUCTION - RESTAURANT SNACK BAR -AIRCRAFT SALES & SERVICE, DAY CITY OF I n/IGHT OL•3464 LLI+�o►l OL• 3467 3 �r Purpose and Objectives The purpose of the ground vehicle training program is to promote safe airfield driving through education. The program provides new and refresher training for employees, tenants, and other ground vehicles operators on this airfield. The primary objectives of this program are to: • Introduce and explain the procedures specific to Renton Airport for operating ground vehicles; • Identify and describe movement areas, non - movement areas, runways, and taxiways; • Identify and describe airfield signs, markings, and lighting at Renton Airport; • Identify and describe the Vehicle Drive Lane and the runway hold short lines; • Describe the appropriate radio procedures while operating within the Movement Areas; and • Provide other useful Airport- specific information. 4 General Airport Areas Specific terms are used to describe certain areas on the airport. You must be familiar with these terms to know what requirements you must meet to enter and operate in these areas. Landside and Airside The airport is divided into two general areas termed landside and airside. The landside area is the area of the airport that is outside of the security fence and is open to the general public. The airside, which is also referred to as the Air Operations Area encompasses all areas within the security fence and is not open to the general public. Landside Both perimeter roads, parking lots outside of the security fence, the front entrance garden and statue area, and the grassy area at the north end of the Airport are on the landside. Landside vehicle operators do not need to communicate with the Control Tower, nor are landside vehicles required to have a flashing amber beacon. Airside All areas inside of the perimeter security fence are on the airside also known as the Air Operations Area, or AOA. These areas include parking areas, aprons, taxilanes, taxiways, and the runway. The AOA is further divided into Non - Movement and Movement Areas. Airside - Non - Movement Areas The non - movement area consists of the areas on the Airport that are in the AOA but neither require you to be in contact with the Control Tower, nor have a flashing amber beacon (designated airport vehicles excluded — see page 19). Non - movement areas include parking areas within the security fence, and the aprons. General Airport Areas - Continued Airside - Movement Areas The runway, taxiways, and the taxiway object free area are the only Movement Areas on the Airport. The Control Tower controls all movement areas on the airport. Hence, any operation in a Movement Area requires authorization from the Control Tower. The Control Tower transmits on two frequencies, Tower (124.7 MHz) and Ground (121.6 MHz). Operating a vehicle in the Movement Areas requires authorization from the Control Tower, when open, and use of a flashing amber beacon. At all times when the Control Tower is closed, intentions must be communicated over the Common Traffic Advisory Frequency (Same as the Tower Frequency - 124.7 MHz). To operate a vehicle in the movement area you must have a flashing amber beacon mounted on the uppermost part of your vehicle and be in contact with the Control Tower. Use of Control Tower Frequencies While operating on most areas of the Airport, you will use the Ground frequency. There are some areas on the Airport that require use of the Tower frequency. The list below should help clarify which frequency to use during a particular operation. If you are: • Operating only on a taxiway - use the Ground frequency (121.6 MHz); • Crossing the runway from taxiway to taxiway - use the Ground frequency (121.6 MHz — Airport employees only); • Entering the runway for inspections or maintenance - use the Tower frequency (124.7 MHz - Airport employees only); • Using the east access road to the north bridge - use the Tower frequency (124.7 MHz - Airport employees only); and • Crossing the runway from the Alpha Taxiway to the north bridge - use the Ground frequency (121.6 MHz —Airport employees only). In general, aircraft get to and from aprons and runways via taxiways. Taxiways have yellow markings and blue edge lights. Each taxiway is labeled with a letter and those letters are part of a phonetic alphabet. Meaning, instead of being referred to as Taxiway "A," the taxiway would be referred to as Taxiway Alpha. Clearance must be obtained from the Control Tower prior to entering the Taxiway Object Free Area. Think of it this way, if you are on the west side of the airport stay west of the yellow line, ' and if you are on the east side of the airport stay east of the yellow line. t 7 Taxiway Markings and Lighting — Continued Taxiway direction and designation signs have a yellow background with black lettering. These signs indicate where that taxiway is located from your present position. A taxiway location sign has a black background with yellow lettering. This sign identifies the taxiway you are presently operating on. Taxiway and runway identification signs may be used together to provide directional information to the pilot or driver. For example, this sign indicates you are currently at the Echo intersection of Taxiway Alpha facing Runway 16 -34. 8 Runway Markings and Lighting Runway Paint Markings Runway markings are white. Runways have numbers on each end and a broken white stripe down the center. The numbers on each end of the runway identify the magnetic heading of the runway. By adding a zero to the runway number you will know its compass heading. For example, Runway 16 equates to approximately 160 °. Note that at the other end of the runway the number is 34 (340 °), which is 180° in the opposite direction of Runway 16. Runway Lighting Runways have white lights along the pavement edges. The exception is that the edge lights on the last 2000 feet of the runway are white on one side of the light cover and amber on the other (Runway 16 only). Runway threshold lights are additional lights that are positioned across the ends of each runway to indicate where the runway begins or ends. These lights are green on one side of the light cover and red on the other. 11 Runway Markings and Lighting - Continued Runway Hold Line A Runway Hold Line denotes where the taxiway ends and the runway begins. It consists of two solid yellow stripes followed by two broken yellow stripes. If you come to a runway hold line — STOP! Only Airport employees are permitted to cross the runway. All other ground vehicles must use the perimeter road to access the other side of the airfield. Airport employees must receive clearance from the Control Tower before proceeding onto the runway when the Control Tower is open. If the Control Tower is closed, you must: • Wait for any aircraft in the pattern to land and exit the runway prior to proceeding; • Ensure that your movement onto the runway will not interfere with aircraft taxiing, landing, or taking off; and • Make a radio announcement of your intentions to cross the Runway Hold Line onto the runway. Announcements should be made on 124.7 MHz when the Tower is closed. 10 t I t t t t 1 t Vehicle Restricted Areas Vehicle Restricted Areas have been established at the Airport to provide increased security for the Boeing Company's leased aprons, and also to decrease runway and taxiway incursions (unauthorized entry onto a taxiway or the runway). Vehicle Restricted Areas are marked with stop signs. If you come to one of these signs - STOP! There are three restricted areas. The first is located north of the last row of hangars at the end of East Perimeter Road. This access road is for airport operations and maintenance vehicles only. The second restricted area is Taxiway Bravo from the compass pad south to the large Aerodyne hangar located at 300 Airport Way. This area is off limits for all non - Boeing vehicles. Float trucks and airport operations and maintenance vehicles may proceed on Taxiway Bravo when authorized by the Control Tower. The third restricted area is Taxiway Alpha from the Lane Hangars at 500 West Perimeter Road south to the large hangar at 243 West Perimeter Road. This area is off limits for all non - Boeing vehicles. Float trucks and airport operations and maintenance vehicles may proceed on Taxiway Alpha when authorized by the Control Tower. Any unauthorized drivers caught driving in the Vehicle Restricted Areas will have their access privileges revoked by the Airport Manager or his /her designee. NOT PROCEED F___7DO THOUT CLEARANCE Vehicle Restricted Areas Map t t i t H 11 t d 12 1 Vehicle Drive Lane The Vehicle Drive Lane runs most of the length of the airfield on the west side. The Vehicle Drive Lane is the designated drive lane for private vehicles operating on the airport. Vehicle traffic must use the Vehicle Drive Lane where it exists. Where the Vehicle Drive Lane is not yet present, or if portions of the lane are blocked, vehicle traffic must stay as far away from the Taxiway Object Free Area as reasonably possible. Be cautious while using the Vehicle Drive Lane around Lane Hangars and the 540 Hangar. Also, be alert for aircraft crossing the Vehicle Drive Lane to enter the taxiway. No vehicle may pass in front of an aircraft that is positioned on the ramp waiting to taxi, unless that pilot signals that it is alright to pass. All aircraft have the right -of -way over vehicles (Advisory Circular 150/5210 -20). If you see an aircraft that appears poised to taxi across the ramp, you must wait for that aircraft before continuing to your destination. 13 Renton Air Traffic Control Tower When open, the Control Tower directs all vehicle traffic on the movement area. The Control Tower is open every day of the year. Hours of operation are 7:00 am to 8:00 pm from October 1 to April 30, and 7:00 am to 9:00 pm from May 1 to September 30. When the Control Tower is closed, there are different requirements for communicating your intentions while driving on the movement area. Radio Communications — Tower Open When the Control Tower is open you must contact Tower or Ground for approval prior to moving aircraft or vehicles onto a movement area. You will need to use different frequencies to receive authorization from the Tower depending on where you will be driving. 14 Renton Air Traffic Control Tower - Continued tRadio Communications — Tower Closed t 1 Ij k When the Control Tower is closed, the airport becomes an uncontrolled field. The procedure during these hours is to monitor the Common Traffic Advisory Frequency on 124.7 MHz and announce your intentions to enter any movement area. You must announce your intentions prior to entering the movement areas and upon exiting the movement areas. When the Renton Air Traffic Control Tower is closed, vehicle operators must monitor the Common Traffic Advisory Frequency (124.7 MHz) and make an announcement prior to entering the movement areas and upon exiting the movement areas. 15 Rules for Radio Communications The following are requirements for radio communications while operating a vehicle in the movement area. Make Sure To: • Transmit on the appropriate frequency; • Listen to the frequency prior to transmitting; • Use appropriate radio phraseology; • Use standard vehicle identification phrases; • Advise on initial contact your request — who you are calling (Renton Ground or Tower), who you are, where you are, and what you want to do; and • Be familiar with the locations of the movement and non - movement areas. 16 1 Loss of Radio Communications Non- Movement Areas If you are only operating in the non - movement area then two -way radio contact with the Control Tower is not necessary. If you have a radio installed in your vehicle and it becomes ' inoperable you may continue to operate in the non - movement area only. I t t Movement Areas If your radio becomes inoperable before you proceed into the movement area then do not continue. Instead, return the vehicle for radio repairs. If you are on the movement area and lose radio contact with the Control Tower, you should do the following: • Get off the movement area immediately! • Turn your vehicle toward the Control Tower and flash your headlights. • Look up at the Control Tower cab for light gun signals. • If the Control Tower responds with a steady red signal you must STOP! • If the Control Tower responds with a steady green signal you may proceed. If you have a cell phone, you may call the Control Tower at 206 - 764 -6632 for instructions as on alternative. 17 Light Gun Signals Color and Type of Movement of Vehicles, Equipment, and Light Signal Personnel Steady Cleared to Cross, Proceed Steady Red STOP! Flashing Red Clear the Taxiway or Runway Flashing White Return to Starting Point Alternating Green and Red Exercise Extreme Caution Stop! 18 Proceed 1 F ,—J C I 1 t t �I I I Driving on the Airport Personal Vehicles on the Airside Personal vehicles not equipped with an amber beacon or a two -way radio are only allowed to operate in the non - movement areas (designated Airport vehicles excluded). Use of the Vehicle Drive Lane is required where it exists to ensure proper separation from airplanes and other vehicles. Be cautious. Look around for airplanes that are preparing to start or that are beginning to taxi. Always yield to aircraft by moving right where able. Airport Vehicles on the Airside Designated airport vehicles include float trucks, fuel trucks, airport or Boeing maintenance trucks, Boeing tugs, Boeing service vehicles, fire vehicles, and airport management vehicles. All designated airport vehicles must use an amber beacon while operating in the AOA. Designated airport vehicles are required to have fully functional radios, and operable lights (including parking lights, headlights, and taillights). All designated airport vehicles must use the Vehicle Drive Lane where it exists except in cases where doing so could harm people, parked aircraft, or vehicles. Fire vehicles, Boeing fuel trucks, and float trucks may deviate from the Vehicle Drive Lane as needed for added safety. 19 Foreign Object Debris is any loose item in an airport environment that could be ingested by aircraft engines or could strike an airplane and create damage. Foreign Object Damage is defined as aircraft engine damage due to ingestion of objects and /or debris. Jet engines ingest huge amounts of air. Garbage and debris can also be sucked into the engine causing extensive damage. Debris can also puncture tires and dent or puncture propellers or wings. Nuts and bolts, tools, rocks and pebbles, or any garbage can be classified as or cause FOD. Make Renton Airport a safer place by placing all garbage in a sturdy, covered container that cannot be blown over by wind or jet blast. Also, please pick up any debris you find on the ground. Finally, avoid tracking mud and gravel onto pavement surfaces. If you must drive on an unpaved surface, stop your vehicle and check your tires once you leave that area. Remove any rocks that are lodged in the treads. If you discover a serious debris problem, report it to the Airport Office at (425) 430.7471. 20 Other Airport Information Float Truck Operations When retrieving floatplanes from the floatplane ramp, back up towards the west to avoid entering the Runway Safety Zone for Runway 16. Accident Reporting Any person involved in an accident, as a participant or as a witness, shall report the accident immediately to the Renton Police and /or Renton Fire and Emergency Services via 911. You must also notify airport management at (425) 430.7471. Dial 911 and (425) 430.7471 to report all emergencies, accidents, hazardous material releases, and fuel spills. Watch Your Speed The speed limit on the ramp is 15 MPH except while driving near aircraft when the speed limit decreases to 5 MPH. No Unattended Vehicles No disabled vehicle may be left unattended or abandoned in the AOA. If your vehicle breaks down, you must remain with it and call for assistance. 21 Other Airport Information (Continued) Use a Ground Guide When backing trucks or equipment in close proximity to other equipment, aircraft, or vehicles, a ground guide is strongly recommended. Use Parking Brake and /or Wheel Chocks If you must park a vehicle in the AOA, you must always set the parking brake or use wheel chocks to prevent the vehicle from rolling into aircraft or other equipment. Be Aware of Jet Blast and Prop Wash You should be aware of the effects of jet blast and prop wash. An operating jet engine can easily produce a blast of hot air strong enough to knock you to the ground or burn you. There have been several documented cases where vehicles have been overturned by jet blast. Prop wash can also knock you down or throw debris in your face. Therefore, remain clear of areas behind operating jet or propeller engines. 22 Other Airport Information — Continued Reporting Hazardous Material Spills If a hazardous material release occurs, you must contact Renton Fire and Emergency Services via 911, and the airport office at (425) 430.7471. Avoid Blind Spots Blind spots are areas on the Air Operations Area that are not visible from the Air Traffic Control Tower. Use extreme caution when operating in these areas and always yield to aircraft. These areas include: • The area near the Ace Aviation and Aerodyne buildings; • The area next to the City Hangar (south of the Tower); • The area between the Northwest Seaplanes hangar and the hangar building at 850 West Perimeter Road; and • The areas between the Lane Hangars. ® Renton History Museum. All rights reserved. 23 Other Airport • • n — Continued Low Visibility Driving It is extremely easy to become disoriented when driving on the airfield in rain, fog, or at night. Drive slowly and watch for signs and markings. If you are unfamiliar with the airport and the office is open, stop in and ask for directions to your destination. If the airport office is closed, drive with someone who is very familiar with the layout of the airport. While driving on the airport: • Give yourself plenty of time to get to your destination; • Make sure the vehicle's amber beacon is operating properly; • Make sure your radio is operating properly and the volume is up; and • Remember that the maximum permissible speed is 15 MPH or 5 MPH if you are near aircraft. 24 t 1 t Appendix 1- Phonetic Alphabet Always use the International Phonetic Alphabet when communicating with the Control Tower. A Alpha T Tango B Bravo U Uniform C Charlie V Victor D Delta W Whiskey E Echo X X -Ray F Foxtrot Y Yankee G Golf Z Zulu H Hotel 1 1 India 2 J Juliet 3 K Kilo 4 L Lima 5 M Mike 6 N November 7 O Oscar 8 P Papa 9 Niner Q Quebec 0 R Romeo r—S Sierra 25 Appendix 2 — Phone Numbers Renton Airport Office 616 West Perimeter Road, Unit A Renton, Washington 98057 (425) 430.7471 www.rentonwa.gov Renton Air Traffic Control Tower (206) 764.6632 Boeing Fire Department (425) 237.2222 Renton Police or Fire and Emergency Services 911 26 t t II � Drive and Fly Safely! � I � I � I � I � I j r t Information courtesy of the Renton Airport Staff and the Renton Air Traffic Control Tower Staff 27 t t 1 I I i 1 W Z Q CLU Qw W i O J Ir CL Za:C� OoZ z w c) w �(j)o ��U 0rz w < j z Z w� C7 0 ao a J m J 3: Q Z O z w ac 0 o ` r °'2 RZ ^y Q U J Z O 0 Z F-" V' W t0 �Y O o ff1 W- WLLI s �v) 0 r¢ 0 m �a 0 Q 0 J a. J w W � Q 3 Z m m _ a- cQ C w Y Z 0 z_ 2 Q Q QZ O J x w a 'z C7 H Z En Z z a = J a v a < > W V o J ~ N a N Q Z O V M J O V 0 Z z 4 F ? a 3 O O W V R H ww U T m O N O N wi 7 6 6 9 -Lsl4s 018 a0j- auoldoa5 uojua�F£OOL£LOZ\A! -(i - UFC W N H wS� S� OLO S NZ VI Ul w Z a CU cWn O Q J W m OC a )- Z F-- OO W 0 Z W I U M:tj0 > LL 00- U wa Z U W O �Q W U ^ W O v ` ' '^ J ¢ V< _J m C O p $� 3� Hz�� �w O U °a °o� Hi z w o o < xa=� >- i 2 4. N Z Z T z z V_ � NZON O m � r z 0 ~I Q 0 � cnLn� CkfOf wLLJ CD Z zQ r > Z M m m m w � w Z (r Y W W O W U -M 0 w Z = 0' O W U W P A80 - £880V A :311d m rr Nr m m No m raft" m "" w M Mr " ow l w _. 0 o ` r °'2 RZ ^y Q U J Z O 0 Z F-" V' W t0 �Y O o ff1 W- WLLI s �v) 0 r¢ 0 m �a 0 Q 0 J a. J w W � Q 3 Z m m _ a- cQ C w Y Z 0 z_ 2 Q Q QZ O J x w a 'z C7 H Z En Z z a = J a v a < > W V o J ~ N a N Q Z O V M J O V 0 Z z 4 F ? a 3 O O W V R H ww U T m O N O N wi 7 6 6 9 -Lsl4s 018 a0j- auoldoa5 uojua�F£OOL£LOZ\A! -(i - UFC W N H wS� S� OLO S NZ VI Ul w Z a CU cWn O Q J W m OC a )- Z F-- OO W 0 Z W I U M:tj0 > LL 00- U wa Z U W O �Q W U ^ W O v ` ' '^ J ¢ V< _J m C O p $� 3� Hz�� �w O U °a °o� Hi z w o o < xa=� >- i 2 4. N Z Z T z z V_ � NZON O m � r z 0 ~I Q 0 � cnLn� CkfOf wLLJ CD Z zQ r > Z M m m m w � w Z (r Y W W O W U -M 0 w Z = 0' O W U W P A80 - £880V A :311d m rr Nr m m No m raft" m "" w M Mr " ow l U ° Z W O Z z W W' �' } a 0O' z ° Q a Z a W w O O W N p W } > J O > (n Z } W a << N 0 vW } a 7 a' O z< p a 0 D o 1n V) of x n o }a a�, oNmo Z m a a a p m w W J }> OZ W of U W Z Ho ON W w0_ p Q F-O ° >O a a wC) w ow Fua`` °Q aow �a _zgFm W } x U 1'l V1 J Y ° O Z In w X O > O K , W V a Z Z U o a3 zaoy a ap ° J z o max z o °w °J a_z_N Na as 3 a a x x o3Q OZ llu -ja p=N vi Zwo0 af o N o w a z m w) ZYp xo naw �z w° LL ww 7a�z C,j + N N Z a } Z z w (n W °U J Y V) p W N m a= w Y o U N Z (n m 0 J a' W Z H a J Z~ Z O N O W Q J J 0 } Q J a p S } Qo W 6 &a O�iO F-O W aH FNFU W W O O a W } 0' 0_ Z N W J } U w ° m 3 a �_ w Y > rr^^ >> a w wofN °NC~i x3a �w C-) Z- 3 Z a z O J Z � O W VJ a a W Ha Z J7=� L70E- J Z Z x J O¢ x 0- o w o o N W xpo wo z 3�p ago =tea �w o°� 0 0 U 2 0' a O U V) U N JN �> N ° J a NHS w }d W laid �Q UQO =- z Q Z JWU ° 0 :2 10— Z I I I I I I Z aH0' aH ON N ~ ~O OpO ONa \Z 0'xN 0:2 OU7Z W I I I O aa'w mZ Z Z0a7- 0 W w Za= W O W How a � I j � I � Q 00 Of >a Zm � °oXa ate° ° °ate ��o �ZOCwi J I I I I I ° 3 0of p z ^oa awe Q?oa a&z aWza a[V ~K W YX' - HMa' HFa 0 W W W w W p 3 Na J oaz zma xap moa ��ao Z 20N °J Wx Q OOQ°U °10/7(% :JQQ °vwia °vwiQ V01 N M "d- 0 ID r tp W I of a 1 a 1 a U U U, 00 I �� W R Q W 15 �L Z >- V 1 j= z vi r a(If N 1 ] 5 W 1 �� z J .................................. ............................... ....... .x \ ... ............................................... ............................... a' ......... LIJ H W Ln O....................................................................... ............................... ..... ............................... 1 '�7 \ _ - 1 Of IJ 1 w I 2 a c(l) Z \ J � \ Z 7 00 Q� : m0p = Q ZL�� Z 7O\ b J En / / wZ�7\ ZF. wtn 000 x ap ZM:z �a I / Z- Up 1 U /W c ' QWa .L \ w cr I' 1 W i l, U •�\ -�\\ \ \ �/1�'911 �\ '' V� r / / / " /� // / %� /' W I 1 Iclll Iz° I \ II(I /� �/ // / //' /� /�/ /Z I a �� \ \1 1 IIIIIIIII 11'/ \ / // j %/ % pf J > )III 0w /a \ aN l m7 I / �' I Nz° m - -- 0' of /:I o \ \ 111 III! 111 i /i / <� ZU i 1 •i 11 i 1 I / to j o�j /lio�lll %ji j� ' w z _ M C5 CD 1 /1111111111fI /1 i vw w �° r°iZ¢t ..J.....(....�.,.I11 // _ / / : /! / /// 1 1, ��^ r') -� \�___ // / � ,1 / l 1 ... /.. � / /ii /;II �.L• t1 3��T �.. /% /1 i / /1 /I \ `-"ICI\ `_j� �^ - �_ �/i 1' /' h`....r-%•.. •/ / 1 , / I / Sz ...• \r r aa5.' aJ? Ld pV -� -� _ / / �i�! 1 / o p\ LID Cr °WN wW /V /\ I /� o � c� Q o-Q 2 / �oz aw / �;" `o two w / 1 I wWwx aN I / � a.. 7zg / wZ a //I ,,y Z00 o• Q r/ l ZZa �✓ 1 \ �Sd �F- wO a a P/ 0 Q o,- I II ?� \\ / y a w Ld �H I /1 y V 1v �N � / \ / z 0 � 0 j'i k3 / o rr ° z �N F / / ,P //1 J�/ / ; 1'. .Q m 4 Y±.4'!'�•1 W / J W J 3 °o 0 z _ Z NI.J� O a w li co r.)m J W r N Of U r <N IJ O D_ II N °10n Z.6 �_ on C) F. cD aco Opw°0 aL, wz O EL N N J w } w ZZ - O w S V C' U N z D a O O m V) = w a ° U a Q (D F- N \ \ 1 I 1 J w �Uz Q z �>- O d w I Z J a pw z W, FO a. Z' w al o w w � o °O O z H1n Z(nw� ap N p OQwN V7 amw o J W 0 N - ° N w af 0 p II o F _ On Lri OOujj� o of z J a w W z X O c0mw U) z00 U a �aa a QQO Z a F- QZ� N J W Z w m a O p W U p a w 0 ( Q W Z p U z F < 0 O O N O N N J J W w = 3 0 O � W a ~ x 3 c0 S OJ a a z z 0 C 00 J � w L, fA o ? 0 ID w Z J a F ° N x ° W z-' W wig iN0 D 5 u w Z Q CL w Q W O ar Q Q- Ir z0U w L w M a: a: F U (L z W < U 'J w j ca W 0 w 0 Q IM Z J W F- U) V Z_ U) X W P4 N O UJ 3� xWe i•� n . C:6 Z UOZNF u> O � < V °a N � O O NZ¢) J _ ~O Z w U O <z� 0 isLL� i i } WIZ J a a a w NN� > - il- K ~ M Q n N S 0 z w 'o i z O N w 0 Fn 0- 0 w °1�11n1 °IN w0 LIJ Z a Z m } } Z a m m W 2 0 p w H H W W W U V O W U - - (nHWOO W Z =0=Q o W U a a 9-7slys Ole yOj auoldoaS uoluaa £OOL£LOZ \u6!saO - L \uoluae 1. 63!0 - £8£0 \.M 3113 w� N 2 w =�ocOw N = N W } z Z J ~ W Q N WO w U C0 a:� Q J/ /� 1i V Q c„ O Z Z O Q af Z � W 0 cr cc O Y g W W p W O QW 1 ° IJ� ow �• 1 z z Z Ur J Z o J 0 LLJ F— Z W (n > J W :4ti CI W a O M QM o W z W J W a J � W � J a a U z w o U 7 o U z 0 Y Zo J m d cn w a ° of J Q a 3LL, w 0 w U O Z `jam U ♦ �},,. > Z OY J W O W W Y J J w O z0 Z O H a to i _ a= }, Q W U F n O_ m U ZO O O m W J Q f Z !n ?i N $r� uF0 a O 3 pG z VF w F< Z � N �z Yo H� } Oo aN (0: w V a Z` z >- U) LLI Y U L) L) CD O v, p , QW p� ,9yg9 U a 0 p LL ru .o U w �_<> -Zti W W ` U Ut�20 'Or - law LLI �d' U Y O f- Q N " i N i- _ = 4U O U a O Z O U �.��.JJ i a a °wag M O ~ ¢� J J a Z x W 3z Q O 3 W w l 0 WU 0 J 3 w r a � LL > w r� w N O i U U m Y U� Z° O Y O a W O z O ~ 0 U X_ O LLI �x U ¢w O H � I Wc� O Z O w N > Lu o z U u- 3z Y a o_ ° wOU Q p W m CO J W N �' O Z w > vi a � M � w O o 04 Q N ° Q o) Z U � O z m H In 0 In Z Q S < a O 3 LL W Y Q O Z W w LLI 0 J N v) X } } } Z Z Z Q W m m m W m W of O O° w W O W H U H U O z w W U Y U W - W - Z In�WOO w Z = K O' O W U 2 d 9 -lsl4s 01B tlOj auo�doag uojuaa £00l£lOZ \ubrsa0 - j \-juaa ;o A3!O - £8£O \:M :3113 z 014 wa Q N �W :I U° N o w LL) a f O Z Q r LL) Q U. Y� Qv OF w �_ 3 m o W o' - Op N / II Yr as ¢ Z J 4 - /�Z If ' �m O, 0oN Hp U QaU O U Z Z Z 0 7 W U r Q Q O z O w H 3 Z U Qp m of Lj Lr) Oo11��C��a W J N~ J © O N Z Q W a N W � O 3 z z Q x o X~ w Z O N 0 W o m N 7J� pO I-Z WO Xp 0oW = a z v° / w' ; °v° O No w�° CA W mow Fw m zz� Q o W x J �� N Z H UwW O QU 7 U ONfw- ~ W 00= 0, x 0 Y >O 0 N O W a Z J O 3 0' W J W U Q W>03 r0 LLI UUO Z O 0_U a Z0 JZ4N, UO�H 14 p Z a Z W ++ J Q z O H 0_ ¢ ¢ 0_ Q o > J H x, a. O a Z U ¢ ° W a 4r- J W Ld O x Q LW r z W W �a aN W W H Z` O �� NH¢ Oa•0 W W o p Q Fr- w z x z ¢ 3 D_ Z U< U Z O UN�^ �� ooa P °a x -j o o HJp aWr- 3 3 o 3 x J 0 a O a' F- W Z O o 0_ (wi o m N a ~ Z , d Q W ~ O U N 3 m O Q O O V x 0_ a N U O.� O m O J VO- Qr0Q mN OF Vl = 0W Wr 00_ Q aao° o z ow zaw Jzww QWFF zw oJx zw� c5aw oaz z� Z i I I W 0!7xo HW> Na'a' UQ-J r^ ZO_Y ONa W O HF-O N I OmNp pJ w<JU z QJ Ooa I I I { W xw?i W_N NoQ OIL ONm WmQ J I I I I I L O N M [O' v © O O > J / �• �^ Z NJ l,y` LY x w s`I I Z Y Z O O 1. z J W O W F W 2 H U ~ U a a � a H U 1, ��, O O W wraol =mU, °o � Q U F U H w U ° S Q x W W O Q ~0_ oNN¢W~ O �oaJZWmWm- Z,W zr 00 F-Jo U� U -O W Q a 0- of QHnW ~N J((M"[L• Or OSam�OOI,J� °Z¢ J H Z 0 Z U Q x< oN moJ¢ az Orpm SO_Zx W Z Doo xoF-ou WUUw1U QO a O Z O Q U a W z W wWFof Qof 0S ,;e<w J�of OQ �a D'UZ0_Z� N(+J HJ7pO W O W r w0_ ¢0-U JU D_U Mm Q 69 0 LOA WO I 100 1 i1 1 1 1 1 1 1 0 1 OF 7 1 1 ma 1, oo I 1 - U t 211 I I Z 11 I / 1 J /I I I I L 1 I \ I i . ;u-) . : i I of •I r C, U zo Q / p W . wa o= U �W :I W N w 100 w oD oo m oD a0 n r au m n ro oo m aD o' 11 11 11 11 11 11 rn 11 11 11 11 11 Q Z U= a w N U. wm Z M {F- / II Yr as U Z Z a z - /�Z If ' �m zpz W Y Y (,� /' 3W U - wa°o Z m ro w m-D a-D roo- D- m of Z J ZQ w00 a Of o O p % ~ Z z I- Lr) Oo11��C��a O a :\ \1 N - / w' ; ; LLJ / .ww:2 ZZ wo 0,0 0!QZ U o J0� /1 - o a- 0 �^ Z NJ l,y` LY x w s`I I Z Y Z O O 1. z J W O W F W 2 H U ~ U a a � a H U 1, ��, O O W wraol =mU, °o � Q U F U H w U ° S Q x W W O Q ~0_ oNN¢W~ O �oaJZWmWm- Z,W zr 00 F-Jo U� U -O W Q a 0- of QHnW ~N J((M"[L• Or OSam�OOI,J� °Z¢ J H Z 0 Z U Q x< oN moJ¢ az Orpm SO_Zx W Z Doo xoF-ou WUUw1U QO a O Z O Q U a W z W wWFof Qof 0S ,;e<w J�of OQ �a D'UZ0_Z� N(+J HJ7pO W O W r w0_ ¢0-U JU D_U Mm Q 69 0 LOA WO I 100 1 i1 1 1 1 1 1 1 0 1 OF 7 1 1 ma 1, oo I 1 - U t 211 I I Z 11 I / 1 J /I I I I L 1 I \ I i . ;u-) . : i I of •I r C, U zo Q / p W . wa O UJ N M 11 r O UJ O LO 11 (3) 14- OM nu7 't w m N oo uo to oD W Q' N U W N w 100 w oD oo m oD a0 n r au m n ro oo m aD o' 11 11 11 11 11 11 rn 11 11 11 11 11 Q Z U= a w N U. wm Z M 1 \ 4H:1V1. 1 I .1 . \ /........ I , / / co vJ 0.... 1 /// V - S y <• / __ / 7 NR \ r , �`� N � ' c� Y • -a� � 1 I ` \ \ � O _ -- �'"X%k'"%G�l�v> vV / . / r / 'zS�4� � \�� �Oe •:.,, z v 1 \ _ O _ -._ Q X >, /y I �+ OJ �'- Z w 1 o -z x ` �7 1 z LS LL, \ Z _ /• p i W 0' = cmn ZO o , - •r :��� t�C t - l ` U M �F' O /' / r Q a o m Lj a waa I �> ' x` „>•SXSX. v x m� 1Yk.. a Q Z a a a N D LD J J Q° 3¢ w J Y a J H W m N OU Z o O UJ N M 11 r O UJ O LO 11 (3) 14- OM nu7 't w m N oo uo to oD W Z u)O M U)IV M h 4, UJ ac) OaD �ONMIV 1111 M MI- m oo NN W N O�- �oo111100Cn��MM No a w oD oo m oD a0 n r au m n ro oo m aD o' 11 11 11 11 11 11 rn 11 11 11 11 11 m 0 V 11 N 04 N N 14 N N N N N N Z p p z wm Z M {F- ` O U Z NO11 N 1141 mION M I() 11 14 Nnr^f Co LnN M(D M'o I-O . . . .UJD. 11M�U)a01111Ci -O NOD m OUJ ono (D - -O rn aD o0 oD oD a0 OD co aD (D (D rh Ih OD O N N u) u) N N u) u) u) ul N u) u) N ro z m ro w m-D a-D roo- D- m of Z O p z I- Lr) Oo11��C��a O a CN } a C) z z a N N w U U Q p z N w a 0 N J N J W Q U Z a O J r r � w w 0 a w 0 as U U Z Z_ 0 ~ W N m X W w O r 0 0 N O N N + + J J W W i J = 3 O p W w� a Q� 3 a 3 3 = 3 0 = o m m Q a z z O O 00 a Z Z o o °a J J No a a- w w J l 0 V li Z p p z wm Z M � fy>a • r� w mx �z n rc W Z L J r aU Q W 'W Q VJ J 0- Q Q � V Z0U ti W W L� ir c ^ CJ U- V, U (LU W Q U2JW Z a:a W ca Z Q /0- 0 Z CD 0 w/-� CK 0 a O{ �Q 4 N M ►O pq 3 F xa� W °w� C:6z�' M I z O aN �a V not N z- - Q 0 z 0 z z i u i �< I a w oaw > Nips o H F aanN x 5 - I� F I M O > p w m o- Of 0 W MI"? LU 0 c, r I - I O z x Of o w t cw -,<6 m elf �, Za o r r Z z¢ mmmW� \ ' W Z W U U <,^ '� >•�- - to W o 0 Z 9 -1sl45 018 d10j- auoldoaS uoluaa £OOl£LOZ \u61sa0 - Z \uoluaa to ,410 - £8£0 \ :M :3113 Z W W ~ w S 2 O _ N I N V! } < ` W < a1a Z Z < \ J Z a W W -' < � l i Q °' co ld '(WfllVO SNOOI 30dsn) AMIIWMI } I / Z a o ``( // �o� ° °�N �0 I� m p cn NN��u�o I I I 10 0 Z W Z I C5o Q W I j w F- N /a- v) F (n F- w J° D LL &U U 3d0IS 3903x0 '0'1 a ✓ W J Q Z W a < rl w U J IZ o a 0 o v I ~ o O W J w !, o ao z Q oo Z G ld '(Wf11V0 SA00I 30vsn) AMIIWMI 1 3 U < < _ J o N ° o 0 3d0IS 3903210 30 301 i w ° N 3d0IS 3903x0 d0 301 // a W N N N o I I I I° 1 0zz $�: a O W CD / uj p W U ^ "1 w m Q ° i Z> L, $� o J uj -j U n w 7 m a w N 1 Fr m W o w \ ckf W VF7�,— I H o O 1 m O !n po < Z < 0 W a' I - a 0 LLI < oa f -0 < o U I a< o < 3x0 w I wu N w w 4/ Z W O W w I W Z O N 0 v vi LL) > ° w U o f� I J o o f�..n o I w a I N O W o CD > m � u7 N N - l� o� N rnl p + + W J 1� + r°j W W � < I w �JI < w w �w l z of o U L w I > _ o r W N V W o W 3 3 N w a >O zd �� N J 0 0 < 0 0 F I� o f c w of a I Z wz N° W F w < I 0a n °Y \m Q < ~ w I wo in tn0 3 3 3 N �� j ow z° U') o �O1° af ° w u I a O W I a' a' Vy v N N _.._.__.._. L- L j w 1 in W ° O U O Z W O W p�y a \ r+ z r' a V N Q n W °� °� 1 < ~ rW/� Q W N Z O z O O W no W I O fn V, U Q N H N w � Z ^ �) n k� o FDI o � �� w 0 1 ° d� 3 p ow °° 13 '(Wf11V0 SNOOI 30VSf1) AMIINMI O o = ckf p L o l w I. ° I j < j on N ON p o 0� I O N w 101 O w p ImI < I "1 Z °O (W7 f O / ow I ow v oN / zo o I ° z 3 / P cv I O I 3 0 / o CA 0 L,j a. <o z 3 < 3 0 / N {O�� C4 o I w o= h 01 ° of w o I' w a g 0 0 a w o w ° °8 01n o p I w ° �Z z o -- ° c� 0 o (n C-4 J � oa m 0 N 0 o 3 A+I caw Lo w 0 O Z o O Z =O '\ J Z 3 n °o O N ~ In N a 0 ^n W N ~ W W X N I ° x `` X O J Z�OZ C7 a w 3 ( W V i k` 7 W °< x I m N O I a O °z i �_ p I W O ~ U) I.l O a 8 -:ZE DIP Z W < X CaI O J a w O O < �01 F o ° 3d0IS 3903210 30 301 a m 1 w Ld O 2 N N N O in O N O in N j F Q Z '�` ° Z z Z J I I I I �wvi I w U N w w mld '(Wf11V0 S>iOOI 30VSf1) AMIIWMI 000 I z o o Cl) < & U-) O V a !n < O N ° < z � w 0 3d0IS 3903210 30 301 0 0 (n 3d0IS 3903210 '0'1 < N d o J ° m x Hoa < '`u7 w 1 �owQ a I W o w I �w0 v I 11 w I N 1 p z 3d0IS 390380 '0'1 1 0 I _ N z ° a w c3 0 1 0 > o as a Ei OO NO�O�O�OU700 �U ap I I I °F-v Z? ld '(Wf11V0 SHOOI 30VSf1) AMIIWMI m �i N z <U ) 7 w� <� �F 9i w �O aD r +f y�Nj \ F- Lj W N F-00 \N p <Z Z o < H w O W < J F- I }aa o) w Q-0 W O Q M W Z O W a L) °:2 a° a cr < N O O N o u"� O n O o O > W H N V) m N rM N N I ° o a- 0 ul I JZ m ld '(WfllV(i SN90I 30Vsn) AMIIWMI a LZI = OU a F OZ r Q aJ0 U ° w w ~ Z_ < 1 Z V } Z < �a'I N m m 0] W W Z W Z owo W W U Z U O U W 0 0 0 inzw00 Z w z = of af 0 W U a a g -1s74s p18 8oj auo!doaS uolua2 £OOt£LOZ \u6!sap - L \uoluaa ;o 63!O - £9£0 \:M 311_4 wl 401, A. rlg"� O O Q r Q >. a 0 J o oO 0 LO O I w D o z 0 0 _ r N W J Q a m 0 N O J J W 9 -Ls345 018 doi auOld -S uOJuay £OOL£LOZ \U&-(] - =Ww w W Z J ~ EL W W 7 W O J 0- Q Q Z p Z W Z W W w J LL 0 W (n CL U O Z U i V) � Z � �a W� Qa A U� O 4 O $� � 3F �zVF ��M8xW84 1. as W z W) O V N O [VV6J>J zZ -V Q O�iz O o V xi4U IU/1 Z ZI zl z< a y� oN�w L-HR mc: r U � O m Of 0 lL c--Il OI �IFINI� ir Of W (� za mm M Z Q m m w � Ow p H F Li LLI C) Z w Y W W O W U inl -w00 w Z = O W U d Cl. I. An - £8£0\ w :311A z 0 0 x N O w CO O J > °J Q O LL) U W HLr O O 0,0 O_ E Mow U m oowW� O O W - }' mo<o Q �.:HOo M a , - 0 > c, c,4 0 oo 0 O � N N Z W ZL'' ^o JdU oa0ow~ W zr N p�w�¢O z� Malo o(ww awwdQww, }0_ HfnQQ HQ N01-m 9 -Ls345 018 doi auOld -S uOJuay £OOL£LOZ \U&-(] - =Ww w W Z J ~ EL W W 7 W O J 0- Q Q Z p Z W Z W W w J LL 0 W (n CL U O Z U i V) � Z � �a W� Qa A U� O 4 O $� � 3F �zVF ��M8xW84 1. as W z W) O V N O [VV6J>J zZ -V Q O�iz O o V xi4U IU/1 Z ZI zl z< a y� oN�w L-HR mc: r U � O m Of 0 lL c--Il OI �IFINI� ir Of W (� za mm M Z Q m m w � Ow p H F Li LLI C) Z w Y W W O W U inl -w00 w Z = O W U d Cl. I. An - £8£0\ w :311A ADDENDUM NO.2 Will Rogers Post Memorial Seaplane Base Maintenance Dredging Project October 11, 2013 City of Renton Public Works Transportation Division City Hall, 50' Floor 1055 South Grady Way Renton WA 98057 To All Contract Document Holders: You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to disqualification. This addendum consists of- -Changes to the contract documents, special provisions, plan sheets 4 and 5 and additional information. Descriation of Change Replace existing entire documents with the following revised versions: • Contract Agreement (Contracts other than Federal -aid FHWA) • Schedule of Prices • Plans. Revised Sheets 4 and 5. The following is additional information and modifications of existing documents: • Special Provisions Modifications (Changes to select specification sections) • Appendix B — Permit Documents Supplemental Information • Bidder Question & Answer Form • Pre -bid Meeting Contractor Sign -in Sheet NO OTHER CHANGES By: Ben Dahle, P.E. Airport Capital Project Coordinator Addendum No. 2 10/11/2013 CITY OF RENTON PROJECT NUMBER CAG -13 -177 WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and /or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications, permit documents, addenda, Federal requirements and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices in figures.) Printed Name: Signature: Address: Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Addendum No. 2 10/11/2013 J SCHEDULE OF PRICES City of Renton — Renton Municipal Airport /Clayton Scott Field WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NO. CAG -13 -177 Bid Item Description Unit Quantity Unit Cost Total 1 Mobilization & Demobilization LS 1 $ $ 2 Dredge &Dispose, Area 1 CY 10�T9o0 �$ 3 redge & Dispose,WArea 2' Cy, 4T0' 4 Pre- and Post - Dredging Surveys LS 1 $ $ 5 Water Quality Monitoring LS 1 $ $ Subtotal Base Bid $ Sales Tax (9.5 %) $ Grand Total Base Bid (including tax) $ ' Having carefully examined the contract documents titled Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project No. CAG -13 -177 as well as the site of the project and conditions affecting ' the work, the undersigned proposes to furnish all the labor, materials, equipment, superintendence, insurance and other accessories and services necessary to perform and complete all of the work required by and in strict accordance with the above documents and the implied intent thereof, for the following: (Grand Total Figures Written Out) ' Bidder acknowledges receipt of the following ADDENDA: Addendum No. 2 10/11/2013 CONTRACT AGREEMENT (CONTRACTS OTHER THAN FEDERAL -AID FHWA) THIS AGREEMENT, made and entered into this _ THE CITY OF RENTON, Washington, a municipal referred to as "CITY" and I[ 1O]►N0.7.TGUO YA day of I . by and between corporation of the State of Washington, hereinafter hereinafter referred to as ' WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within �5 working (ja s from date of ' commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG -13 -177 for improvement by construction and installation o£ ' Work as described in "Scope of Work" dated , attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict ' conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such ' conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this ' agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications ' e) Maps and Plans f) Bid g) Advertisement for Bids ' h) Special Provisions, if any i) Technical Specifications, if any H Addendum No. 2 10/11/2013 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he ' should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) ' day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of ' life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or ' unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In ' the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. ' Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder.. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and ' provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, - .._.._.... _..._..._ _- --- - - - - -- - - - -- -- ---- - - - - -- -- - -.... -- -- - - - - - -- .._. _._..._ _....- - — - -- ------ ---- - --- ---- --- ---...._..---......------ _------ ....__.._.._.__... -- - -- Addendum No. 2 10/11/2013 ' officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title ' 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in ' the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after ' Contract final execution, and shall complete the full performance of the Contract not later than 54' working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom ' which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take ' immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and ' materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by ' the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work ' discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND ' IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 1 Addendum No. 2 10/11/2013 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules, of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. 1 12) The total amount of this contract is the sum of numbers ' written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ' ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER ' LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of the ' covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. ' 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered ' or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. ' 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non - assigning party shall be void. If the non - assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made ' without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. - -- -- .._..- – - -- - — -- – - -- -- -- - - - - - -- -- - -- - -- - - -- - -- -- - ......... ... ..._......_ ............. - - -- – - Addendum No. 2 10/11/2013 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are .now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out ' of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written. CONTRACTOR CITY OF RENTON President /Partner /Owner Mayor ATTEST Secretary dba Firm Name check one ❑ Individual ❑ Partnership ❑ Corporation Incorporated in Attention: City Clerk ' If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. ' If business is a PARTNERSHIP, full name of each partner should be listed followed by d /b /a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b /a and name of the company. Addendum No. 2 10/11/2013 w z U a N _ 0000 N Or �r' 00000 a0 W (wj W w 0 0 Y W W aoOOmmoor"m onao0o00Do O@ } a w } LY K a Z a a W L.. r c� o Y a0 W z� 3 m p w W O }Ja of p a p U J W a ft J— Z O U pLaJ O 0 FZO W H O I-w pV a�U F Z Z p _ J F.. O W O V zmz a O ZQ Ow 30Li a O m a U w z Z pDH �a3 ma JfnF aao Q �� O p(n wo Zw W w cl a � W cw� a O r w1 U p zz z O a 7 X F Z = W a o Q m < v 7 J 3 zQO O F =° F Z ��° w 0 ~ W O w ° Z W Qavw1 U a J vo O U F N z O W W F W w U W wF F m O p O W N Z Umw a U NFU ov)FW- ~ FOB Z W Y W z o (V O W W Z N O Z W J W W O �i a W w J a W U o a W I, },,I >3 > OJ F li } 0 UUO O Z m O Z W'U 0. z -j J z W U>p2 0 W + N J a J z_ W U w� Q � Q WN W �II,,,,,,II W H W yaiO =FO-a pW O W w Op WO Q w} H Q W 0 W ° } 0 W w X= O m W 0 �_ Z Z} W' �JJ 3 Z LY Z OJ 3 �' Z W� W to J O =nom: :r pOW' Oa WpJ=O a�0 2 J O a O WF W I O W� W a F Z W � Z O aZ wF0 U FW °m ��} 0aU . o 0 0= LY W o V) z v o o m o J a }Oa a) v) of `rri =i owo L, of 0 Q O Q Z° Z, Q W wj f F Q W z_ W x Z� Z Z W I I I I I W o -v mmS Y °m0U LL, Fw> U)WW Ua -J oJ= Z W Y 000 oU10- o wo FFU U) 1 0 1 I Z } W a 0 3:- x Op W�JU W pF a Z aJ 0 W p W O =W wLI)m v1aDw O oom o0O_ wm<m D<P: X h C } O ZL Z J W O W U LLj D-zmm0 }OOZ Lj w }aol =mw5o ~Q OF"FFwo z F=- MF30WvWo a 30¢0Zwmwm� Li (n z} o 0 F J O U 0< U W O10 w a a F 1 ati ZS 00 L) 0 a W m 0 o W OF Z Q HZ o zU a0' °U1wjam OJa aF o>-m< = W Z W w Z 7 p0 5;p }w0 w0 3::o p o m H U w V N U W W W o Z L a (wj a W Z Ow W WFW<"f FU W'aF JFmF Ua tida W Uz W zF (nw F JDOOWOW} W LY a W V J U W U M m o a O O K of Z r< 1 I 1 + 0'a Xh; / / U 0 Lo N O�m r 0 ONO01� 0 00 000 00 00 m m W Z 0000 N Or �r' 00000 a0 W W a ONONO> W 001-W a0 NN O O o 01 M o O 0 O O (� 1 1 aoOOmmoor"m onao0o00Do O@ / L,aj OO)0> W m0)@T 01 CD O) N NN� C-4 CA NNE � NN^ N F ' L.. r c� o x Of W Z cQ L r�f (D z F } I ft W' Ld Of l _J O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QO U oo oo co m m oo oo ao m Do mDom Do 00 _ J F.. ! wm O V zmz Y O 3a of z Z J O Z a w ul IX W cw� a O r w1 a O/\ U 0 Lo N O�m r 0 ONO01� 0 00 000 00 00 m m W Z 0000 N Or �r' 00000 a0 W W a ONONO> W 001-W a0 NN O O o 01 M o O 0 O O (� 1 0' aoOOmmoor"m onao0o00Do O@ M L,aj OO)0> W m0)@T 01 CD O) N NN� C-4 CA NNE � NN^ N F ' L.. r c� o x Of W Z cQ L 0 (D z N O o) 0 7 oo ON m 0 o) 04 N01, ,q: oo ON r -n(r) cp r-O OQ 01O -O OO O>O N N.- O> NOoO W' 00 Fo 00OO r�04 LD O 01 DJ 00 00 00 o0 co o0 o0 (o (o r r oo _J O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z oo oo co m m oo oo ao m Do mDom Do Z p O 3 z Z N O 0 0 r- 0 T O� c*4 10 O W M a / a FO \ W o L rN- /. w 0. 0 F I o a o C w_ ( ` w LI Lo _ j t l� t vv)i ^3 oo -/ ° w 1 I I! I Y _ j:. 1 1wl w m Q- w \ > I z i OJ }v LJ,�w 3w / .w/I 1 1 / I I o�:3�a OJW I °_ . z / /ow WO /1 / D° i wrr / l l l 'r ::.j.,.' ¢ u,z .1 . \. I UO rraz 1 I ^ i_ a 1 0 -\ I 0z 1 „ �q II ¢mow 1 + ,t.fF`: N a^ �< / - F F _ j1 w z o / J I d !L w W F / WOW,i W/ I /.L��L. J `_• °� �.:• :a0 . 1 / ...1. / / / -- I• wvo t %Jt f' .................:.•• Vii.: � \y •'m = i ! > ........\............ / ,y4, 6Z \ \\ AREA iAREA o t U > ckf _z / \Tl itY g '•,nl [[ _.t:: 1 J 7 (Wj W c� p, ` a i 'X ,%Y w W� O a U) J w W w p j- \ 2 oWI; 1 m w oz z } way - Q // /' / • I 1 I a- 0 v v waal�f .S;k maX;,`ka� W 0v, _ r ` �j ( > o �L No LL bp//V 0 0 N O N N + + J J W W J W 3: J =0 3 O W w � Q a _ U = O } } a a z z 0 0 00 ZQ o 0 EL w 0 W Z o z - M V w Q J a W v°i Q o w V Z W 0 \ l i O W I `/ Q� (� 1 0' W R� \\ > F ' Z c� o x Of W c, cQ L J 0 0 N O N N + + J J W W J W 3: J =0 3 O W w � Q a _ U = O } } a a z z 0 0 00 ZQ o 0 EL w 0 W Z o z - M V w Q J a W v°i Q o w V Z W QW 1 LLJ J_ W U Y v p�C7 Z p F- F ' Z c� o x Of W c, cQ L J iY I• E` I r }a + 'x Z,z IW ivocow u, x W Z Q JV QW 1 'W o VJ J [L v p�C7 Z J W W Q 1, LL O 0 o Z c� o U J W Of 0 _- C6 z cQ L OQ m J _J r� N M p $ m 3F �zz�� tW 8 V M z�F a� Q �a U °a °a> W �Z�� w N UI4V N 2 Z V ZZ�Q Z < aar 0 z w r a � H v > W � N1 O r7 M 0 a Y D ♦ Ld W w '£. m } }Za t mmW� x - Z � Zn 9 -LS1ys OI9 884 auoldoaS uoluaa LLo If LOZ \u6!sa() - Z \uoluay ;o Al!O - f9fo \:M :3113 m r m= m m= m m m = == m m m m m 13 '(WfllVO SN001 30b'Sn) WIWMI z Z W O W W om NC G O> ov I l= I w w m C U x 0 0 C5 w c m> w J I m Q I Q W W a ° V) Li I� �I w cr uj Z > N U O ui Q a D N wo d U o ui U 0 z z I o Ln W Fx I w ° No I o w� W W V1 W ° C +I Q Li o H I J 0 b� Q 0 w LLJ 0 o Li 1 W lom b O v I' I I Qz I o I N U- Q za 0 N ui a a ¢ N � o w 3 U N 3 U O I� 0 LW 1 O uj ckf UV� 0 ° W K Q O w F-: of Q W U o w o F- I r w N O 13 '(Wfllb'(i SNOOI 30VSf1) WIWMI U-7 O N N N O° N o 1 0 0 I I I I I 3dOIS 30(13210 '0'1 3dO1S 3003210 d0 301 0 U 0 Of 0 W m O ui Q Q \ Lo W `J W w C~ � 0 U L U Z O za H I 0 �Z �m N I o to v z0 O w w 0 O LzLi p ? U N W J w Q N U Q ° N W O U ° L0 W Q w CY Q O w O U Ld 0 K 0 O U ° O w 3 cr J 0 v=i O W C', 0 0 z K p o � W O U 0 m 0 U Z W J 0U O � O H w Q X N U w w T/ w Q Lr u' 0 N I V ° II 1 1 1 1 1 1 1 1 1 0 w W M O N O n O Lo O u7 O O Y N N 1 1 I N Z J mld '(viniv0 SNOOI 3z)vsn) AMIIWMI n o z V) w 0 \ O \ \ \ \l O w° o z 0Q W ul n ow M za m> J Ln n W LJ M w O O 0 0Q o 4J Oclf 3Q w L cjLr) � N � M Q J O 0 M N I r 1 Q Q aw 1 < zQ 0 z , Q w w o' mQ ao aw 0 oa w w W W W NC F o Z N Q N U W aLn 0 C U In O O O m N m I O W U Z 0 O J J Q W O 0 LLI 0 CY O ul N o I aI ° W o I J X 0 z 3dOIS 3003210 d0 301 v W CL u7 = U Q w N 000 46 0 2 U�� v raj 3dOIS 3003210 '0'1 Q Ln a- Of o I � I I I I I ul N I 0 U I Z o I Lu W d ON o 0 W 0 O u7 O 0 O N O ,(7 O z 0 N N I N U w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI w0 x Q Z WQ O w M U LY Q m d0 ° w w 00 LL), o / U w o ° w o Q Q Ld U o LLI ° Jio J V m w i W `" 0� V N J 0 ~ w U Q o z z U Q o of J F. J Q Q CL w C) of of 0 O O 0 0 N O N N w w J W J = 3 O O W w Q a � x 3 20 O 13 '(Wf11d0 SAM] 30VSfl) AMIIWMI QQ z z ° 0 00 O O O O O N O M N N � u) O I I0 N / N O / O / N / J / O O / O I� I I w U O Q OW U w O \ C1 w Z N u? I W 0 m N r,a)I 0 A + U w 0 O Z =O '\ J z 3 uj :3 of O W I U~ N 0 O U ^vI w m w m O < m �°wI uw w of o I Q COI N Ln �m w Z w w F w w U O z I z U N Q w z ° ~ W Q o o (A U Q 1n 3dOIS 3003210 d0 301 0 0 w v) U � N W } O � � W 0 O W 2 r- 0 wo V. 0 ckf 1 > O 3dOIS 3003210 '0'1 F1 o m O W U- 0 O �L mj � < X Z N < 0 - W N a0o z o d -j 0-0 O Q Z O X o� f W a U) 0 0 0 0 L O > 0 u J U w I �Z Ln Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N = O0Z a Q 0JO O w 1= F-ZU U J D Q fY LLJ Of Of U) F- O U�0 Z z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m N O u2 N N NNr X00 I I 1 1 1 10 / M M / a a � Q Q U u u') 2 w wW V L Ll N N Z N N X Q J 0 w W J J I U U Z Q r r w � �a- J o �t ° °a O � a O O Z W O W W om NC G O> ov I l= I w w m C U x 0 0 C5 w c m> w J I m Q I Q W W a ° V) Li I� �I w cr uj Z > N U O ui Q a D N wo d U o ui U 0 z z I o Ln W Fx I w ° No I o w� W W V1 W ° C +I Q Li o H I J 0 b� Q 0 w LLJ 0 o Li 1 W lom b O v I' I I Qz I o I N U- Q za 0 N ui a a ¢ N � o w 3 U N 3 U O I� 0 LW 1 O uj ckf UV� 0 ° W K Q O w F-: of Q W U o w o F- I r w N O 13 '(Wfllb'(i SNOOI 30VSf1) WIWMI U-7 O N N N O° N o 1 0 0 I I I I I 3dOIS 30(13210 '0'1 3dO1S 3003210 d0 301 0 U 0 Of 0 W m O ui Q Q \ Lo W `J W w C~ � 0 U L U Z O za H I 0 �Z �m N I o to v z0 O w w 0 O LzLi p ? U N W J w Q N U Q ° N W O U ° L0 W Q w CY Q O w O U Ld 0 K 0 O U ° O w 3 cr J 0 v=i O W C', 0 0 z K p o � W O U 0 m 0 U Z W J 0U O � O H w Q X N U w w T/ w Q Lr u' 0 N I V ° II 1 1 1 1 1 1 1 1 1 0 w W M O N O n O Lo O u7 O O Y N N 1 1 I N Z J mld '(viniv0 SNOOI 3z)vsn) AMIIWMI n o z V) w 0 \ O \ \ \ \l O w° o z 0Q W ul n ow M za m> J Ln n W LJ M w O O 0 0Q o 4J Oclf 3Q w L cjLr) � N � M Q J O 0 M N I r 1 Q Q aw 1 < zQ 0 z , Q w w o' mQ ao aw 0 oa w w W W W NC F o Z N Q N U W aLn 0 C U In O O O m N m I O W U Z 0 O J J Q W O 0 LLI 0 CY O ul N o I aI ° W o I J X 0 z 3dOIS 3003210 d0 301 v W CL u7 = U Q w N 000 46 0 2 U�� v raj 3dOIS 3003210 '0'1 Q Ln a- Of o I � I I I I I ul N I 0 U I Z o I Lu W d ON o 0 W 0 O u7 O 0 O N O ,(7 O z 0 N N I N U w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI w0 x Q Z WQ O w M U LY Q m d0 ° w w 00 LL), o / U w o ° w o Q Q Ld U o LLI ° Jio J V m w i W `" 0� V N J 0 ~ w U Q o z z U Q o of J F. J Q Q CL w C) of of 0 O O 0 0 N O N N w w J W J = 3 O O W w Q a � x 3 20 O 13 '(Wf11d0 SAM] 30VSfl) AMIIWMI QQ z z ° 0 00 O O O O O N O M N N � u) O I I0 N / N O / O / N / J / O O / O I� I I w U O Q OW U w O \ C1 w Z N u? I W 0 m N r,a)I 0 A + U w 0 O Z =O '\ J z 3 uj :3 of O W I U~ N 0 O U ^vI w m w m O < m �°wI uw w of o I Q COI N Ln �m w Z w w F w w U O z I z U N Q w z ° ~ W Q o o (A U Q 1n 3dOIS 3003210 d0 301 0 0 w v) U � N W } O � � W 0 O W 2 r- 0 wo V. 0 ckf 1 > O 3dOIS 3003210 '0'1 F1 o m O W U- 0 O �L mj � < X Z N < 0 - W N a0o z o d -j 0-0 O Q Z O X o� f W a U) 0 0 0 0 L O > 0 u J U w I �Z Ln Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N = O0Z a Q 0JO O w 1= F-ZU U J D Q fY LLJ Of Of U) F- O U�0 Z z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m 0 LW 1 O uj ckf UV� 0 ° W K Q O w F-: of Q W U o w o F- I r w N O 13 '(Wfllb'(i SNOOI 30VSf1) WIWMI U-7 O N N N O° N o 1 0 0 I I I I I 3dOIS 30(13210 '0'1 3dO1S 3003210 d0 301 0 U 0 Of 0 W m O ui Q Q \ Lo W `J W w C~ � 0 U L U Z O za H I 0 �Z �m N I o to v z0 O w w 0 O LzLi p ? U N W J w Q N U Q ° N W O U ° L0 W Q w CY Q O w O U Ld 0 K 0 O U ° O w 3 cr J 0 v=i O W C', 0 0 z K p o � W O U 0 m 0 U Z W J 0U O � O H w Q X N U w w T/ w Q Lr u' 0 N I V ° II 1 1 1 1 1 1 1 1 1 0 w W M O N O n O Lo O u7 O O Y N N 1 1 I N Z J mld '(viniv0 SNOOI 3z)vsn) AMIIWMI n o z V) w 0 \ O \ \ \ \l O w° o z 0Q W ul n ow M za m> J Ln n W LJ M w O O 0 0Q o 4J Oclf 3Q w L cjLr) � N � M Q J O 0 M N I r 1 Q Q aw 1 < zQ 0 z , Q w w o' mQ ao aw 0 oa w w W W W NC F o Z N Q N U W aLn 0 C U In O O O m N m I O W U Z 0 O J J Q W O 0 LLI 0 CY O ul N o I aI ° W o I J X 0 z 3dOIS 3003210 d0 301 v W CL u7 = U Q w N 000 46 0 2 U�� v raj 3dOIS 3003210 '0'1 Q Ln a- Of o I � I I I I I ul N I 0 U I Z o I Lu W d ON o 0 W 0 O u7 O 0 O N O ,(7 O z 0 N N I N U w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI w0 x Q Z WQ O w M U LY Q m d0 ° w w 00 LL), o / U w o ° w o Q Q Ld U o LLI ° Jio J V m w i W `" 0� V N J 0 ~ w U Q o z z U Q o of J F. J Q Q CL w C) of of 0 O O 0 0 N O N N w w J W J = 3 O O W w Q a � x 3 20 O 13 '(Wf11d0 SAM] 30VSfl) AMIIWMI QQ z z ° 0 00 O O O O O N O M N N � u) O I I0 N / N O / O / N / J / O O / O I� I I w U O Q OW U w O \ C1 w Z N u? I W 0 m N r,a)I 0 A + U w 0 O Z =O '\ J z 3 uj :3 of O W I U~ N 0 O U ^vI w m w m O < m �°wI uw w of o I Q COI N Ln �m w Z w w F w w U O z I z U N Q w z ° ~ W Q o o (A U Q 1n 3dOIS 3003210 d0 301 0 0 w v) U � N W } O � � W 0 O W 2 r- 0 wo V. 0 ckf 1 > O 3dOIS 3003210 '0'1 F1 o m O W U- 0 O �L mj � < X Z N < 0 - W N a0o z o d -j 0-0 O Q Z O X o� f W a U) 0 0 0 0 L O > 0 u J U w I �Z Ln Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N = O0Z a Q 0JO O w 1= F-ZU U J D Q fY LLJ Of Of U) F- O U�0 Z z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m I O W U Z 0 O J J Q W O 0 LLI 0 CY O ul N o I aI ° W o I J X 0 z 3dOIS 3003210 d0 301 v W CL u7 = U Q w N 000 46 0 2 U�� v raj 3dOIS 3003210 '0'1 Q Ln a- Of o I � I I I I I ul N I 0 U I Z o I Lu W d ON o 0 W 0 O u7 O 0 O N O ,(7 O z 0 N N I N U w K 13 '(Wf11V(i SN00I 3ovsn) AMIIWMI w0 x Q Z WQ O w M U LY Q m d0 ° w w 00 LL), o / U w o ° w o Q Q Ld U o LLI ° Jio J V m w i W `" 0� V N J 0 ~ w U Q o z z U Q o of J F. J Q Q CL w C) of of 0 O O 0 0 N O N N w w J W J = 3 O O W w Q a � x 3 20 O 13 '(Wf11d0 SAM] 30VSfl) AMIIWMI QQ z z ° 0 00 O O O O O N O M N N � u) O I I0 N / N O / O / N / J / O O / O I� I I w U O Q OW U w O \ C1 w Z N u? I W 0 m N r,a)I 0 A + U w 0 O Z =O '\ J z 3 uj :3 of O W I U~ N 0 O U ^vI w m w m O < m �°wI uw w of o I Q COI N Ln �m w Z w w F w w U O z I z U N Q w z ° ~ W Q o o (A U Q 1n 3dOIS 3003210 d0 301 0 0 w v) U � N W } O � � W 0 O W 2 r- 0 wo V. 0 ckf 1 > O 3dOIS 3003210 '0'1 F1 o m O W U- 0 O �L mj � < X Z N < 0 - W N a0o z o d -j 0-0 O Q Z O X o� f W a U) 0 0 0 0 L O > 0 u J U w I �Z Ln Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N = O0Z a Q 0JO O w 1= F-ZU U J D Q fY LLJ Of Of U) F- O U�0 Z z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m O W U- 0 O �L mj � < X Z N < 0 - W N a0o z o d -j 0-0 O Q Z O X o� f W a U) 0 0 0 0 L O > 0 u J U w I �Z Ln Fn 13 '(vqn -Lv0 SN001 30Vsn) AMIIWMI w o N = O0Z a Q 0JO O w 1= F-ZU U J D Q fY LLJ Of Of U) F- O U�0 Z z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m z" W ~ W W wZ S O _ u i N N W Z J ~ IL W W � W O Ir J tL Q C7 p g 0 N Z m W Z OO p E U U } Z W ~ W Q U) U J W Z as W a: Q m 1:4 R2 Q Cq 3 F sx z E W4 O C:6 a rMrhry � V N N v,z�^ N p�a V Z � tVUQ> ¢ ouj i5 u >- i v O O } -Oy0 N Z Z V ZOa a w oN3:� > vi�aa Qa� i 5" mox d 0 U a to N � W > > L,j LLIm o �Irn1Q1 \ N 0 0-IF�2IL�I90 ILO w W Ld Z m } M Z m lb W p O H W Z LL, Y W (/1 H W O w Z x of O W U CL 9 -Ls145 (118 80j- auojd -S uoluaa OLOL£LOZ \u61sa0 - L\uoluaa )o AID - £9£0 \A :311A m m m m m m m m m m m r m m m m r m m ' CITY OF RENTON - WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT Addendum No. 2 — Change to Special Provisions A. Replace Special Provision Section 1- 08.0(2) of Addendum No. 1 with-the following: 1- 08.0(2) Hours of Work Dredge work hours shall be limited to 7 am to 10:00 pm Monday through Saturday. Work between the hours of 7 am and 12:00 noon during airport operations will be subject to strict safety and height restrictions as outlined within Appendix D - Construction Safety and Phasing Plan (CSPP). Work between the hours of 12:00 noon and 10:00 PM Monday through Saturday will be during the North runway closure period and will not require height restrictions per Appendix D. ' Storage of equipment during time periods outside the North Runway closure period (12:00 noon to 10:00 pm) will be subject to the strict airspace height restriction requirements as outlined in Appendix D. Work between 10:00 pm and 7 am at the project site area will not ' be allowed. Work hours at the Elliott Bay disposal site shall be as designated in the City provided regulatory permits and as determined by the U.S. Army Corps of Engineers. L Written permission from the Contracting Agency is required, if a Contractor desires to perform work on Sundays. The Contractor shall apply in writing to the Engineer for such permission, no later than noon two working days prior to the day for which the Contractor is requesting permission to work. Work on Federal Holidays (except Thanksgiving Day and Christmas Day) will be allowed within the 12:00 noon to l Opm work period. Work on Sundays (regular day or holiday) will not be permitted unless permission is obtained from the Contracting Agency. All work shall be conducted in accordance with noise protection requirements set forth in City of Renton Chapter 7 — Noise Level Regulations and WAC Chapter 173 -60 Maximum Environmental Noise Levels. B. Replace Special Provision Section 1 -08.5 of Addendum No. 1 with the following: 1 -08.5 Time for Completion Revise the third paragraph to read: Contract time shall begin on the first working day following the Notice to Proceed date. The work shall be completed in 54 working days. ISpecial Provisions Modification — Addendum No. 2 10/11/2013 'I All in -water work (below Ordinary High Water at all locations) shall be completed by January 15, 2014. Work after January 15, 2014 for in -water activities is prohibited by the City regulatory permits. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by 1 law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: ' a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 C. Replace Special Provision Section 8 -55.3H of Addendum No. 1 with the following: 8 -55.3H Water Quality Monitoring The Contractor shall perform water quality monitoring to ensure their dredging work is complying with the project 401 Water Quality Certification Order #10080 (see project permits). ' The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality Certification and applicable local, state, and federal standards. The Contractor shall have in place Best Management Practices to prevent water quality exceedances and Contingency measures to ' implement should water quality violations occur. A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with regulatory agency requirements and submitted to the Contracting Agency for approval at the same time as the Dredge and Disposal Plan document. The Contractor shall describe in its Dredging and Disposal Work plan what type of best management practices (BMPs) and ' operations will be used to prevent water quality exceedances, and what contingency actions will be taken should water quality exceedances occur. As a component of the water quality monitoring work, the Contractor shall conduct Turbidity Monitoring in accordance with the requirements set forth in the project permits and as required for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be ' conducted using measurement devices (turbidity meter, etc) in accordance with regulatory agency requirements. Special Provisions Modification — Addendum No. 2 10/11/2013 k t t 1' I � d The Contractor shall submit a Water Quality Control Plan, including a description of how the monitoring work will be conducted and proposed equipment, QA/QC, responses to water quality exceedances, drawings indicating location of monitoring location, monitoring frequency and schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall be submitted as a component of the Work Plan and Schedule. Turbidity monitoring work shall be conducted by a technician that is either an employee of Contractor or an independent company experienced in conducting water quality compliance monitoring work. The proposed technician shall have a minimum 5 years of documented experience with water quality and turbidity monitoring work and use of required equipment. A resume for the proposed technician shall be submitted to the Contracting Agency at the time of contract execution for review and approval. Water Quality Monitoring results shall be submitted in report format to the Contracting Agency with each Daily Report and within 24 hours of collecting the data. The Contractor is wholly responsible for meeting water quality standards as stated in the project permits during dredging and dredged material re- handling and disposal. The area of mixing established for this project within Lake Washington is a 150 -foot radius surrounding the in -water activity. Turbidity occurring outside that zone that is more than 5 nephelometric turbidity units (NTU) over background when the background is 50 NTU or less, or a 10% increase in turbidity when the background,turbidity is more than 50 NTU is a violation of the turbidity water quality standard. The Contractor shall monitor activities and implement BMPs and modify dredging methods as necessary to maintain compliance with these standards. The number and location of water quality measurements shall be developed by the Contractor based on their proposed dredging work plan and location of equipment for conducting the work. The following are performance requirements for the water quality monitoring program. • Water quality measurements shall be taken in -situ using a calibrated Hydrolab water quality meter or approved equivalent device. • Monitoring locations, distances from work area, water depths and frequency of water quality measurements shall be determined based on typical requirements for Water Quality Certification Compliance for the type and location of work being performed. This will include monitoring near the compliance boundary and at an offsite area background location (outside the influence of the in -water work activities). Monitoring depths shall be selected based on the water depth at the monitoring point. If monitoring indicates an exceedance of water quality, steps shall be take to reduce, eliminate and prevent a recurrence of the noncompliance. The contingency plan should be described in the water quality monitoring plan. 8- 55.311 (1) Water Quality Monitoring Plan Format The Water Quality Monitoring and Control Plan procedures description shall include: Equipment a. Proposed equipment and calibration and quality control procedures 2. Monitoring schedules ISpecial Provisions Modification — Addendum No. 2 10/11/2013 8- 55.311 (2) Water Quality Monitoring Depths At each monitoring station, (Background, 150 -ft early warning point and the point of compliance 300 feet downstream of the in -water activity or return water location) measurements of turbidity shall be made at 3 depths in the water column: 1. Surface: Within 3 feet of the water surface. t2. Middle: At mid -depth of the water column. 3. Bottom: Within 6 feet of the river bed. D. Supplement Special Provision Section 8- 55.1H(2) of Addendum No. 1 with the following: Contractor to develop a float disassembly and reassembly work plan for submission to the Contracting Agency for review at least 14 days prior to the start of construction. Timber walers, thrurods and grating shall be reinstalled to the float manufacturers recommendations. � I II' ISpecial Provisions Modification — Addendum No. 2 r 10/11/2013 3. Monitoring Locations relative to dredging work, point of return water back to the Columbia River, and storm drain inlet protection a. Methods for location control b. Location(s) for background control 4. Documentation a. The Contractor shall provide a standard Water Quality Monitoring Form for review Contingency Response 5. and Notification Plan a. Retesting Procedures b. Operational Adjustments 8- 55.311 (2) Water Quality Monitoring Depths At each monitoring station, (Background, 150 -ft early warning point and the point of compliance 300 feet downstream of the in -water activity or return water location) measurements of turbidity shall be made at 3 depths in the water column: 1. Surface: Within 3 feet of the water surface. t2. Middle: At mid -depth of the water column. 3. Bottom: Within 6 feet of the river bed. D. Supplement Special Provision Section 8- 55.1H(2) of Addendum No. 1 with the following: Contractor to develop a float disassembly and reassembly work plan for submission to the Contracting Agency for review at least 14 days prior to the start of construction. Timber walers, thrurods and grating shall be reinstalled to the float manufacturers recommendations. � I II' ISpecial Provisions Modification — Addendum No. 2 r 10/11/2013 fJ 11 F� 1 t t APPENDIX B — PERMIT DOCUMENTS SUPPLEMENTAL INFORMATION DEPARTMENT OF THE ARMY PERMIT - Typical Permit Conditions The following are typical permit conditions that the U.S. Army Corps of Engineers will require for the execution of the work at the City of Renton Seaplane Base Maintenance Dredging Project. Special Provisions: a. At least 14 days prior to beginning the dredging and disposal work, you must notify the Corps. Seattle district, Regulatory Branch Project Manager, by telephone, (360) 734 -3156, to schedule a Predisposal Conference. b. At least 7 days prior to the scheduled Predisposal Conference, you must submit to the Corps, Seattle District, Regulatory Branch Project Manager, a quality control plan for dredging and disposal. This plan must include: the equipment and vessels to be used, operational controls to ensure dredging accuracy, disposal positioning procedures, spill control and response measures, water quality monitoring and contingency plans for water quality exceedances, debris management, personnel and responsibilities, dredging and disposal schedule, report submittals, agency contact information and coordination procedures. The plan must be approved by the Corps, Washington State Department of Natural Resources and Washington State Department of Ecology prior to commencement of open -water disposal. c. At least 7 days prior to dredging and disposal, you, the dredging contractor's representative, and the dredging contractor's disposal positioning supervisor must attend a Predisposal Conference to review the Corps permit conditions, dredging and disposal control plan, DNR site -use authorization and water quality certification. d. A predisposal dry run to the Elliott Bay open -water disposal site may be required by the Corps. At the discretion of the Corps, the Regulatory Branch Project Manager may ride out to the disposal site during the predisposal dry run or the first disposal run to verify positioning accuracy. e. Disposal at the Elliott Bay open -water disposal site must be by bottom -dump barge or hopper dredge, unless coordinated in advance with the Seattle District Dredged Material Management Office. f. Disposal operations must not interfere with Indian treaty fishing at the Elliott Bay disposal site, including gill nets and other fishing gear. You must coordinate any nighttime disposal with the Corps, Seattle District, Regulatory Branch, Project Manager. Approval must be received from the District Engineer prior to conducting nighttime disposal. g. For projects in Puget Sound: The United States Coast Guard must be notified by email at D13 -PF- LNM@uscg.mil at least 14 days prior to commencing dredging operations, so the project information can be issued in the Local Notice to Mariners. h. The USCG Puget Sound Vessel Traffic Service (VTS), also known as "Seattle Traffic ", must be contacted by radio prior to each disposal at the Elliott Bay disposal site for positioning and verification of location within the disposal site target area. Disposal may not commence until verification is received from the USCG. Information required by the USCG must be provided for recording of the dump. i. You must have a copy of this permit available on the vessel used for the authorized transportation and disposal of the dredged material. j. All deviations from the authorized dredging footprint or depths must be reported to the Regulatory Branch Project Manager with 24 hours of discovery. k. Plotted results of the post- dredge bathymetric survey must be submitted to the Dredged Material Management Office in PDF format within 30 days of completion of dredging. Results must clearly display the post- dredge sediment surface in relation to the permitted dredge boundary and depth, as well as the location of project features such as docks, wharfs and other landmarks. The vertical datum must be clearly indicated. Full bathymetric survey data must be submitted upon request. 1. If dredging cannot be completed prior to the "recency determination" date specified in the DMMP suitability determination, the DMMO Project Manager must be contacted. The DMMO project Manager will coordinate with the other DMMP agencies to determine whether an extension to the recency period can be granted. s h Fi t Ll CITY OF RENTON WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT BIDDER QUESTION & ANSWERS 1. Is the contractor responsible for field locating the utility or can they just use the existing field flagged and documentation provided in the appendices? es, the Contractor is responsible for conducting pre- dredge utility locate which 4 ould include the use of specialty equipment as multi -beam, magnetometer, sub j bottom profiler and divers to locate the ATT and King County Metro Sewer lines 'Approximate locations and information are provided in the Appendices but must I e field verified prior to the start of dredging I 2. What timeline does the City have for making an award since the timeline for conducting the work is so tight and a December 31 in -water work closure. iIf the project will proceed for the 2013 work window, the City will make an ,award on or before November 1, 2013. An extension on the work window ha leen granted and therefore will change from December 31 closure to January 15, 2014. The change in work window closure is described in the addendum., 3. Is the City developing a water quality control plan and conducting the water quality monitoring work. The development of a water quality monitoring plan document and the execution of the field data collection work for water quality monitoring is the responsibility, f the Contractor as outlined in the project permits. Additional information will 2e _provided in Addendum No. 21 4. Will the contractor need to accommodate seaplane traffic within the work area during construction? es, but advance coordination between seaplane pilots and control tower will be made to provide sufficient notice (such as 1 hour prior notice) to the contractor to provide time to reposition equipment to allow navigation of seaplane through the �k area. 5. There appears to be requirements outlined in the Washington Department of Fish & Wildlife Hydraulic Project Approval Permit such bank stabilization and streambed gravel placement. How do these relate to the contract work? ✓lamtenance Dredge Project work scope is as outlined in the Plans & Special) sions and consist of dredging, dredged material disposal, LWD salvage,F- temporary removal surveying and water quality monitoring. Permit rements such as bank stabilization and fill material for habitat enhancement do not apply to this contract. All other permit provisions pertaining to this *acts scope of work will apply Pre -Bid Meeting Q &A City of Renton Seaplane Maintenance Dredge Project 10/11/2013 1 t See working hours updates in Addendum No. 2 Special Provisions, Section 1- 08.0(2) Fat_ d s and Federal Holidays falling on Monday through Saturda exce t hanksgiving and Christmas days were added as working days. Airspace restrictions 8. This project requires dredging directly over the top of a ductile iron sewer main installed in the 60's. There is no information provided regarding the condition of the utility, however the specs state that it is GC's responsibility for any damage to the pipe. Past experience with old sewer mains of this type is that they can be extremely brittle or fragile. Please provide a condition survey and /or any other condition information available from King County. request has been sent to King Co 9. Would the Owner consider alternate dredging methods such as hydraulic dredging in these areas to avoid adverse risk to the contractor of breaching / damaging the pipe? 6. It has come to our attention that ACOE will be closing the large locks per the attached document from November 6t" for two weeks following that date. Please confirm and /or clarify. equirements since changes to the permit would not be known at the present time and be subject to the approval by the regulatory agencies for the .specific proposed Large Lock closure from November 6 -21 was confirmed today with Tanya King USACE 1 r 7. Because there are two major holidays occur during the short contract period Nov 15 -Dec 31, restricted work hours allowed in the contract due to noise restrictions and flight times restrict critical path production also, and a Large Locks Closure the first week of construction; the feasibility of the project schedule seems questionable given the scope of work to be performed. Since critical path production and also the ability of deck barges and dump scows to transport material for open water disposal in the short contract time ■ allowed are so restricted, will the Owner consider expanding the allowable work hours of operation and /or allowable work days in the Contract to allow adequate time to complete ' the work? See working hours updates in Addendum No. 2 Special Provisions, Section 1- 08.0(2) Fat_ d s and Federal Holidays falling on Monday through Saturda exce t hanksgiving and Christmas days were added as working days. Airspace restrictions 8. This project requires dredging directly over the top of a ductile iron sewer main installed in the 60's. There is no information provided regarding the condition of the utility, however the specs state that it is GC's responsibility for any damage to the pipe. Past experience with old sewer mains of this type is that they can be extremely brittle or fragile. Please provide a condition survey and /or any other condition information available from King County. request has been sent to King Co 9. Would the Owner consider alternate dredging methods such as hydraulic dredging in these areas to avoid adverse risk to the contractor of breaching / damaging the pipe? Pre -Bid Meeting Q &A 10/11/2013 City of Renton Seaplane Maintenance Dredge Project 2 he project permits allow for mechanical dredging. Alternative dredging techniques such as hydraulic dredging are not currently permitted and would require approval from the' various regulatory permitting agencies. The project should be bid based on the contract equirements since changes to the permit would not be known at the present time and be subject to the approval by the regulatory agencies for the .specific proposed pwould hangs) 10. Can the North -South Dock removed, sheet 4 has a note C that seems to suggest that. Pre -Bid Meeting Q &A 10/11/2013 City of Renton Seaplane Maintenance Dredge Project 2 ij t t 1 LI t L� t t Pr - e Bid Meeting Q &A 10/11/2013 City of Renton Seaplane Maintenance Dredge Project 3 V 1A Edmonds, WA Engineer: Date; COAST & HARBOR Austin, TX San Francicso, CA ENGINEERING New Orleans, LA Checked By: Date; www.coastharboreng.com Delray Beach, FL Client; Project: Notes: Me No.: yt AA 0 jp,0 Re P 4. 7: 4'0'P-:w' 604ev;X «'1i.. 3 AG "v CIO C-,?,w W 4" he fW, ls.a T iii i A 7 (4-7& iiw�- r5 P. K i) t- sw y' omi 0.1.1 106-716-3411 'a fvi or olrw, Pi yt ADDENDUM NO.3 Will Rogers Post Memorial Seaplane Base Maintenance Dredging Project October 15, 2013 City of Renton Public Works Transportation Division City Hall, 5th Floor 1055 South Grady Way Renton WA 98057 To All Contract Document Holders: You are hereby notified of the following changes, deletions; additions, corrections and clarifications to the plans, specifications, and other documents comprising the Contract Documents for the City of Renton Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Acknowledge receipt of this addendum on the Bid Form. Failure to do so may subject the Bidder to disqualification. This addendum consists of- -Changes to the contract documents and the appendices of the special provisions. Description of Change Remove existing entire documents: • Appendix B — Permit Documents Supplemental Information The following is additional information and modifications of existing documents: • Call for Bids • Appendix B —Department of the Army Permit —No. NWS- 2010 -552 • Appendix E -. King County Report on Sonar Profiling Survey Bryn Mawr Trunk Siphon — tRenton, WA NO OTHER CHANGES By: Ben Dahle, P.E. Airport Capital Project Coordinator Addendum No. 3 10/15/2013 CITY OF RENTON WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NUMBER CAG -13 -177 CALL FOR BIDS Sealed bids will be received until 2:32:3 October 17, 2013'' at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 511 on the 5 floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. Work will need to be conducted in accordance with permitted work windows for Lake Washington which are limited to the time period of i ovember 16 to January 15, 2014'. All in-water work is required to be completed b Jana 15 2014,.��� p Y _ ry _.� . The project consists of Maintenance Dredging of the existing Seaplane Base Facility at the Renton Municipal Airport Seaplane Base Facility located at the South end of Lake Washington. The work includes construction surveying, environmental protection and water quality monitoring, dredging, dredged material disposal at open water disposal site in Elliott Bay and Large Woody Debris removal and stockpiling. All Contractors are required to attend a mandatory pre -bid meeting October 10, 2013 at 10:00 AM PST. The pre -bid meeting will be held at the Former Chamber of Commerce Building, 300 Rainer Avenue North, Renton, WA 98057. Contact Ben Dahle for questions regarding pre -bid meeting location, phone (425) 430 - 7476. The City reserves the right to reject any and /or all bids and to waive any and /or all informalities. The Engineer's cost estimate is in the range of $600,000 and $1,100,000. Bid documents will be available 25`h, September, 2013. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc., at http: / /www.bxwa.com. Click on "bxwa.com "; "Posted Projects "; "Public Works ", "City of Renton ", "Projects Bidding ". (Note: Bidders are encouraged to "Register as.a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." Questions about the project shall be addressed to, Ben Dahle, City of Renton, Renton Municipal Airport, 616 West Perimeter Road, Unit A, Renton, WA, 98057 -5327, phone (425) 430 -7476. A certified check or bid bond in the amount of five percent (5 %) of the total of each bid must accompany each bid. The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall apply. Published: Daily Journal of Commerce Daily Journal of Commerce Bid Opening Bonnie I. Walton, City Clerk September 25, 2013 October 9, 2013 October 17, 2013 11 DEPARTMENT OF THE ARMY PERMIT Permittee: Renton Municipal Airport City of Renton Airport 616 West Perimeter Road, Unit A Permit No: NWS- 2010 -552 Renton, Washington 98057 Issuing Office: Seattle District NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the U.S. Army Corps of Engineers (Corps) having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terms and conditions specified below. Project Description: Maintenance dredging of up to 16,000 cubic yards of sediment over a 48,000 square foot area at the Seaplane Base. Project would return the lakebed to a target +8.5 feet elevation (Corps of Engineers Lake Washington Datum) and a 1 -foot over - dredge, which is the approximate lake bed elevation prior to the flood events in 2006 and 2009. Floats and piles in the dredge area may be removed to complete the dredging and reinstalled when dredging is completed (in accordance with the plans and drawings dated September 25, 2013, attached hereto which are incorporated in and made a part of this permit). The purpose of the project is to maintain navigational depth at the Renton Municipal Airport Seaplane Base. Project Location: In Lake Washington, at Renton, King County, Washington. Permit Conditions: General Conditions: 1. The time limit for completing the work authorized ends on OCT 15 2016 If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least 1 month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in accordance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification to this permit from this office, which may require restoration of the area. j3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit, you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. n Renton Municipal Airport NWS -2010 -552 7. After a detailed and careful review of all the conditions contained in this permit, the permittee e e acknowledges that, although said conditions were required by the U.S. Army Corps of Engineers, nonetheless the permittee agreed to those conditions voluntarily to facilitate issuance of the permit; the permittee will comply fully with all the terms of all the permit conditions. OB Special Conditions: it a. (You must provide a copy of the permit transmittal letter, the permit form, and drawings to all contractors performing any of the authorized work. b. The permittee understands and agrees that, if future operations by the U.S. require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the U.S. Army Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the U.S. No claim shall be made against the U.S. on account of any such removal or alteration. c. At least 14 days prior to beginning the dredging and disposal work, the permittee must notify the U.S. Army Corps of Engineers, Seattle District, Regulatory Branch Project Manager, by telephone, (206) 764 -3495, to schedule a Predisposal Conference. d. At least 7 days prior to the scheduled Predisposal Conference, the permittee must submit to the U.S. Army Corps of Engineers (Corps), Seattle District, Regulatory Branch Project Manager, a quality control plan for dredging and disposal. This plan must include: the equipment and vessels to be used, operational controls to ensure dredging accuracy, disposal positioning procedures, spill control and response measures, water quality monitoring and contingency plans for water quality exceedances, debris management, personnel and responsibilities, dredging and disposal schedule, report submittals, agency contact information and coordination procedures. The plan must be approved by the Corps, Washington State Department of Natural Resources, and Washington State Department of Ecology prior to commencement of open -water disposal. e. At least 7 days prior to dredging and disposal, the permittee, the dredging contractor's representative, and the dredging contractor's disposal positioning supervisor must attend a Predisposal Conference to review the U.S. Army Corps of Engineers permit conditions, dredging and disposal quality control plan, Washington State Department of Natural Resources site -use authorization and water quality certification. f. A predisposal dry run may be required by the U.S. Army Corps of Engineers (Corps). At the discretion of the Corps, the Regulatory Branch Project Manager may ride out to the disposal site during the predisposal dry run or the first disposal run to verify positioning accuracy. g. Disposal at the Elliott Bay site must be by bottom -dump barge. Disposal by any other means is prohibited. h. Disposal operations must not interfere with Indian treaty fishing at the disposal site, including gill nets and other fishing gear. The permittee must coordinate any nighttime disposal with the U.S. Army Corps of Engineers, Seattle District, Regulatory Branch Project Manager. Approval must be received from the District Engineer prior to conducting nighttime disposal. i. The United States Coast Guard must be notified by letter 14 days prior to commencing dredging operations. Notification should be sent to Commander (dpw), Thirteenth Coast Guard District, 915 Second Avenue, Seattle, Washington 98174 -1067 or faxed to (206) 220 -7265 so that the information can be issued in the Local Notice to Mariners. Dredging operations north of a line between Bush Point on Whidbey Island and Nodule Point on 2 Renton Municipal Airport NWS- 2010 -552 Marrowstone Island must monitor VHF-FM Channels 13 and 5A. Dredging operations south of this line must monitor VHF -FM Channels 13 and 14. j. The United States Coast Guard Puget Sound Vessel Traffic Service (VTS), also known as "Seattle Traffic", must be contacted by radio prior to each disposal for positioning and verification of location within the disposal site target area. Disposal may not commence until verification is received from the USCG. Information required by the USCG must be provided for recording of the dump. k. You must have a copy of this permit available on the vessel used for the authorized transportation and disposal of the dredged material. iI. All deviations from the authorized dredging footprint or depths must be reported to the Regulatory Branch Project Manager within 24 hours of discovery. m. Plotted results of the post- dredge bathymetric survey must be submitted to the Dredged Material Management Office in PDF format within 30 days of completion of dredging. Results must clearly display the post- dredge sediment surface in relation to the permitted dredge boundary and depth, as well as the location of project features such as docks, wharfs and other landmarks. The vertical datum must be clearly indicated. Full bathymetric survey data must be submitted upon request. n. If dredging and disposal cannot be completed prior to February 15, 2014, the Dredged Material Management Program (DMMP) agencies have determined that additional sediment testing will be required. The Dredged Material Management Office Project Manager must be contacted regarding this testing. Dredging and disposal beyond February 15, 2014 cannot occur without written documentation of the additional testing and approval from the DMMP agencies. o. You must implement and abide by the Endangered Species Act (ESA) requirements and /or agreements set forth in the Will Rogers -Wiley Post Memorial Seaplane Base Biological Assessment, dated April 2012, in its entirety. The U.S. Fish and Wildlife Service ( USFWS) concurred with a finding of "may affect, not likely to adversely affect" based on this document on November 8, 2012 ( USFWS Reference Number 01EWFW00- 2013 -1- 0005). The National Marine Fisheries Service (NMFS) concurred with a finding of "may affect, not likely to adversely affect" based on this document on October 31, 2012 (NMFS Reference Number 2012/04582). Both agencies will be informed of this permit issuance. Failure to comply with the commitments made in this document constitutes non - compliance with the ESA and your U.S. Army Corps of Engineers permit. The USFWS /NMFS is the appropriate authority to determine compliance with ESA. p. In order to protect the listed threatened and endangered species in the project area, you may conduct the authorized activities in the work window as agreed to and documented in writing through consultation by the U.S. Fish and Wildlife Service and /or National Marine Fisheries Service (Services) in any year this permit is valid. If changes to the originally authorized work window are proposed, you must re- coordinate these changes with the Services and receive written concurrence on the changes. Copies of the concurrence(s) must be sent to the U.S. Army Corps of Engineers, Regulatory Branch, within 10 days of the date of the revised concurrence. Further Information: 1. Congressional Authorities. You have been authorized to undertake the activity described above pursuant to: t4 Section 10 of the Rivers and Harbor Act of 1899 (33 United States Code (U.S.C.) 403). Section 404 of the Clean Water Act (33 U.S.C. 1344). 3 Renton Municipal Airport NWS- 2010 -552 ❑ Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.0 1413). 2. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, State, or local authorization required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal project. 3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: causes. Damages to the permitted project or uses thereof as a result of other permitted activities or from natural b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. lc. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data. The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require include, but are not limited to, the following: a. You fail to comply with the terms and conditions of the permit. b. The information provided by you in support of your application proves to have been false, incomplete, or inaccurate (See 4 above). c. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 Code of Federal Regulations (CFR), Part 325.7 or enforcement procedures such as those contained in 33 CFR, Parts 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR, Part 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 4 I Renton Municipal Airport NWS- 2010 -552 6. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps will normally give favorable consideration to a request for an extension of this time limit. Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit. Ren on Municipal Airport (DATE) This permit becomes effective when the Federal official, designated to act for the Secretary of the Army, has signed below. Bru a A. Estok olonel, Corps of Li District Engineer � I 5 t (DATE) Renton Municipal Airport NWS- 2010 -552 When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. (TRANSFEREE) 2 (DATE) Q ~ CL � � j i�l.l ti Z z 0o U > Q J H- �g Q 1-1 Z CL U (LL¢ua Q W co o �- N m - � Fi Z` J CL \' • 1f, pR OOZ mi zWo W:2W� i� a cn z A li H 0 0z ,� lwg. �.1 � y�� o U Z w 8_�� a c $ a ;wROyIE =L W Q z° � W r a e„ pill C.) cn W 2 k� W� Y 0 cn u n _W M 111 l0 ri N + Ln W 111 i O N O t 0 O (V N 07 U} N .1.1 >ri�a mmmw7 rcrc w �i t0 d . t tM-aa san+e..a wiwrcooicwt\.n+w - nw+w. n ao �wciiaa - caa\a avi o < 1 . a .; 11 1 1 W< o g '� �� m m� �<� a ICE is 9 �.'r<i'}�^55 3 Y m =3 j yW Yn ICJ �KZ "zzzpzzzp'g� S �'�L'i iL i,_ i� ¢ a >ri 3 r5oii syl° iF i�ivi O �<M 3 ii Q �jag 7Y`a i toy6 - °o s1 2 ` �l�� ga gaga � LQ t Z N k S 1 'I / um a �8 71 ' t � W r x �'yi........................................................ ..................._.,......... x r ....\ ......................_..... ............................... ..... ..............,. ............ lot AM 1 All �^ 1 '� /r m �•`. 1,N6 i AN o t ".11111 ' Nc =� , v�G� No i i } O -- "``�itll I r /' t^ 111' - „-�:^ 11 •_.J_ -1 �,: f d -.t.. •\ � ._ ` `�� rX'f iris «i /' r'iirillb I�!11 11 1 r1 ip� '- � V , -�� �'I ^\ 11 , br,`, / - v � r t li ' r� , _ 1 � `� }�`"'k11,7 p�5 ^•, �° � y� 11 ! � into 0 I « \ '�u 1 `�I «\ \ 7 rl✓ /hr /'/ Ill,l �1 '1 \ t \ n nr�:r4 dy,lrr, ni ,,' / I r' , /.:.'sii a, ✓u� 6QQ� si .,�4 qty ,�# " iF /h i i�71 � /i�' i .. ,,, , r // ; I 11 '{` • ' »,71r ,vl /:afr ': i i 7 �• i ,t /'f 1'il`iI11Ut - � - ii //, / I ' i i f,t/,i l�\ \�: ;. =._�_ - /IJ r' _ 9iz <7 .d..11...Jl /if/t ! �"rv�" y•`a a / / 1 r I -. 11 �.♦ l '. ..9• /C, r� � f I \' 7,./../17/ ....i. YO 11 4 ��; . I . 1...1..x.,.,.7.` ...r, , .. ff ...... �� r iS4 Ft Aks 1Yr 1 1 L'•3, f i i f f /;+ , 7 , r / r i r �/. r, � 1 ^� j , .- Og. ee . r >• � /Ir` / ; /'� dam/ r ! ,'- f a� •�; r(J ; 1 `"�'''' � r l l - �z I(i�tr� � �� "�' `�� '' - iJ•� ti w //r FI'i: p;?.*f� , l { •} � (r(�qo Lai3 zd N< N W "p' ld Dim u1 1 /� (�..'•� 'Sf�'t 1�a,- ,.i,r�l. I s k"t ...��� iii ili ,E ,4kwoo� x, a.7 ,"� z +.. ,;�� � Sr: v�,�• �� tl: '� - `,� o w 3lg iF - - - - - - . -r I "-na rs-.�s.n ..larcmarx, •a - n.a�.: wrm _.9. -,\y -:,,. v Y �v N w K 1 �✓}�� y t t�. !.. ,. . fi if . V �x CL 6 xxY �i }4 QJ 0 A•.f. 'rte ). O Ho V a_ M V3� H H o, N w H a }n I In Q v Y �v N w K 1 �✓}�� y t t�. fry E V V 691 T CL 6 Q 0 0 LL 0pw O O Ho a_ M V3� H H o, N w H a }n I In Q v w K 1 i 0 �Q 5 E V V 691 T CL 6 Q 0 0 LL 0pw O O Ho a_ M V3� H H a z Q l i Zs M �C Q L9 25 O fig§ 8� W4 to bo } �zf A Q 4 �• Y y} x _ Q w U i 0 �Q 5 E V V 691 T CL 6 Q 0 0 LL 0pw O O Ho a_ M V3� H H o, N w H }n I In Q O W4 to bo } �zf A Q 4 �• Y y} x _ Q IIi111Q� tn i 0 5 GI � Jh Ho 3� M o, N w H }n I In Q Ln N a ffflWl � IIi111Q� i i 5 Ho M o, N w H }n I In 41 O Ln N a � N4j .. F mmmw'� i m m i-7 w�yr" R P 5 Igo 1 lot vu is, OU tom" 06 to wig 8 k 11 1 1. 0 Z r 9194111 1 3 55 Thy tea 5 y 1, MR z D 0--' oil .... 06"' to, w dd V�Q as NOW., -A- 1,05, Q MIT tilt 'a 1Y/ MI" j 1 Ham 4 J:w --j" 4 i It f C, 'NE ih lasso sit NEON!% 53 all xp, tn Ej ads v H 11111 1L to I `1 o N C) I W ri In 01 to `(�+ o a. 13 '(nruv0 sxwl 3ovsn) netllnul )y M N v 0 Z z NR�9Np N u O S Q z � 00 c wo O $ LL I U 3dOls 30a3tla '0'1 � y Q fj O W 8 0� 13 •(vvttr0 51:701 30VSn) MllfRtl o a 3dOls 300.1E10 10 s01 I\ I 3dOlS 300381 30 301 f �I r utI _ I r I h � .I $� i'it ' tai W 11ZC. \ i d`l t\ 1 s 13'(gftiv0 snol 30v9n) AM711 O 1, 8 O V 3Rn o ^ N Im � I i i ry f If t•, 1\i� IS iii 3 b r I _ 3dOlS 300ltla 10 301 1\ g 161 3 �ld '(wfUVO SNa0l 37KM1) MAllnMl f �}' g u % Yw� 3dals 3003HO 30 301 UOlS 3003NO'01 I I 1 � 3dOlS 3003aa 01 �I I I o 2 13'(Wn1V(l SUMI 37VSn) wnmi I p2p y p 1! '(MnLYO MIDI 30vsn) M1111tM1 o eh EE 1611 #p� �Ws � w 2( �E . F41 R ® 2 § § u t w -- %0) °gym . \ \ ) ��� § ] ( � 2 _ƒ � � •§ « a },% 7 � � | § q hit � « «| �kdr d / || \ � / / N \ / \ / - � ( •) 3) �` � & § a ( \ � / k ■ � ) k /§ \§ , » £� 51 § k §!■ ;| §§ ° k §K§22 kk22§ »aa|! KING COUNTY REPORT ON A SONAR PROFILING SURVEY BRYN MAWR TRUNK SIPHON RENTON, WA October, 2009 PROJECT FGI -1098 Frontier Geosciences Inc. 237 St. Georges Avenue, North Vancouver, B.C., Canada V71- 4T4 Tel: 604.987.3037 Fax: 604.984.3074 Sonar Solutions International Inc. 855 Trosper Road, Tumwater, WA, USA 98512 Tel: 360.943.5840 Fax: 360.943.5865 CONTENTS page 1. INTRODUCTION 1 2. SCOPE OF WORK 1 3. SURVEY METHODOLOGY 1 3.1 Instrumentation and Survey Operation 1 3.2 Data Processing 5 4. SURVEY RESULTS 6 5. LIMITATIONS 9 ILLUSTRATIONS Frontier Geosciences Inc. location Figure 1 Site Plan - Bryn Mawr Trunk Siphon Page 2 DWG: BM- LONG -I Longitudinal Sections Appendix DWG: BM8 -SEC -1 10 -8 Inch Cross Sections Chainage 5' to 260' Appendix DWG: BM8 -SEC -2 10 -8 Inch Cross Sections Chainage 265' to 520' Appendix DWG: BM8 -SEC -3 10 -8 Inch Cross Sections Chainage 265' to 520' Appendix DWG: BM8 -SEC -4 10 -8 Inch Cross Sections Chainage 785' to 1040' Appendix DWG: BM8 -SEC -5 10 -8 Inch Cross Sections Chainage 1045' to 1300' Appendix DWG: BM8 -SEC -6 10 -8 Inch Cross Sections Chainage 1305' to 1520' Appendix DWG: BM14 -SEC -1 16 -14 Inch Cross Sections Chainage 5'to 260' Appendix DWG: BM14 -SEC -2 16 -14 Inch Cross Sections Chainage 265' to 520' Appendix DWG: BM14 -SEC -3 16 -14 Inch Cross Sections Chainage 525'to 780' Appendix DWG: BM14 -SEC -4 16 -14 Inch Cross Sections Chainage 785'to 1040' Appendix DWG: BM14 -SEC -5 16 -14 Inch Cross Sections Chainage 1045' to 1300' Appendix DWG: BM14 -SEC -6 16 -14 Inch Cross Sections Chainage 1305' to 1520' Appendix Frontier Geosciences Inc. 1 1. INTRODUCTION The Bryn Mawr Trunk Siphon is located in Renton at the south end of Lake Washington. The inlet structure is located near the old treatment plant location, northwest of the airport near South 113th St. The outlet structure is located in Cedar Creek Park northeast of the airport. The siphon consists of three barrels of 24 inch, 16 inch transitioning to 14 inch, and 10 inch transitioning to 8 inch. The two smaller diameter siphons were surveyed in this program. The siphons are constructed of cast iron pipe with a nominal length of 1590 feet. The siphons are accessed from inlet vault RO1 -43B and outlet vault RO1 -43. The surveys were carried out in good weather and flow conditions on the 21 st and 22nd of October, 2009. The sonar system employed is a compact 2.2 MHz rotating head unit. The unit includes a roll ' and pitch system which was used to provide tool orientation. The sonar system was pulled through the pipe by means of a winch located at the siphon inlet. Communication with the sonar unit was carried out via an umbilical cable operated from a winch system located at the siphon outlet. A cable payout counter recorded the probe position as the sonar instrument was moved through the trunk, and load cells were used to monitor the amount of strain on each cable. 2. SCOPE OF WORK The project entailed carrying out a sonar profiling inspection of the Bryn Mawr Trunk Siphon. The purpose of the inspection was to assess the condition of the pipe, to ascertain the level of sediment or other obstruction in the pipes, and to provide a benchmark to plan the remediation program. The survey presented a number of challenges including very small diameter pipes (8 inch), significant bends in the pipe, and transitions between pipe diameters. 3. SURVEY METHODOLOGY 3.1 Instrumentation and Survey Operation ' The probe instrumentation acquired sonar data in real time and transmitted this data to the operations trailer through an umbilical cable. The probe instrumentation was contained within a high pressure, water tight housing. Power for the electronics was transmitted on copper conductors incorporated into the umbilical cable. Other telemetry information relayed back to the operations trailer included cable tension, system attitude, and temperature and voltages in the probe. The data was displayed on color graphics displays for real time monitoring and stored on hard disk in the operations trailer. A 2.2 MHz Marine Electronics Model 2512 scanning narrow -beam profiling sonar was used on the survey. The sonar generates a narrow cone of acoustic pulses that are transmitted through the water. Once the pulse hits a target, it bounces back and the echo appears as a data point. Settings for the sonar operation, based on local site conditions, are entered in the control software. Through the use of subsequent processing software, this data is translated into XYZ positions and can be plotted in a variety of formats. Frontier Geosciences Inc. d r LAKE WASHINGTON R01 -4413 I �• C! it n A cable winch and take up equipment driven by a variable speed electrical /hydraulic motor /gearbox system which can develop tensions of up to 1000 pounds, was used as the draw works for the survey. The cable is terminated into a rotary slip ring assembly. A payout device located at the winch station was used to measure the amount of umbilical cable deployed to high precision. This device also incorporates a load cell to measure the force on the cable system. These signals are relayed via a cable to the operations trailer displays. The operations trailer for the Bryn Mawr Trunk Siphon command was located along the side of the road on the Cedar Creek Park access road near the vault manhole. Sonar Solutions personnel rigged a manhole sheave wheel and downhole cable turning shoe to direct the umbilical cable into each of the siphon barrels. Photo 1, Bryn Mawr Siphon outlet access MH R01 -43 showing Boeing Plant in background The umbilical cable was then seated in the payout counter and load cell system, engaged with the hydraulic tugger, and the probe was lowered into the shaft. The survey was commenced after the payout zero for the sonar head position was established, and all recording software was operating. The pull through operations were initiated by the Sonar Solutions crew by sending a drogue through the 16 -14 inch pipe. Once the drogue was recovered from the outlet end of the pipe, the tow line was attached to the sonar sonde. The tow cable winch was driven by a variable speed hydraulic tugger and winch system. Frontier Geosciences Inc. Photo 2, Tow line drawworks setup at siphon inlet (photo: Dale Wenzel) The probe was then launched, controlled by the umbilical cable upstream, and the inspection operation was underway. The tow line winch was operated at a constant torque, and the umbilical cable winch was run at a constant. speed resulting in the slow, smooth progress through the pipe required to obtain high quality cross sectional data. The run was completed when a marker flag on the rope emerged from the south vault, and the projected measured distance had elapsed. The process was then reversed and the probe recovered at the umbilical cable end of the inspected section of pipe. The process was then repeated to survey the 10 -8 inch barrel. As there was very little flow in the 16 -14 inch barrel on the day of the survey, Sonar Solutions personnel temporarily obstructed the 10 -8 inch barrel in order to provide sufficient flows to operate the drogue. No flow control was required for operations in the 10 -8 pipe. Frontier Geosciences Inc, [I 0 3.2 Data Processing The sonar data was processed in a number of stages. The first stage consisted of picking a reflection horizon from the sonar data file. An algorithm with a variable threshold and exclusion filter was used to define the pick distance, and the main reflection was selected. A discrete chainage value for each sonar ping was determined by performing a time -based interpolation between the points of the payout data records. Data from the pitch and roll sensors were then interpolated into the positional array from the ping data. The wall reflections were rotated back to a normal plane to correct for probe rotation in the pipe. The data was then analyzed to determine the distance between the sonar, the side walls, and crown of the pipe. By combining this with data from the tilt sensors, horizontal and vertical displacements for the sonar could be calculated for each data point. A spline fit through the displacements created a probe path curve, and the XY position of each point was then shifted so that the sonar was reduced to the equivalent of pipe center. The data was then ready to be processed to allow cross - sectional drawings. As well, detailed measurements of percent area relative to an ideal pipe were calculated. Processing of Sonar Determined Pipe Radii Frontier Geosciences Inc. 6 4. SURVEY RESULTS The processed sonar data for the Bryn Mawr Trunk Siphon was plotted in cross - section format at a scale of 1 inch = 1 foot on Drawings BM14 -SEC -1 to BM14 -SEC -6 for the 16 -14 inch barrel and 1 inch = 8 inches on Drawings BM8 -SEC -1 to BM8 -SEC -6 for the 10 -8 inch barrel. The cross - sections are keyed to the station numbers defined on the 1962 Bryn Mawr Trunk Siphon drawings. The cross - sections are plotted looking downstream. The observed data are displayed as a red line, with a black circle indicating the nominal pipe section for comparison. These cross - sections include an estimate of the. percent pipe obstruction, as compared to the nominal ideal pipe diameter. The outlet segment of the 16 -14 pipe was partially charged for the first 185 feet. The 8 inch pipe barrel was found to be generally clear of sediments and no evidence of FOG (fats, oil and grease) was present on the crown. An example of the generally clear 8 inch pipe is shown in the sonogram below. In these images the probe position appears as a circular object near the pipe invert. Distance: 265.5 feet The dominant feature in the pipe is an approximately 20 foot steeply inclined segment near the south shore of Lake Washington. A small amount of sediment is present immediately upstream of this segment, but this does not present a significant obstruction: The sediment is seen in cross - section format in Dwg. BM14 -SEC -1 at a distance of 210 feet. The following sonogram shows the presence of the sediment in the pipe invert: Frontier Geosciences Inc. 1 F i _I Distance: The 8 inch pipe transitions to 10 inches over length at a chainage of 1490 feet. No sedir location. The 14 inch pipe is generally clear of obstructi length. An example of the generally clear 14 in 210 feet t transition coupling of approximately 1 foot nentation or other effects were seen at this )ns and debris throughout the entire surveyed �h pipe is shown in the sonogram below: Distance: 1290 feet Frontier Geosciences Inc. An approximately 30 foot section of pipe between 1230 and 1260 was found to have a small amount of gases in the crown. This location corresponds to a local high in the pipe elevation which acts as a trap for the gases. The obstruction effect of this is small, reaching a maximum of 6.6% at this location. An example of the pipe with trapped gases in the crown is shown in the sonogram below: Distance: 1250 feet The orientation of the sonde is determined at all points in the pipe by means of detailed measurements of pitch and roll. The pitch, or inclinometer, measurement provides a means to monitor the elevation changes encountered by the sonde, by integrating the inclination of the sonde, together with chainage, along the length of the pipe. In the case of the Bryn Mawr Siphon this produces an elevation diagram that can be compared with the `as- built' information on the 1962 Bryn Mawr Trunk Siphon drawings. The plots are generally in agreement between the two data -sets, and clearly show the steep riser segment of the siphons at the southern shore of Lake Washington. There is one notable departure from 1962 `as- built', at station 5450. This appears as an approximately 7 foot vertical, local elevation low at this point. This is likely an undocumented elevation variation in the construction of the pipe, rather than a result of soils or pipe movement. It is of value, however, to identify this anomaly for comparison with future surveys of the structure. This information is plotted on the Longitudinal Section BM- LONG -1, which shows the 1962 `as- built' profile together with the profile produced by processing the sonar sonde inclinometer data. Frontier Geosciences Inc, 1 I� 9 5. LIMITATIONS The distance to a given tunnel surface may be determined accurately based on the acoustic travel times, based on a water velocity that is dependent on water temperature and salinity. An underestimate of the velocity function would produce distances that are too close, and the reverse occurring with an overestimate of velocity. Some errors may also occur in gridding between interpreted data. The nature and composition of features identified in sonar surveys cannot be absolutely determined by inspection of the data. Several indicators such as reflector strength, diffraction patterns, position, smoothness of reflectors and reflector relief may provide insight into composition. The information in this report is based upon sonar measurements, field procedures, and our interpretation of the data. The information is based upon our estimate of conditions considering the geophysical and all other information available to us. The results are interpretative in nature and are considered to be a reasonably accurate presentation of the pipe conditions, within the limitations of the methodology employed. Respectfully submitted, Sonar Solutions International Inc. Frontier Geosciences Inc. Frontier Goosciences Inc. I I I I I I I I I I I I I I I I I I N 0 \ . \ m °� \ ! y : \�A m;) @ {2 MI-9m C: �\ 9 m cf). cn _ % U) \ =3 ! ° k2 §)E !3 g) m o } / 2 } \ }/ - G ® (x) m !� _ $ . !� °z ? . C � N 4. o ° o O ° O O O o ON C O G G) -4 o O ° G O o 0 O O O O P O 0 0 ' z 0 D. 9 w 9 w 9 n 2 D D D w ° m (:D o G T., N N N CT (T m m O z T ii D m A A W o W N N N m D O O 0 G AO A 0 P n Z C C0__ 0 m m �Tm c D � D � A o A o W W N OD m No u�i ° co ° ' cOn N o D � n N o w w O m O ° O O P O 2 n C] m m W m 0 w w y T W 0 0 X -< cn Z 0 Z m _-1 m cn> A mT y m ZZ 0 1x m >0 cn ° A _w m OC �_ O O ° O ° O ° O ° O N n ZZ O �C N A 0 rno c x� 5 Ln A Cn W m 3 Z 00 { (7 = o o o o o o 0 V ° O 'O O 0) CA T O ° O ° O ° co m 0) mo cilo CAO �o �o O O ° O ° O 0 ° O ° r D D ? o O ° m O m mi 0 ° m z O $ n o m 0O ) m 3 D D n C U) O m � -V 0 ° T r m C n D D m -4 -4 rn rn ° cn CO m (:D a ° N ° o ° D � C) J j rn rn Ol o (31 rn rn o ° o Z a n 2 o m � m rn rn m ° 0 (T ° (T ° (T (:D N ° GI m T W n -< Z 0 Z m O D m m ;o U) z Z Z s m �1 m >n o rn rn N 0 m O UI OC -�j �O O ° O O ° O ° O z (� ZZ O iC Z M C, Z z Z N 0 C JC m V1 °° m Z OD { � n 2 0 (D 0 0 41 ID ID o(D oo co oo (D cc) w b. co 0 (no oO oO o(D o(D oO \ j ! . 0 m ! . C) 0 0 ) ( § y 2 \§F / , . , o (§ ƒ @2 , � \) c: 3 %® / \ ° D , D 0� (:D \ k � _ �k (k m . ; q cn 2 } . . r R Ga % |® ao oo oo oo o(D \ 0 \ Z )z § \ \ @;) . KK oZ $ ;p e2 O O (T ° cn ° (0 11 ° (0T 0 U ° cn ° W N N : O p ° p ° O O 0 N N o � o ' T o O il o (T (:D C° (� (O (m N O O O j o � 1 o O o O n D 4D 7 (n � rn p 0) p ° °_ o O m . o m m m -1 c T n n n z O 3 n Z j j m o m N ° N p p (Dp o o 0 0 0 O D c C) r � 9 m r m T - m C O D N N N � O W m J > N o J o N o J G (n (n D C) Z a S m � m N N O O N W ao OD O W o O O (T U1 (T (T N y � n � n 2 �Z m °g = m m (n D mT A m z <z I > m G) 0 _I� m K'n _ m p U m m Dn 0 > p O Cl) Z C 1� 0 0 Q) NZ O �c m —7, z �Z Z Ao �� cn 5 cn o) < Z m Z W Z < m C) 00 S o cAn 0 0 cn > cn o 0 0 CD cn a cn cn A N A o W � N O O a O O o O A A > W o � o in c°n �"' cn T A A W N W O O N O O O o n 2 D N (T oN (o m o m m � T � 0 I z T / n O m m?i D m a w a w o w o o o o D r � -v O 0 m m m i T m A C-) D � D � m M > vAWi o (w o D � n A N A o W N W o O O O O Z a n 2 m co m A A W W t0 pi A pi (O a A o Ut N (1f N n W m X ;0;0 o Z OZ m C) m $ m c,y A m� mx z Zz > 0 zc 0 O � a - O o C.) Z O, C o o oo o z �z Z oo c x� A N — m Z N z { in C7 O = �o CD 10 8 C. (J) (i) a) CD 0 (1) (1) (ID G 0 0 0 0(l)(1) C). G ( C. ( j \ 2 y 2 \22. § : k i m m 95@ 0 . . a3; . q1!; /[\ . J/® �ƒ \� CD cn 4, §� \z -n mz , ! k g£ k,� �;u // {mz ; m qw §■®. \ S 2 c § i§ ° ° ! k 9 / z z , z m � cn § \ (A. j�� CD OC)OO a (3) o 0 o 0 o p o 0 0 o 0 A p A W W W 0N o 0 O (:D O N O O n O o 0 2 Z o W (:D o > m cn n n cn cn 0 m o m N -n n T -1 O z T C) O m co N A m p ° A p co o o ° m> o ° o o O D C cn O 0 r m r m v -mi T m c D mr m > N w p N 5, o C) Cn A pp A W W O > O O e O. o O o Z m n 2 m N (n m cn p A (:DA p W W con ° cNii con c�i� o, � o >> T W X Z pZ m m Cn> TO mT. y m� zZ n rn 9n A o � W o m ph Oc O o (:D 0 o w o o w m COAT. z pz A N W Z C) 0 C A N A A < m Z N Z { f � 0 (7 2 J O)O W O W -4 C OO O (]1 U a CNn (N11 (Jli G + 0 a 0 0 WO e 0 o WO o W N 0) 0 O W N W O W (:D (T (T (T (T (T 0 0000a 0 O 0 O 4. 0 N n D D > m o D.0 m o N 47 a m o m m -i T y O z K / T n O m (Jig in JO o 0 0 H o M g y o 0 0 0 0 m D r O o r m m m COC D C1 r N W m (:D ' ° D � J j m W J 0 0 Z w 0 2 m � N O J j o U W O O + O (T (T P CA (T (T > m W m a n ;. O �z -< m � K � : m cn> %.j5 m m zZ m 0 --1 m >n o 0 o w o 0 0 0 0 cn OC O 0 zz m U) ;K zz mZ z m, m Z� n m c x- �, m m � J A < a Z o Z H n n 2 I Fl 1 1 W ° co ° m 0 o W ° M o 'co �' O O N 0 O O a O ° O N O P co n ° (D -D. co w m rn (T Ul m U P 0 A 0 °O O co 0 u O ° O O N 0 z O a N ° o 0 m n 00 m m o m N - c m O z K n m _ rn - O 1 ° m O o ° o z r O r m m ITM C O D C1 r co m m m D 0 n w co m N m 0 0 0 m o O Z m C7 2 m � N m N o ID > N N m N o L, Ui (T (T >-n co �;o ox 0 z OZ m --j N� m co D m mx N <Z z M �� v K� w co w m m 0 O C n O °w° o °w U) zz p -c m z aZ (D n co rn c x� m A A m i Z p Z < N n on 2 (NO o A a W �n A rn fp0 (:D m cn (n (n (n � Oa O rn O W O o O rn O m N N o (T p O m <n (T o (T G O rn (T o W Gf (J1 (T N N_ � _ O W N o rn o o O N O O O O O Ci D_ Z N �1 � w m N � o O o G) (T (JI COIt 0 0 m o m m A 1 c T y 3 z T / _ D Z �Z N N O m O m J (:D N o D o 0 0 0 0 n D C m 0 r m v T m C C D C7 r CO m o o o o D O mo w N W 0 0 0 0 0 z n m m N N N N O m J W m m o W o m � .. N 0 .. m -n (7 ;7 cu o Z OZ m tg -_4 U) g 0 $ m 1 D A . 7, X m* z iZ O n m �� v K'� o O O Z1 n D p0 N Ap J O 0 AO m O w CA Zc Q O Q w p is m �� z AZ Z °a rn c x m („ — A C, A m Z o Z < y n o= 1 11 J 1 1 Fl Cn o A o A W W O N G O M N O Cn G U1 (T .. 0 (T (T .. o (T o A A_ W W G o CD m (:D.(D O O O O O CT (:D o o m mm o 0 CT A A W W N o J o N <n J ip N in O O O O O n D_ Z A w A m W o W o R m O w m m T - c n -1 O z T m _ 0 0 3 - A N A ° W N W (:D M m w o m w (n o 0 0 0 O Z N "D� r � � O r m O c � D r r m 0.000 w w w co m C. n cn m D � n N A 9 Z o A o O O O O Z C7 2 m cn N (0 A (0 A Cn � In N m -n o . ca (DOOO Z Oz m O M �D A m7, A z <2 O nX z m m n - X O 0 -1 -4 n �c � 0 ° 0 U)C 10 ° D. Cl) z m z z z m z 0 9, c x� (n Z c') A G Z N Z < (7 0 = CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NO. CAG -13 -177 September 25, 2013 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIAL PROVISIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 a 0 Printed on Recycled Paper PROJECT NUMBER CAG -13 -177 WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders Call for Bids *Combined Affidavit & Certificate Form: Non - Collusion Anti -Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance *Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Federal & State Contracting Provisions Amendments to the Standard Specifications Special Provisions Appendices Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Quote ** Submit with Quote or within 24 hours of Quote * *e Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion /creed; national origin; ancestry; sex; age over 40; sexual. orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service tanimal; marital status; parental /family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non - discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job- related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non - discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March ,2011, CITY 0 RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr ident Attest: Bonnie I. Walton, City Clerk -_ *, �'�/11111ttuu14N11111 \� \ \\ ICITY OF REN'TON SPRYOFA]f MCANS Wr HDLSABM=ACTMaCY ADOPTED BY-R=LUH0NN0. 30Ui 'Ihe policy of the City of Renton is to promote and afford equal treatment and service to all +teens and to mure errmploymem opportunity to Persons with dmabilkies, when the City of Renton earn reascrnabiy accammdaw tho disability. This policy shall be based on the principles of egtW o nploym at opporftmity, the Americans Virith Disabilities Act and other applicable guidelines as set forth is federal, state and local lavers. All depute is of the City of Renton shall adhere to the following Suidcliaes: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as ruGruitmeut, selection, promgtion, Umnination and training shall be conducted in a non - dimonmmatory rune= Persanae3 decisions will be based on indivxtvai perfo oe, staffing requirements, and in accordance with fire Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RMJM- O NIZATIONS The City of ' Reston will coopm= fully vvnh all orgaui=ons and cmmussicros organized to prostrate fair practic = and equal opportunity fear persons with disabilities in employtnent and receipt of City services, activities and programs. (3) AMERICANS WrM DISABIL=S ACT POLICY - The City of Renton Americans With }disabilities Act Policy wAl bo maintained to facakup equitable represe:uation within tine City work fame and to assure equal employment opportunity and -equal access to City services, activities and progruns to all people with disabilities. It shall be tbo responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set RT& m this policy (4) CONTRACTORS' C}BLIGA'T'1flN - Contractors, subcontractor, oomultaats and suppiim conducting business with the City of Reston shall abide by the requirements of the Americans With Disabilities Act and promote aomm to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employes, shall appear in all operational docurrmtation of the City, inciudmg bid calls, and shall be prominemtly displayed in appropriate City facilities. CONCURRED .lNby the City CourreiI of the City of Ren ton, Washington, this 4th day of .. -- -- a#:v,ber. _ - . -. -- .- - - 1993. CrrfqW RENTON mayor Attest. City Clerk VU - wF CITY OF RENTON WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NUMBER CAG -13 -177 ISCOPE OF WORK ' The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Maintenance Dredging of existing Seaplane Base Facility at the Renton Municipal Airport Seaplane Base Facility located at the South end of Lake Washington. The work includes construction surveying, environmental protection and water quality monitoring, dredging, and dredged material disposal at open water disposal site in Elliott Bay. 1 Work will need to be conducted in accordance with permitted work windows for Lake Washington which are limited to the time period of November 16 to December 31, 2013. Any contractor connected with this project shall comply with all Federal, State, County, and City codes, regulations, and permits applicable to such work and perform the work in accordance with the plans and specifications of this contract document. All work below Ordinary High Water on the Lake and at the disposal site is required to be completed by December 31, 2013. t 0 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms. attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. A mandatory pre -bid meeting will be held on a date and time specified in the Call for Bids. Attendance at the pre -bid meeting is required to submit a responsive bid. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Airport Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. Award of this Contract will be made by November 1, 2013. Notice to Proceed is contingent upon available funding and pending environmental permits. 8. The right is reserved to reject any and /or all bids and to waive informalities if it is deemed advantageous to the City to do so. 1 9. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall I accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the ' work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 10. All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ' 11. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 12. Payment for this work will be made in Cash Warrants. ' 13. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1 -07.18 "Public Liability and Property Damage Insurance ". 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 15. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1- 09.9(1) "Retainage ". ' 17. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, ' responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered .responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 18. Trench Excavation Safety Systems ' As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter ' 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. ' 19. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of ' work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under the section titled "Prevailing Minimum Hourly Wage Rates ". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. ' 20. Pollution Control Requirements Work under -this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard ' specifications except as may be exempted or modified by the Special Provisions and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT /APWA "2012 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," ' " WSDOT," or any combination thereof in the WSDOT /APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT /APWA standards shall be detected and the measurement and payment provisions of Section 1- 09.14, Measurement and Payment (added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and ' investigations as they. see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. ' 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid "? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ' ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? t ' ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? CAG -13 -177 CITY OF RENTON CALL FOR BIDS WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT Sealed bids will be received until 2:30 p.m, Wednesday, October 16, 2013 at the City Clerk's office, 7th floor and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the Will Rogers /Wiley Post Memorial Seaplane Base Maintenance Dredging Project. Work will need to be conducted in accordance with permitted work windows for Lake Washington which are limited to the time period of November 16 to December 31, 2013. All in -water work is required to be completed by December 31, 2013. The project consists of Maintenance Dredging of the existing Seaplane Base Facility at the Renton Municipal Airport Seaplane Base Facility located at the South end of Lake Washington. The work includes construction surveying, environmental protection and water quality monitoring, dredging, dredged material ' disposal at open water disposal site in Elliott Bay and Large Woody Debris removal and stockpiling. All Contractors are required to attend a mandatory pre -bid meeting October 10. 2013 at 10:00 AM PST. The pre -bid meeting will be held at the Former Chamber of Commerce Building, 300 Rainer Avenue North, Renton, WA 98057. Contact Ben Dahle for questions regarding pre -bid meeting location, phone (425) 430- 7476. The City reserves the right to reject any and /or all bids and to waive any and /or all informalities. The Engineer's cost estimate is in the range of $600,000 and $1,100,000. Bid documents will be available Wednesday, September 25, 2013. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc., at http: / /www /bxwa.com. Click on "bxwa.com "; "Posted Projects "; "Public Works', "City of Renton ", "Projects Bidding ". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List. ") Questions about the project shall be addressed to, Ben Dahle, City of Renton, Renton Municipal Airport, 616 West Perimeter Road, Unit A, Renton, WA, 98057 -5327, phone (425) 430 -7476. ' A certified check or bid bond in the amount of five percent (5 %) of the total of each bid must accompany each bid. The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton City Clerk ' Published: Daily Journal of Commerce September 25, 2013 ' Daily Journal of Commerce October 9, 2013 ' ,CITY OF RENTO:N Combined Affidavit and Ceitification form:. Non- Collusion, Anti- Trust,. and Minimum Wage (Non - Federal Aid) NON - COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in. the interest or on. behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in. a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not to any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti - trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such. over- , charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. :In, addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such ' work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. jFOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT ' WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT American Construction Co., Inc. ' Name of .Bidder's Firm Steven P. Brannon, President Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this 16th day of October , 2013. K. D/0 A� ? Slon tc Notary Public .i d for the State of Was gton �Ns FkA. _ — �v �pTARy N': Notary (Print) Danny K. Dickey dw'� = M a ointment expires:,— July 6, 2016 y Pp l es=— -Y OF W tProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see. www.bxwa.com - Always Verify Scale i t 11 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ 5% of total bid , which amount is not less than five percent of the total b' . Sign here: Steven P. Brannon, President Know All Men by These Presents: That we, American Construction Co., Inc., as Principal, and Liberty Mutual Insurance Company as Surety, are held and firmly bound until the City of Renton, as Obligee, in the penal sum of Five Percent (5 %) of Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for the WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 15th DAY OF October, 2013. American Construction Co., Inc. Principal Steven P. Brannon, President Liberty Mutual Insurance Company Received return of deposit in the sum of $ Surety Anne E. Strieb Attorney -in -Fact THIS POWER OF ATTORNEY IS`NOT VALID UNLESS IT--IS PRINTED ON RED BACKGROUND This Power of Attorney limits the acts of those named herein and they ha4e no authority to bind he Company except m the manner and to the extent herein stated J'�� ~` " ✓ ✓; �-. '. -" �� , � ;_` ^; �' � �' Cedficate No s2s�zaz . _. American Fire and Casualty ,Company \ `Liberty Mutual Ihsuran6e.C6rnpahy J The Ohio Casualty Insurance Company WestAmencan Insurance Company r r POWER OF ATTORNEY KNOWN ALL PERSONS BY- THESE RP ESENTS --.f6 r encan Fie & Casualty Company_and The Ohio Casualty Insurance Company are corporations duly organised under th'e laws of = ;the State of New Hampshire; that LibeRy Mutuat Insurance Company is nor dulyorgan¢ed underthe laws offhe State of Massachusetts; and_WestAmerican Insurance Company _�.� -. e_ y . is a corporation duly organized untler the laws ofthe State of Indiana jh "e�eira collectiyeiy called he Companies "); pursuantto and by _authority herein set forth;'does hereby name constdufe ` and-a- ppoint =Anne`E: Stnetiy,:Barbara A J hinmon Brent E %Neilesen h�i``to h r- Krnyy�n: Diane M Hardma: Eric A`Zimmerman. aJ ke Oja lames B Binder Jamie "Dierrier: Jeffrey LZirrtmerman Jenrnfer L Snyder''Julie R�Truitt-Karen Swanson Kathy L: Patton Kellie Hogan; Kristine A Lawrence _ �+ Lisa`M: Anderson;IMitchell R`Smee Peggv A�Firth Peter J: Comfort;.Phylis C Pobison-Sandra J , ulseth :Wyritf ne'Mace t: ,'- - - nom` -i-.. ...-�\ i.�.\.: - .,..- ;- all of the city of Tacoma, V , state of yyA' ^�% ea'ch mtlividually if there be -more than one named; ds true and lauuful attorney in -fact to make execute, seal acknowledgel- , . ter t -. -. r , ` and deliver for and omits behalf as surety and`asts act and,tleed anyand all undertakings, =bonds recognizances and othersurety obligations; in pursuance of these_presents -and shally ,' -be as bindmg upon the Companies a§ if.they -have been duly signed- by,itie president and attested by _the secretary of thko,inpames m theirovm properpersons _ %> IN WITNESS WHEREOF .this Power of Attorney,has been subscnbed:;by an authorized offcer-or gfficial of =the Companies and.the;corporate seals of the Companieshave been affixed`° 30th —day-of t ! u �j ✓ r �:,� thereto this Auqust - l f American Fire and Casualty Company RNK- N, -� �t "`� i�� \-/ �� \ / -_' Ttie Ohro Casualty Irfsurance'Company- o N to i n� a 5 Liberty Mutual insurance Company x y y \ West American insurance Company _ STATE OF WASHINGTON Gregory N. Davenport Assistant Secretary. _: L. COUNTY OF KING - . i __^ �`�s�/ f lam^ i� i ✓ J� .� ti l -�. L tm On this =day of Auqust! �� 2o13^ before =me personalty appeared Gregory W- Davenport` wlto aoknowl dged; himself to be the Assistant cretary,of American v -d :Fire and Casualty Company "Liberty McAuai Insurance Company Ttie'OfioCasualty Company, and West American. Insurance Company and that he as such being authonzedso to do , ;stn _ execute the foregoing instnirrient for he. purposes'therem contained by signrng:on behalf of'the corporatons by=himself'as:a'duly authorized offices v = d .�. � -_ =: �� ✓.- .`�..^\ J `!; �-:.- \ /-� -�r f �./�- \��:,. •.✓ �=: �j ".i�/�:l/'.�;�^:., ^ - f mow`. IN WITNESS WHEREOF,'I have hereunto subScribed.my name and_affixed:my notanalseal at- Seattle - Washington on the -day and year.first above written. - ` = -0- Q _ � �� ✓,_,,,, „� /.,\ L�i�'�f -a - - / �.� �� b fir r :: t� �� "\: ✓ - r i r f~ �� � � ✓�' � KD Riley Not. Public` ;This Power ofAttomey is made and executed pursuant to and by authority of the:follownng By -laws and Authorizations ofAfted6n-F ire and Casualty Company, The Ohio - Casualty Insurance . rn-o r mpany Liberty Mutual In Company --and- C6 West Arnencan- lnsurance Company which resolutions are nowrn full force and effect reading as follows ` ' c to ` ; ARTICLE IV- - OFFICERS Section 12 "PowerofAttorney Any officeroi otherofficial of the Corporafion authorized for that - Purpose irrwnting by the Chaitmarror the Fre'sident and sublect p =. a; to such limdation as the Chairman or-the President may;prescnbe =shall appoint such attorneys in fact; as may be necessary`to actin behalf of the Cotporatron to make execute seal = acknowled a and deliver as curet an and all- u'ndertakin s, bonds -recd nuances and other Buret obli obligati Stich attorne s in fact; sub ec(to the lim tationsset fortnin their res ective; 9 Y •Y 9 g Y 9 Y 1 powers of attorney shall hate full power to bt`nd -the Corporation by their stgriature and ezecuttoo- of any such iristruments�and to-attach thereto the sealof the Corporation .VNhen so '� m- _ - -- O executed such instuments shall be as 6inding,as if signed by the President and 'attested to by the Secrete " -Any power orauthority granted to any representative or a8omey in _fact under : > °- the provisions of.this article maybe revoked atsny time by the Board the Cnairriian the President or by the officer or officers granting_such power or authority ` d .. -� �C. ARTICLE XIII :Execution of Contracts - SECTION 5 Surety$onds and Undertakings Any officecof the Company authorized for that purpose in:wnUng by the chairman or the president '., L ' and subject to siich limdations as the chairman or the president may pye-scnbe shall appoint such attorneys -m fact ;as maybe necessary to actin behalf ffi the Company to make ;execute- i N p 3 seal, acknowledge and deliver as surety any and.all undertakings bands recogn¢ances and othersurety obllgaUons Such attorneys tin -fact sublecttofthe limitationsset fodti in their o Z v respective powers of attorney, shall have full poweEto bind the Company by theiFsignature and execution of any`such in`strumentsand -fo attachahereto the seal of tne;Company When so. °O o . executed such instruments shall be as binding as "if signed by the,`resident and attested by the secretary � :,if .— Certificate of Designation =The President of the Company acting pursuant to the Bylaws of the,Coripizi \authonzes,Gregory W Davenport Assistant Secretary to appoint such ~ -r 'G attomeys -in -fact as may be necessary to act on behalf of;the Compan''y to make, execute `seal acknowledge "and'deliver.assurety -any and all undertakings bonds recognizances and . other surety obligations. Authorization By unanimous consent of the Company's:Board of Directors the Company consents that facsimile or mechanically reproduced `signature of any assistant secretary ofthe Company, wherever appearing upon a certified copy of any.power ofattorney issued by the Company;in.connection with surety bonds; shall bewalid and binding upon;the Companywith� - .the same force and effect as manually affix'ed:,�� = = %'���`� - ;� ✓� \� r !�- 1, David M Carey, -the undersigned Assistant -Secretary-,of American Fire and Casualty Companyjhe Ohio Casualty Insurance Company Liberty Mtrtual Jnsurance Company and West" American Insurance Companydo hereby certify 4hai the original powerof attorney of which 4heforegongis a full tnie and eo[rect copy of the PowerofAttomey executed by said Companies; J is in full fome:add effect and has not been :reYoked. - -F=� = > IN TESTIMONY WHEREOF, t have hereunto setmy hand and affixed the seals of said Companies this � day of- 20_ - € _ x ✓ 1/^ David M Carey Assistant Secretary J, LMS "12873 092012 ✓ N _ ^ z; ✓ \r 3t of 500 CITY OF RENTON PROJECT NUMBER CAG -13 -177 WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROPOSAL TO THE CITY OF RENT.ON RENTO.N, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have :read and thoroughly understand the plans, specifications, permit documents, addenda, Federal requirements and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and.complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices in figures.) Printed Name: Steven P. Bra n President Signature: f�Kf vat�:� 1 Address: 1501 Taylor Way, Tacoma, WA 98421 Names of Members of Partnership: iV Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of Steven P. Brannon Brian Laurance State of Washington IWith Main Office in State of Washington at Tacoma IAddendum No. 2 10/11/2013 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale I� SCHEDULE OF PRICES City of Renton — Renton Municipal Airport/Clayton Scott Field WILL ROGERS -WILEY MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT PROJECT NO. CAG -13 -177 Bid Item Description Unit Quantity Unit Cost Total 1 Mobilization-& Demobilization LS 1 $ e $S'0-000.0 2 Dredge & Dispose —Area 1 CY 10,900 $ N-A 0 $ ✓ ao 3 Dredge & Dispose — Area 2 CY 4;+400 $. `� , 00 $ 94. A 00 4. Pre - and Post - Dredging Surveys LS 1 $ $ So, 5 Water Quality Monitoring LS: 1 $ $1 SO 00 Subtotal Base Bid $ SaZ B Sales Tax (9.5 %) $ Grand Total Base Bid (including tax) $ 7S D O 0 7 'O �O IHaving carefully examined the contract documents titled Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project No. CAG -13 -177 as well as the site of the project and conditions affecting the work, the undersigned proposes to furnish all the labor, materials, equipment, superintendence, insurance and other accessories and services necessary to perform and complete all of the work required by and in strict accordance with the above documents and the implied intent thereof, for the folloowing: ` dye gandrel S e a rxfy F ve- Tkausan hree, Iqurrr TP It—fg . Griet hodeA�S (Grand. Total. Figures Written Out) Bidder acknowledges receipt of the following. ADDENDA: #1 #2 & #3 ? V u�iL2ot3 AddenduniNo trovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale HOND TO'1 HE CITY OF RENTON BOND NO, 023026872 KNOW ALL MEN BY THFSF. PRESENTS: 1 That we, the undersigned American Construction Co., Inc. n 1 t t r as principal, arid. Liberty Mutual Insurance Company corporation organized and existing under the laws of tite State of Massachusetts as it surety corporation, and qualified under the laws of (fie State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 5L3.313.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be.. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. 2013 Dated at Tacoma Washington, this 28th day of October Nevertheless, the conditions of the above obligation are such that: WHEMEAS, under and pursuant to Public Works Construction Contract CAG -13 -177 providing for construction of the WELL ROGERS -W1LEY MEMORIAL, SEAPLANE BASH MAINTENANCE DREDGING PROJECT, the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, anal shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, American Construction Co. Inc. Principal Signature Steven P. Brannon, President Title = , THIS,1 0WER OF ATTORNEY IS NOT.VALID UNLESS IT IS PRINTED-ON RED. BACKGROUND This Powerof Attorney limits the-acts of those named herein; and they have no authority to bind the Company except in the manner and to the extent herein stated ertificate_ No: :�s3121sr'- } Amencan Fire and Casualty Company, `v Liberty Muttial Insurance Company - - The Ohio Casualty Insurance Company West Amencan Insurance Company - - POWER OF ATTORNEY i . KNOWN ALL PERSONS BY -THESE PRESENTS -That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of ; ,. the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duty orgamzed.under the laws of the -State of Massachusetts; and West American Insurance Company; = is a corporation duly organized under the laws of the State of Indiana (herein collectively called the Companies ); pursuant toand byauthority herein set forth; does hereby name; constdute and appoint, Anne E: Strieby; Barbara A Johnson. B'eiitE: Heilesen� Christopher Kinyon; Diane M %Harding- Eric -A Zimmerman; Jake -Ola: :Binder; Jamie Dieriief ;-Jeffrey::C:-Zimmerinan, Jennrfer:L. Snyder; Julie R. Truitt; KarertSvuanson Kathy L: Patton KeIW Hogan; Kristine A Lawrence Lisa -M:' Anderson;; Mitchell. R.- Smee;:Peggy A'Firth; Peter. J.- Comfort; Phylis C. Robison; Sandra) Kul seth-, Wyr*ene Mace ,; = all of the cdy of - Tacoma - - 'state of, WA' �� each individually if there be more than one named; its tnie _and lawful iattomey; in =fact to make execute; seal acknowledge -?``- and deliver,-for a`nd on its behalf as surety, and wits act and deed any and ail undertakinds, bonds; recognrzances and other`surety- obligations -in pursuance of these presents and shall = . •;' be as binding upon the Companies as if they have`;been duly signed by the president and attested by -the- secretary of the Companies in their`own proper persons IN WITNESS WHEREOF, this Power. of Attorney has been subscribed by an authorized,officer or officia�of the Compass rid the coporateaeals of.the. Companies have been affixed . theretoahis e1n :' day of October .R 2013 n^�^ ✓� ✓�_; = , �. American Fite and Casualty Company The Ohio Casualty Insurance CompanyiN. i er Liberty Mutual Insurance Company m }} West American Insurance Company � y- .B as C STATE OF WASHINGTON's�. as=. - - Gregory . W' _Davenport,= Assistanf Secretary- f: L COUNTY OF KING i c0 cc i ' „_. L On this acs day of October 2013 ,before me personalty appear d Gregory W Davenport who acknowledged �hrmsetf to be the Assistant Secretary of Amencan. Q W:h-. v Fire and Casualty Company, "Elbert Mutual,lnsurance Comran Ttie Ohio Casua Com an and West American Insurance Com an and that he as such bem auth n so o�i - N m Y. Y, _ P, Y ny P.. Y P Y 9• o zed t o 3 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.d W IN WITNESS WHEREOF, 1 have hereunto subscribed my mine and affixed my notarial seal at Seattle Washington, on the day and year first above written.` 10)Q er �� o' 4) r KD Riley Not Public 1 l z< _ - o �. This Power of Attorney is made and executed pursuant to and by authority of the #ollovnng By -laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty insurance: _N.o: Company Liberty Mutual Insurance. Company and West Aniencan insurance Company whic h resolutions are now in full force and effect reading as follows y " <•' to i ARTICLE-IV- OFFICERS = Sectwn.l2. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by -the Chairman or the President, and subject p) -= ar to such kmitation -as the Ghaimian or the President may prescribe, shall appoint suchattomeys in -fact, as maybe necessary•to act in behaff -of the Corporation to make execute seal acknowledge and deliver assurety anyand all un`de "dakings; bonds, recogrlizancesand other surety obligations.'Suchatt irneys in^fact; sublectyto the limitations setforth m thei�-respective _SS powers of attorriey, shall have full power to bind he Corporation by their signature and "execution of any such instruments and to attach.thereto the - seal of the Corporation � When so w.. Q. C executed; such instruments shall as binding as if signed by the:President and attested to bythe' Secretary. Anypower or;authcritygranted to any representatroe orattomey -in =fact the provisions of this artide.may be revoked at any liy the Board; the Chairman; the President or -by the officer or officer's granting such power or authority - C�, C ARTICLE XIII Execution of Contracts- SECTION 5 Surety Bonds and Undertakings. Any officer ofalre Company authorized #or thafpurpose in writing by the chairman or the p�esrdent - ,aD and subjectto such limitations as the chairman oFthe president may, prescribe,shall appoint such attorneys in -fact; as may be necessary to act in_behalf of tke Company to make ,'execute; .;M L sea]; acknowled a and deliveras sure ari an8 all undertakin s bonds,. Wizen and 0th r r li tin ., rn =f p g ty y _ g , g,- ces a e, su ety ob ga o s Such alto eys m act sublect.to.the limitations set forth in their. ,= oD_ Z v - respective powers of attorney, shall have full power to bind the Company by their signature and execution of ani such instruments and 16 attach "thereto the seal of the Company When so ,O'•o executed such instruments shall be as bind- \mg as if srgned b�3fte p�esident and attested secretary., j Certificate: of Designation -:The' f?residentrof the Company acting pursuant to the Bylaws of;the. Company :authorizes.Gregory;W. Davenport'ASSistantSecretary to appoint such -attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal acknowledge -and; deliver as siirety;any and ali�undertakings bonds; recognizances and' , other surety obligations - Authorizatfcm By unanimous consent of th Companys Board of Directors the Company consents that facsimile: or mechan ally reproduced signature 'ofany assistant secretary of the, _ Company; wherever appearing upon a'certified copy olanyoower of attomey;issued by the Cornpany,hconnection with,suretybonds shall be valid and binding upon the Company with the same force and effect as though manually affixed .. 1 1 David M Carey the undersigned; Assistant Secretary; ofAmencan Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutualansurance Company;:and West American insurance Company do hereby certify that the original power of.attomie of which the foregoing is a full true and correct copy of the Power of Attorney executed,by said Companies is in full force and effect and hasnot beenrevoked. ? - INTESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this W day of �t 20 '= r David M Carey Assistant Secretary ._ r " 62 of S00 �MS12873 09201.2 -. - - C. ity of CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE American Construction Co., Inc. hereby confirms and declares that: (Name of contractor /subcontractor /consultant) I. It is the policy of the above -named contractor /subcontractor /consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion /creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service animal; marital status; parental /family status; military status; or veteran's status. II. The above -named contractor /subcontractor /consultant complies with all applicable federal, state and local laws governing non - discrimination in employment. Ill. When applicable, the above -named contractor /subcontractor /consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Steven P. Brannon Print Agent /Representative's Name President Print Agent /Representative's Title P CT't_� Agent /Representative's Signature October 28, 2013 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or supplier. Include or attach this documents) with the contract. CONTRACT AGREEMENT ' (CONTRACTS OTHER THAN FEDERAL -AID FHWA) THIS AGREEMENT, made and entered into this day of �UtAK.( , Z06. by and between 1 THE CITY OF RENTON, Washin on, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and _mt+riutv�. Co. , 3� r-. , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 54 working days from date of ' commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG -13 -177 for improvement by construction and installation of: Work as described in "Scope of Work" dated , attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. 1 i) Technical Specifications, if any Addendum No. 2 10/11/2013 a) This Agreement b) Instruction to Bidders c) Bid Proposal d) e) Specifications Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any 1 i) Technical Specifications, if any Addendum No. 2 10/11/2013 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its - completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory ' arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have 1 the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, Addendum No. 2 10/11/2013 I � officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 5 orking_days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. Addendum No. 2 10/11/2013 1 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non- assigning party shall be void. If the non - assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. Addendum No. 2 10/11/2013 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license whi__le, conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. '15 12) The total amount of this contract is the sum of `-D 3 i 3 • GU tt jj t num ers �iyt �e n Cad �S2tf�/1��1 E-ty�'T �siss3tttin _r1A rr.P_ 14,,18,aAAA J wntten words z'e 7rti� including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER ■ LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non- assigning party shall be void. If the non - assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. Addendum No. 2 10/11/2013 11 -1 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written. CONTR,AC President/Partner /Owner May Steve P. Brannon, Preside t Secretary Btian Laurance Ja: CITY OF aw v TTEST A. S19fh, DeoueyCity Clerk dba American Construction Co., Inc. Firm Name check one ❑ Individual ❑ Partnership 19f Corporation Incorporated in Washington Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d /b /a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b /a and name of the company. Addendum No. 2 10/11/2013 7 Washington State Prevailing Wage Rates In conformity with RCW 39.12 (laws of the state of Washington) and subsequent amendments, no laborer, worker, or mechanic employed under this contract shall be paid less than the minimum hourly rate of wage for his trade or occupation that prevails in the locality where the Work is to be performed. Current prevailing wage rate information, including the applicable Benefit Code Key, may be obtained through the following sources. Refer to Section 1 -07.9, Special Provisions, for detailed information. An electronic copy is available from the following: State of Washington Department of Labor and Industries Industrial Relations Division General Administration Building Olympia, Washington 98501 https:H fortress .wa.v,ov /lni /wagelookup//prvWa elookup.aspx A paper copy is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton, WA 98057 (425) 430 -6502 Coast & Harbor Engineering, Inc. 110 Main Street, Suite 103 Edmonds, WA 98020 (425) 778 -6042; Fax (425) 778 -6883 Applicable effective date for prevailing wage rates for this Project: Date of Bid Opening (see Bid Advertisement) County where Project is Located: King Federal Prevailing Wage Rates The Contractor shall pay the rate that is highest of the Washington State or Federal prevailing labor rates. Refer to Section 1 -07.9, Special Provisions, for additional information. An electronic copy of the federal prevailing wage rates is available from the following website: https:// www. wsdot. wa. aov/ Desi- n/ ProjectDev /WageRates /FedWageUpdateNoti ..htm A paper copy of the federal prevailing wage rates is available for viewing or may be obtained upon request from: City of Renton 1055 South Grady Way Renton, WA 98057 (425) 430 -6502 Coast & Harbor Engineering, Inc. 110 Main Street, Suite 103 Edmonds, WA 98020 (425) 778 -6042; Fax (425) 778 -6883 Applicable effective date for prevailing wage rates for this Project: Rates in effect on date of this Project Manual (see title page) County where Project is Located: King Construction Type: Heavy, Dredging ' Department of Labor and Industries . �b�A's' .. n Prevailing Wage C (360) 902 - 5335'' C. www. lni. wa.gov /TradesLicensing/PrevWage '• This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 working days for processing. '• Once approved, your form will be posted online at . htlps: // fortress. wa .aov /lni /pwi4pub /SearchFor.asp STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L &I) A roved b si ature of the De artment of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars (11,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. F700- 029 -000 Statement of Intent to Pay Prevailing Wages 03 -2011 'Your Company information Awarding Agency Information Your Company Name Project Name Contract Number Your Address Awarding Agency ' City State Zip +4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip +4 . Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number " County Where Work Will Be Performed City Where Work Will Be Performed Additional Details " Contract Details Your Expected Job Start Date (mm/dd /yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) ' Job Site Address/Directions Total Dollar Amount of Your Contract (including sales tax) or indicate time and materials, if applicable. $ ❑ T &M ARRA Funds ;' Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑ Yes ❑ No (ARRA or otherwise)? ❑ Yes ❑ No Contractor's Company Information Hiring Contractor's Company Information 'Prime Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company Name ' Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Company's Contractor Registration Number Hiring Contractors UBI Number Employment Information " 'Do you intend to use ANY subcontractors? ❑ Yes ❑ No Will employees perform work on this project? ❑ Yes ❑ No Will ALL work be subcontracted? ❑ Yes ❑ No Do you intend to use apprentice employees? ❑Yes ❑ No 'Number of Owner /Operators who own at least 30% of the company who will perform work on this project: ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) Crafts/Trades/Occupations — (Do not list apprentices. They are listed on the Affidavit of Wages Paid Numbers Rate of Hourly Rate of Hourly only.) If an employee works in more than one trade, ensure that all hours worked in each trade are reported Workers Pay Usual ( "Fringe ") below. For additional crafts/trades/occupations lease use Addendum A. Benefits !Si nature Block I hereby certify that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I employ on this Public Works Project will be aid no less than the Prevailin Wa a Rat s as determined b the Industrial Statistician of the De artment of Labor and Industries. Print Name: Print Title: Si nature: Date: For L&I Use Oniv A roved b si ature of the De artment of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars (11,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. F700- 029 -000 Statement of Intent to Pay Prevailing Wages 03 -2011 Department of Labor and Industries �. Prevailing Wage Program (360) 902 -5335 e www.lni.wa. eov /TradesLicensing /Prey W age • This form must be typed or printed in ink. • Fill in ALL blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 business days for processing. • Once approved, your form will be posted online at: https:Hfortress.wa.gov/lni/XwiNub/SearchFor.as n AFFIDAVIT OF WAGES PAID Public Works Contract $40.00 Filing Fee Required Affidavit ID # (Assigned by L &I): 'Your ' ' ' Your Company Information Awarding Agency Information Company Name Project Name 777 mber Your Company Address City State Zip +4 Awarding Agency Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip +4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed Additional Details Contract Details Your Job Start Date (mm/dd/yyyy) Your Date Work Completed (mm/dd/yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) Job Site Address/Directions Your Approved Intent ID # Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805 (RCW 39.04370) — Is the Prime Contractor's contract at a cost of over one million dollars 1,000,000)? If you answered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or 1 ❑ Yes El No later you must complete and submit the EHB 2805 CW 39.04.370 Addendum. ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? ❑ Yes ❑ No Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ❑ No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Information 'Employment Did you use ANY subcontractors? ❑ Yes (Addendum B Reauiredl ❑ No Did employees perform work on this project? ❑ Yes ❑ No Was ALL work subcontracted? ❑ Yes (Addendum B Required l ❑ No Did you use apprentice employees? ❑ Yes ❑ No ' Number of Owner /Operators who own at least 30% of the company who performed work on this project: You must list the First and Last Name(s) of any Owner /Operator performing work below ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) List your Crafts/Trades/Occupations Below - For Joumey Level Workers you must provide all of the information below. Owner /Operators - must provide their First and Last name no other information required. "Apprentices are not recorded below. You must use Addendum D to list Apprentices. Number of Workers Total # of Hours Worked Rate of Hourly Pay Rate of Hourly Usual ( "Fringe ") Benefits Signature Block' I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: For L&I Use Only APPROVED: Department of Labor and Industries By Industrial Statistician IF700- 007 -000 Affidavit of Wages Paid 3 -2011 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through , in accordance with the Intents to Pay Prevailing Wage fled with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. By: Title: or Company Name 1 FEDERAL &STATE CONTRACTING PROVISIONS FEDERAL & STATE CONTRACTING PROVISIONS It is the contractor's responsibility to comply with all state and federal law in performing the tasks undertaken with respect to this contract. As applicable and required by Federal and State Law, the following provisions and references are included in this contract: 1. Equal Employment Opportunity — All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, ' "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti- Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) — All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in ' Part by Loans or Grants from the United States "). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to ' which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 3. Contract Work Hours and Safety Standards Act (40 U.S.0 327 -333) — Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers lshall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be ' required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 '/2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply -to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 4. Rights to Inventions Made Under a Contract or Agreement — Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 1 5. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended — Contractors and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.) Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 6. Byrd Anti - Lobbying Amendment (31 U.S.C. 1352) — Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying in non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 7. Debarment and Suspension (E.O.s 12549 and 12689) — No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 8. PUBLIC LAW 88 -352, TITLE VI OF THE CIVIL RIGHTS ACT OF 1964(42 U.S.C. 2000d et seq.) (24 CFR Part 1). The City of Renton must comply with the provisions of "Public Law 88- 352," which refers to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.). The law provides that no person in the United States shall, on the grounds of race, color or national origin, be denied the benefits of, be excluded from participation in, or be subjected to discrimination under any program or activity receiving federal financial assistance. 9. SECTION 504 OF THE REHABILITATION ACT, 1973, AS AMENDED (29 U.S.C. 794). The City of Renton must comply with Section 504 of the Rehabilitation Act of 1973, as amended, which provides that no otherwise qualified individual shall, solely by reason of his or her disability, be excluded from participation (including employment), denied program benefits or be subjected to discrimination under any program or activity receiving federal assistance funds. 10. AMERICANS WITH DISABILITIES ACT (42 U.S.C. 12101, et seq.) The City of Renton shall comply with the provisions of the Americans with Disabilities Act, 42 U.S.C. 12101, et. sea. That Act provides a comprehensive national mandate to eliminate discrimination against individuals with disabilities. The Act may impose requirements on the d I+ i� r-, I� 1 11 City of Renton in four principle ways: 1) with respect to employment; 2) with respect to the provision of public services; 3) with respect to transportation; 4) with respect to existing facilities and new construction. 11. THE NATIONAL ENVIRONMENTAL POLICY ACT OF 1969 (NEPA) (42 U.S.0 Section 4321 et seq., and 24 CFR Part 58). The City of Renton shall comply with the provisions of the National Environmental Policy Act of 1969. The purpose of this Act is to attain the widest use of the environment without degradation, risk to health or safety, or other undesirable and unintended consequences. Environmental review procedures, including determining and publishing a Finding of Significance or of No Significance for a proposal, are a necessary part of this process. Pursuant to these provisions, the City of Renton must also submit environmental certifications to the DEPARTMENT when requesting that funds be released for the project. The City of Renton must certify that the proposed project will not significantly impact the environment and that the City of Renton has complied with environmental regulations and fulfilled its obligations to give public notice of the funding request, environmental findings and compliance performance. ' 12. EXECUTIVE ORDER 11990, MAY 24, 1977: PROTECTION OF WETLANDS (42 F.R. 26961 et seq.) The City of Renton shall comply with Executive Order 11990. The intent of this Executive Order is (1) to avoid, to the extent possible, adverse impacts ' associated with the destruction or modification of wetland, and (2) to avoid direct or indirect support of new construction in wetlands wherever there is a practical alternative. The City of Renton, to the extent permitted by law, must avoid undertaking or providing assistance for new construction located in wetlands unless (1) there is no practical alternative to such construction, and (2) the proposed action includes all practical measures to minimize harm to wetlands which may result from such use. In making this determination, the City of Renton may take into account economic, environmental and other pertinent factors. 13. EXECUTIVE ORDER 11988, MAY 24, 1977: FLOODPLAIN MANAGEMENT (42 F.R. 26951 et seq). The City of Renton shall comply with the provisions of Executive Order 11988. The intent of this Executive Order is to (1) avoid, to the extent possible, adverse impacts associated with the occupancy and modification of floodplains, and (2) avoid direct or indirect support of floodplain development wherever there is a practical alternative. If the City of Renton proposes to conduct, support or allow an action to be located in a floodplain, the City of Renton must consider alternatives to avoid adverse effects and incompatible involvement in the floodplain. If siting in a floodplain is the only practical alternative, the City of Renton must, prior to taking any action (1) design or modify its actions in order to minimize any potential harm to the floodplain, and (2) prepare and circulate a notice containing an explanation of why the action is proposed to be located in a floodplain. i14. THE WILD AND SCENIC RIVERS ACT OF 1968, AS AMENDED (16 U.S.C. 1271 et seq.). The City of Renton shall comply with the Wild and.Scenic Rivers Act. The purpose of this Act is to preserve selected rivers or sections of rivers in their free - flowing condition, to protect the water quality of such rivers and to fulfill other vital national conservation goals. Federal assistance by loan, grant, license, or other mechanism cannot be provided to water it resources construction projects that would have a direct and adverse effect on any river included or designated for study or inclusion in the National Wild and Scenic River System. 15. COASTAL ZONE MANAGEMENT ACT OF 1972, AS AMENDED (16 U.S.C. 1451 et seq.). The City of Renton shall comply with the Coastal Zone Management Act of 1972, as amended. The intent of this Act is to preserve, protect, develop, and where possible, restore or enhance the resources of the nation's coastal zone. Federal agencies cannot approve assistance for proposed projects that are inconsistent with the state's Coastal Zone Management program except upon a finding by the U.S. Secretary of Commerce that such a project is consistent with the purpose of this chapter or necessary in the interests of national security. 16. THE ENDANGERED SPECIES ACT OF 1973, AS AMENDED (16 U.S.C. 1531 et seq.). The City of Renton shall comply with the Endangered Species Act of 1973, as amended. The intent of this Act is to ensure that all federally assisted projects seek to preserve endangered or threatened species. Federally authorized and funded projects must not jeopardize the continued existence of endangered and threatened species or result in the destruction of or modification of habitat of such species which is determined by the U.S. Department of the Interior, after consultation with the state, to be critical. 17. THE RESERVOIR SALVAGE ACT OF 1960, AS AMENDED BY THE ARCHAEOLOGICAL AND HISTORIC PRESERVATION ACT OF 1974 (16 U.S.C. 469 et seq.). Under the Reservoir Salvage Act, the City of Renton must comply with provisions for the preservation of historical and archaeological data (including relics and specimens) that might otherwise be irreparably lost or destroyed as a result of any alteration of the terrain caused as a result of any federal construction project or federally licensed activity or program. Whenever the City of Renton finds, or is notified in writing by an appropriate historical or archaeological authority, that its activities in connection with any federal funded construction project or federally licensed project, activity or program may cause irreparable loss or destruction of significant scientific, prehistoric, historical or archaeological data, the City of Renton must stop work immediately and must notify the U.S. Secretary of Interior and the Department in writing and provide appropriate information concerning the project or program activity. 18. THE ARCHAEOLOGICAL AND HISTORICAL DATA PRESERVATION ACT OF 1974 (16 U.S.C. 469 a -1 et seq.). The City of Renton shall comply with the Archaeological and Historical Data Preservation Act, which provides for the preservation of historic and archaeological information that would be lost due to development and construction activities as a result of federally funded activities. 19. THE SAFE DRINKING WATER ACT OF 1974, AS AMENDED (42 U.S.C. Section 201, 300(f) et seq., and U.S.C. Section 349). The City of Renton must comply with the Safe Drinking Water Act, as amended, which is intended to protect underground sources of water. No commitment for federal financial assistance, according to this Act, shall be entered into for any project, which the U.S. Environmental Protection Agency determines, may contaminate an aquifer that is the sole or principal drinking water source for an area. [1 1 r F] 20. THE FEDERAL WATER POLLUTION CONTROL ACT OF 1972, AS AMENDED, INCLUDING THE CLEAR WATER ACT OF 1977, PUBLIC LAW 92 -212 (33 U.S.C. SECTION 1251 et seq.). The City of Renton must assure compliance with the Water Pollution Control Act, as amended, which provides for the restoration of chemical, physical and biological integrity of the nation's water. 21. THE SOLID WASTE DISPOSAL ACT, AS AMENDED BY THE RESOURCE CONSERVATION AND RECOVERY ACT OF 1976 (42 U.S.C. SECTION 6901 et seq.) The City of Renton must assure compliance with the Solid Waste Disposal Act, as amended. The purpose of this Act is to promote the protection of health and the environment and to conserve valuable material and energy resources. 22. THE FISH AND WILDLIFE COORDINATION ACT OF 1958, AS AMENDED (16 U.S.C. SECTION 661 et seq.) The City of Renton must assure compliance with the Fish and Wildlife Coordination Act, as amended. The Act assures that wildlife conservation receives equal consideration and is coordinated with other features of water resources development programs. 23. RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION POLICY, 1 CHAPTER 8.26 RCW. The City of Renton shall comply with the provisions of Chapter 8.26 RCW and Chapter 365 -24 WAC when its activities involve any acquisition of real property assisted under this Grant Agreement or the displacement of any family, individual, business, nonprofit organization or farm that results from such acquisition. 24. STATE ENVIRONMENTAL POLICY ACT (SEPA), CHAPTER 43.21 (C) RCW. The City of Renton shall comply with the provisions of Chapter 43.21(C) RCW and Chapter 197 - 11 WAC, the guidelines by which local agencies will (1) require environmental checklists from private and public entities considering an action potentially subject to the Environmental Impact Statement (EIS) requirement of SEPA, (2) make "threshold determinations" that such an action will not have a significant environmental impact, (3) provide for the preparation of a draft and final EIS if the action has significant impact, and (4) circulate the EIS to other agencies and interested parties. 25. NOISE CONTROL, CHAPTER 70.107 RCW. The City of Renton shall assure compliance with the state Noise Control Act. Objectives of the Act are to assist local governments in implementing local noise ordinances and to control and reduce excessive noise in Washington. 26. SHORELINE MANAGEMENT ACT OF 1971, CHAPTER 90.58 RCW. The City of Renton shall comply with the provisions of Chapter 90.58 RCW. This Act defines a planning program and a permit system, which are initiated at the local government level under state guidance. Its purpose is to protect and enhance the state's shoreline and it ' includes a comprehensive shoreline inventory process and a master program for regulation of shoreline uses. A permit application at the local level must be in compliance with those plans and consistent with the state Coastal Zone Management program if substantial A developments and shoreline modifications occur, and a record of the application and decision must be submitted to the state. 27. STATE BUILDING CODE, CHAPTER 19.27 RCW; ENERGY RELATED BUILDING STANDARDS, CHAPTER 19.27A RCW; AND PROVISIONS IN BUILDINGS FOR AGED AND HANDICAPPED PERSONS, CHAPTER 70.92 RCW. The City of Renton shall comply with the provisions of Chapter 19.27 RCW, Chapter 19.27A RCW, Chapter 70.92 RCW and the regulations for building construction and for barrier free facilities adopted by the Washington State Building Code Council pursuant to these statutes. The State Building Code Act provides for a uniform state building code and mandates counties, cities and towns to administer and enforce its provisions. Local governments are authorized to modify the state building code to fit local conditions as long as such modifications do not result in a code that is less than the minimum performance standards and objectives contained in the state code. 28. OPEN PUBLIC MEETINGS ACT, CHAPTER 42.30 RCW. The City of Renton shall comply with provisions of Chapter 42.30 RCW which require that all meetings of the governing body which pertain to this Grant Agreement shall be open to the public except those where specific provision is made for executive sessions pursuant to RCW 42.30.110. 29. LAW AGAINST DISCRIMINATION, CHAPTER 49.60 RCW. The City of Renton shall comply with the provisions of Chapter 49.60 RCW in all activities relating to this Grant Agreement. 30. GOVERNOR'S EXECUTIVE ORDER 89 -10, DECEMBER 11, 1989: PROTECTION OF WETLANDS, AND GOVERNOR'S EXECUTIVE ORDER 90 -04, APRIL 21,1990: PROTECTION OF WETLANDS. The City of Renton shall ensure that it avoids any activities that would adversely affect wetlands and adequately mitigates unavoidable impacts. For the purposes of this requirement, except where a contrary definition is provided by statute, mitigation means: (1) avoiding the impact altogether by not taking certain action or part of an action; (2) minimizing impacts by limiting the degree or magnitude of the action and its implementation, by using appropriate technology, or by taking affirmative steps to avoid or reduce impacts; (3) rectifying the impact by repairing, rehabilitating, or restoring the affected environment; (4) reducing or eliminating the impact over time by preservation and maintenance operations during the life of the action; (5) compensating for the impact by replacing, enhancing, or providing substitute resources or environments; and (6) monitoring the impact and taking appropriate corrective measures. Mitigation for individual actions may include a combination of the above measures. Mitigation may not include any of the above measures to the extent that they may be contrary to statute as applied under the particular circumstances. Emergency work that is essential to save lives and protect property and public health is exempt from these provisions. As a Washington State Licensed Contractor working on this project, I hereby certify that under the supervision of the City of Renton, we will be in compliance with all the applicable Federal t 1 1 11 J and State Contracting Provisions listed above, while under contract with the City of Renton, for the Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project. ICompany: Signed: I Date: AMENDMENTS TO THE STANDARD SPECIFICATIONS Fl 1 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS, The following Amendments to the Standard Specifications are made a part, of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1- 01.AP1 Section 1 -01, Definition and Terms August 5, 2013 1- 01.2(2) Items of Work and Units of Measurement The following abbreviation in this section is deleted: ATB Asphalt Treated Base 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read: The part of the Structure above: The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or 2. From the end pier expansion joint for bridges with end pier expansion joints. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 1 -02.AP 1 Section 1 -02, Bid Procedures and Conditions January 2, 2012 1- 02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. . 1 -03.AP 1 Section 1 -03, Award and Execution of Contract April 2, 2012 1- 03.1(1) Tied Bids This section's title is revised to read: 1- 03.1(1) Identical Bid Totals 1 -05.AP 1 Section 1 -05, Control of Work August 6, 2012 1- 05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 LP L 1 1 -06.AP 1 2 Section 1 -06, Control of Material 3 August 5, 2013 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1- 06.1(3) Aggregate Source Approval (ASA) Database The last paragraph is revised to read the following two new paragraphs: Aggregate materials that are not approved for use in the ASA database may be sampled and tested by the Agency, for a specified use on a project, from the source or from a processed stockpile of the material and all cost for the sampling and testing will be deducted from the Contract. The Contractor agrees to authorize the Project Engineer to deduct the sampling and testing costs from any money due or coming due to the Contractor. 1- 06.1(4) Fabrication Inspection Expense The first paragraph is revised to read: In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) • Cantilever Sign Structures and Sign Bridges • Epoxy- Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder - Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans • Treated Timber and Lumber 6 -inch by 6 -inch or larger AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 • Timber • Additional items as may be determined by the Engineer ' The footnote below the table is revised to read: An inspection day includes any calendar day or portion of a calendar day spent by one inspector inspecting, on standby, or traveling to and from a place of fabrication. An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280.00 per day for weekends and holidays for each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place. 1 -07.AP 1 Section 1 -07, Legal Relations and Responsibilities to the Public April 1, 2013 1 -07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. 1- 07.9(2) Posting Notices This section is revised to read: Notices and posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted: EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised 01/09) -Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD -1462 (revised 01/12) —Employee Polygraph Protection Act published by US Department of Labor. Post on all projects AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 II 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects 9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects 10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010 12. Post one copy of the prevailing wage rates for the project 1- 07.9(5) Required Documents Item number 2. in the first paragraph is revised to read: 2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form number F700- 007 -000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the Project Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L &I and a copy Of all the approved forms have been submitted to the Engineer. 1 -07.14 Responsibility for Damage The fifth paragraph is revised to read: Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. 1 -07.15 Temporary Water Pollution /Erosion Control The third paragraph is deleted. 1 -08.AP 1 Section 1 -08, Prosecution and Progress April 1, 2013 1 -08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1- 08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1 -08.5 Time for Completion The last paragraph in this section is supplemented with the following: e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors 1 -08.7 Maintenance During Suspension t The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1 -07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. 1 -09.AP 1 ' Section 1 -09, Measurement and Payment April 1, 2013 1 -09.1 Measurement of Quantities The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of avoirdupois weight ": Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall have no specific unit of measurement requirement. 1- 09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 1 -09.6 Force Account In item No. 3. For Equipment, the last sentence in the third sub - paragraph is revised to read: In the event that prior quotations are not obtained and the vendor is a firm independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by , the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 3- 01.AP3 Section 3 -01, Production From Quarry and Pit Sites August 5, 2013 3 -01.1 Description In the first paragraph, "asphalt treated base" is deleted. 3- 04.AP3 Section 3 -04, Acceptance of Aggregate August 5, 2013 3- 04.3(7)D4 An Entire Lot The last sentence is deleted. 3- 04.3(8) Price Adjustments for Quality of Aggregate The calculation in the first paragraph is revised to read: Aggregate Compliance Price Adjustment = (Composite Pay Factor —1.00) (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever is higher.) 3 -04.5 Payment In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3- 04.3(8)". In Table 1, the top two rows are revised to read the following three new rows: 9 -03.1 Concrete Aggregate (exce t pavement) 2000 1000 $15.00 $30.00 9 -03.1 Concrete Aggregate (pavement) 4000 1 2000 $15.00 $30.00 9-03.4(2) Crushed Screening' 1000 1 500 $20.00 $40.00 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) 1 Gravel Borrow for Structural Earth Walls 14000 2000 $30 $60 The footnotes below the Table 1 are revised to read: 1. Based on 1000 CY of Concrete. 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 3 Contingent unit price per S.Y. is $0.30. In Table 2, the first row is revised to read: 9 -03.1 Concrete Aggregate (all concrete aggregate - including 2 2 2, 10 20 pavement) AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to read: 9- 03.12(1)A Gravel Backfill for Foundations Class A3 In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) Gravel Borrow for 2 2 5 5 5 10 Other Structural Earth Walls 1 Item 1 in the footnotes below Table 2 is revised to read: 1 For Aggregate, the nominal maximum size sieve is the largest standard sieve opening listed in the applicable specification upon which more than 1- percent of the material by weight is permitted to be retained. For concrete aggregate, the nominal maximum size sieve is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. The footnotes below the Table 2 are supplemented with the following: 3 Use the price adjustment factors for the material that is actually used. 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. 4- 06.AP4 Section 4 -06, Asphalt Treated Base August 5, 2013 This section including title is deleted in its entirety and replaced with the following: Vacant 5- 01.AP5 Section 5 -01, Cement Concrete Pavement Rehabilitation August 5, 2013 5- 01.3(2)B Portland Cement Concrete The fifth sentence in the third paragraph is revised to read: The lower Specification limit for compressive strength shall be 4,000 -psi. The last two sentences in the third paragraph are deleted. 5- 01.3(4) Replace Portland Cement Concrete Panel This section is supplemented with the following: t t Replacement panels that crack shall be repaired as specified in Section 5- 05.3(22) at no cost to the Contracting Agency. Epoxy- coated dowel bars meeting the requirements of Section 9- 07.5(1) may be substituted for the corrosion resistant dowel bars specified. i AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 t I u F1 �1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5- 01.3(6) Dowel Bar Retrofit The second sentence in the ninth paragraph is revised to read: The foam insert shall fit tightly around the dowel and to the bottom and edges of the slot and extend to the top of the existing pavement surface. 5- 01.3(11) Concrete Slurry This section including title is revised to read: 5- 01.3(11) Concrete Slurry and Grinding Residue All concrete slurry and grinding residue shall be removed from the pavement surface on a continual basis immediately behind the grinding or cutting operations. Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface or into any drainage structure. The Contractor shall collect the concrete slurry and grinding residue from the pavement surface and dispose of it in accordance with Section 2- 03.3(7)C. Opening to traffic shall meet the requirements of Section 5- 05.3(17). 5- 02.AP5 Section 5 -02, Bituminous Surface Treatment August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". 5- 02.1(1) New Construction This section is revised to read: This method of treatment applications of aggregate. untreated Roadway that i application of emulsified aggregate. 5- 02.1(2) Seal Coats This section is revised to read: requires two applications of emulsified asphalt and three The first application of emulsified asphalt is applied to an > followed with an application of aggregate. The second asphalt is followed with two additional applications of This method requires the placing of one application of emulsified asphalt and one or more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface and to produce a uniform Roadway surface with acceptable nonskid characteristics. 5 -02.2 Materials The following new paragraph is inserted after the second paragraph: Each source of aggregate for bituminous surface treatment shall be evaluated separately for acceptance in accordance with Section 3 -04. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 The second and fourth paragraphs (after implementing the preceding Amendment) are deleted. 5- 02.3(1) Equipment The second sentence in the second paragraph is revised to read: A temperature measuring device shall be capable of reporting the temperature of emulsified asphalt in the tank. 5- 02.3(2)A New Construction The fourth and fifth paragraphs are revised to read: Immediately before the first application of emulsified asphalt, the Roadway surface shall be in the following condition: firm and unyielding, damp, free from irregularities and material segregation, and true to line, grade, and cross - section. No traffic will be allowed on the prepared surface until the first application of emulsified asphalt and aggregate has been completed. 5- 02.3(3) Application of Asphalt and Aggregate The table "Application Rate" is revised to read: Application Rate Undiluted Emulsified Aggregate Asphalt,,(gal. Application per sq. yd.) Rate (Ibs. per Applied Aggregate sq. yd.) Size' New Construction First 0.35 -0.65 '/z inch- No. 4 25 -45 Application or % inch 2 inch Second 0.35 -0.60 'h inch- No. 4 25 -40 Application Choke Stone N/A No. 4 - 0 4 -6 Seal Coats % inch — No. 4 0.40 -0.65 % inch- No. 4 25-45 Choke Stone No. 4 - 0 4 -6 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 v f lJ 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 % inch — No. 4 Choke Stone 0.35 - 0.55 Y2 inch- No. 4 No. 4 - 0 20 -35 4 -6 % inch — No. 4 0.35 -0.55 % inch- No. 4 20 -30 Choke Stone N/A No. 4 - 0 4 -6 The table "Pavement Sealing" is deleted. The second paragraph is revised to read: The Project Engineer will determine the application rates. The second application of emulsified asphalt shall be applied the next day, or as approved by the Project Engineer. The second to last paragraph is revised to read: Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal emulsified asphalt shall be CSS -1 or CSS -1 h diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise approved by the Project Engineer. The fog seal shall be uniformly applied to the pavement at a diluted rate of 0.10 — 0.18 gal /sy. The finished application shall be free of streaks and bare spots. 5- 02.3(5) Application of Aggregates The sixth paragraph is revised to read: The Contractor shall apply choke stone to the Roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the Contract documents or specified by the Project Engineer. Excess aggregate shall be removed from the Roadway. A minimum of one pass with a pneumatic roller shall be made across the entire width of the applied choke stone. 5- 02.3(7) Patching and Correction of Defects The last sentence in the last paragraph is revised to read: The CSS -1 or CSS -1 h emulsified asphalt may be diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise specified by the Project Engineer. 5 -02.5 Payment The first sentence in the second paragraph is revised to read: The unit Contract price per mile for "Processing and Finishing" shall be full pay for all cost to perform the specified work including, blading, scarifying, processing, leveling, finishing, and the manipulation of aggregates as required The third paragraph is revised to read "Emulsified Asphalt (_) ", per ton. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 2 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The fourth paragraph is revised to read: �I The unit Contract price per ton for "Emulsified Asphalt ( " shall be full pay for all costs to perform the specified Work including furnishing, heating, hauling, and spreading the emulsified asphalt on the Roadway. The sixth paragraph is revised to read: ' The unit Contract price per ton for "Asphalt for Fog Seal' shall be full pay for all costs to perform the specified Work for the fog seal. The eighth paragraph is revised to read: , The unit Contract price per cubic yard for "Aggregate from Stockpile for BST" shall be ' full pay for all costs to perform the specified Work including loading, transporting, and placing the material in the finished Work. The eleventh paragraph is revised to read: 0 The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed ' () shall be full pay for costs to perform the specified Work including furnishing, transporting, and placing the material in the finished Work. The thirteenth paragraph is revised to read: The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs to perform the specified Work including rebrooming the Roadway. 5- 04.AP5 Section 5 -04, Hot Mix Asphalt April 1, 2013 5 -04.2 Materials The following material reference is deleted from this section: Blending Sand 9- 03.8(4) The fourth paragraph is revised to read: The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. 5- 04.3(7)A1 General This section is supplemented with the following: The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 0 .J LI i 1 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5- 04.3(7)A3 Commercial Evaluation The second sentence in the second paragraph is deleted. 5- 04.3(10)B3 Longitudinal Joint Density The section including title is revised to read: 5- 04.3(10)B3 Vacant 5- 04.3(11)D General The last sentence in the first paragraph is deleted. 5- 04.3(12)A Transverse Joints In the second paragraph "planning" is revised to read "planing ". 5- 04.3(20) Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti - stripping additive shall be added in the amount designated in the WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency. For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti -strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor. 5 -04.4 Measurement The first sentence in the first paragraph is revised to read: HMA Cl. _ PG _, HMA for _ Cl. _ PG _, and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. The last paragraph is deleted. 5 -04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph following bid item are deleted. 5- 05.AP5 Section 5 -05, Cement Concrete Pavement August 5, 2013 5- 05.3(1) Concrete Mix Design for Paving The title in the table titled "Portland Cement Concrete Batch Volumes" is revised to read: Portland Cement Concrete Batch Weights, per cubic yard of Concrete 5- 05.3(6) Subgrade The last paragraph in this section is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 6- 02.AP6 Section 6 -02, Concrete Structures January 7, 2013 6- 02.3(2) Proportioning Materials The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the table titled "Cementitious Requirement for Concrete" is revised to read: ****145 The following new note is inserted after the note " * ** No maximum specified" in the table titled "Cementitious Requirement for Concrete ": * ** *Maximum of 200 pounds The paragraph following the table "Cementitious Requirements for Concrete" is revised to read: I When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight ' of the total cementitious material for concrete Class 4000D and 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. 6- 02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6- 02.3(5)C shall apply. 6- 02.3(2)D Lean Concrete This section is revised to read: Lean concrete shall meet the cementitious requirements of Section 6- 02.3(2) and have a maximum water /cement ratio of 2. 6- 02.3(4)A Qualification of Concrete Suppliers The first paragraph is revised to read : Batch Plant Prequalification requires a certification by the National Ready Mix Concrete Association ( NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be valid for a 2 -year period from the date of certificate. The following documentation shall be submitted to the Project Engineer; a copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350 -040), along with copies of the truck list, batch plant scale AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 LI n 1 certification, admixture dispensing certification, and volumetric water batching devices 2 (including water meters) verification. 3 4 - 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, 5 and Air Control 6 The last sentence in the second paragraph is revised to read: 7 8 Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and 9 random samples shall be selected in accordance with WSDOT TM 716. 10 11 6- 02.3(14)C Pigmented Sealer for Concrete Surfaces 12 This section is revised to read: 13 14 The Contractor shall submit the pigmented sealer manufacturer's written instructions 15 covering, at a minimum, the following: 16 17 1. Surface preparation 18 19 2. Application methods 20 21 3. Requirements for concrete curing prior to sealer application 22 23 4. Temperature, humidity and precipitation limitations for application 24 25 5. Rate of application and number of coats to apply 26 27 The Contractor shall not begin applying pigmented sealer to the surfaces specified to 28 receive the sealer until receiving the Engineer's approval of the submittal. 29 30 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 31 surface finish (except that concrete barrier surfaces shall be finished in accordance with 32 Section 6- 02.3(11)A). The Contractor shall not apply pigmented sealer from a batch 33 greater than 12 months past the initial date of color sample approval of that batch by the 34 Engineer. 35 36 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 37 in the Special Provisions. 38 39 The final appearance shall be even and uniform without blotchiness, streaking or 40 uneven color. Surface finishes deemed unacceptable by the Engineer shall be re- 41 coated in accordance with the manufacturer's recommendations at no additional 42 expense to the Contracting Agency. 43. 44 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 45 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot 46 below the finish ground line, unless otherwise shown in the Plans. 47 48 6- 02.3(16) Plans for Falsework and Formwork 49 Item No. 4 in the seventh paragraph is revised to read: 50 51 4. Conditions required by other Sections of 6- 02.3(17), Falsework and Formwork. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. The following paragraph is inserted after the seventh paragraph: Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high (excluding pedestal height) provided: Concrete placement rate is 4 feet per hour or less. 2. Facing is 3/ -inch plywood with grades as specified per Section 6- 02.3(17)1 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's spaced at 24 inches. 6- 02.3(17)F Bracing , In the first paragraph, the phrase "per Section 6- 02.3(17)1' is revised to read "in accordance with Section 6- 02.3(17)1 ". This section is supplemented with the following new sub - section: 6- 02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge Deck Concrete Placement Prestressed concrete girders shall be braced to resist forces that would cause rotation or torsion in the girders caused by the placing of precast concrete deck panels and concrete for the bridge deck. Bracing shall be designed and detailed by the Contractor and shall be shown in the falsework/formwork plans submitted to the Engineer for approval. These braces shall be furnished, installed, and removed by the Contractor at no additional cost to the Contracting Agency. The Contractor may consider the bracing effects of the diaphragms in developing the falsework/formwork plans. The Contractor shall account for the added load from concrete finishing machines and other construction loadings in the design of the bracing. Falsework support brackets and braces shall not be welded to structural steel bridge members or to steel reinforcing bars. 6- 02.3(17)F4 Temporary Bracing for Bridge Girders This section including title is revised to read: 6- 02.3(17)F4 Temporary Bracing for Bridge Girders During Erection Steel girders shall be braced in accordance with Section 6- 03.3(7)A. Prestressed concrete girders shall be braced sequentially during girder erection. The bracing shall be designed and detailed by the Contractor and shall be shown in the falsework/formwork plans submitted to the Engineer for approval. The Contractor shall furnish, install, and remove the bracing at no additional cost to the Contracting Agency. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 �I J 17 ii 1 t 1 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent lateral movement or rotation. This bracing shall be placed prior to the release of each girder from the erection equipment. If the bridge is constructed with cast -in -place concrete diaphragms, the bracing may be removed once the concrete in the diaphragms has been placed and cured for a minimum of 24 hours. 6- 02.3(17)H Formwork Accessories The first paragraph is deleted and replaced with the following two new paragraphs: Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts, and similar hardware shall be specifically identified in the formwork plans including the name and size of the hardware, manufacturer, safe working load, and factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods, and similar hardware. Wire form ties shall not be used. Welding or clamping formwork accessories to Contract Plan reinforcing steel will not be allowed. Driven types of anchorages for fastening forms or form supports to concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed. Taper ties may be used provided the following conditions are met: The structure is not designed to resist water pressure (pontoons, floating dolphins, detention vaults, etc.) 2. After the taper tie is removed, plugs designed and intended for plugging taper tie holes shall be installed at each face of concrete. The plug shall be installed a minimum of 1 '/2" clear from the face of concrete. 3. After the plug is installed, the hole shall be cleaned of all grease, contamination and foreign matter. 4. Holes on the exposed faces of concrete shall be patched and finished to match the surrounding concrete. 6- 02.3(25)N Prestressed Concrete Girder Erection The third sentence in the fifth paragraph is revised to read: The girders shall be braced in accordance with Sections 6- 02.3(17)F4 and 6- 02.3(17)F5. 6- 02.3(26)E5 Leak Tightness Testing The first sentence in the first paragraph is revised to read: The Contractor shall test each completed duct assembly for leak tightness after placing concrete but prior to placing post tensioning reinforcement. The second paragraph is revised to read: Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and drains shall either be capped or have their shut -off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any , subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater ' than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable, locations of leakage shall be identified, repaired or reconstructed using methods approved by the Engineer. The repaired system shall then be retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the ' completed duct assembly completes a test with pressure loss within the specified amount. 6- 03.AP6 , Section 6 -03, Steel Structures August 5, 2013 , 6- 03.3(7)A Erection Methods The following new paragraph is inserted after the second paragraph: , The Contractor may submit for approval the use of an engineered and fabricated lifting bracket bolted to the girder top flanges providing the following requirements are satisfied: The lifting bracket shall be engineered and supporting calculations shall be submitted with the erection plan; 2. The calculations shall include critical stresses in the girder including local I stresses in the flanges at lifting bracket locations; 3. The calculations shall include computation of the lifting bracket and associated ' bolt hole locations and the expected orientation of the girder during picking operation; 4. The lifting bracket shall be load tested and certified for a load at least 2 times ' the working load and at all angles it will be used (angle of load or rigging). Certification documentation from a previous project may be submitted for approval; 5. Bolt holes in girders added for the lifting bracket connections shall be shown in the shop plans and shall be drilled in the shop. Field drilling of bolt holes for ' lifting brackets will not be permitted; 6. Bolt holes in girder top flanges shall be filled with high strength bolts after , erection in accordance with Section 6- 02.3(17)K. The last sentence in the fourth paragraph (after implementing the preceding Amendment) is revised to read: I The plan, including lifting bracket working drawings and calculations, shall be prepared by (or under the direct supervision of) a Professional Engineer, licensed under Title 18 , AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 t r] L 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 RCW, State of Washington, in the branch of Civil or Structural, and shall carry the engineer's seal and signature, in accordance with Section 6- 02.3(16). 6- 03.3(13) Fabricating Tension Members Item number 2. is revised to read: 2. Fabricated from plate stock with the primary rolling direction of the stock parallel to the length of the member, or as shown in the Plans. 6- 03.3(28)A Method of Shop Assembly The first sentence in Item 2.C. is revised to read: For Trusses and Girders — After the first stage has been completed, each subsequent stage shall be assembled to include: at least one truss panel or girder shop section of the previous stage and two or more truss panels or girder shop sections added at the advancing end. 6- 03.3(32) Assembling and Bolting The first sentence in the fourth paragraph is revised to read: To complete a joint following one of the methods listed above, the Contractor shall fill all remaining holes of the field connection or splice place with bolts and tighten to snug - tight. The following two new paragraphs are inserted after the fourth paragraph: The Contractor shall complete the joint or connection within ten calendar days of installing the first bolt or within a duration approved by the Engineer. Any bolts inserted in an incomplete connection, either loose or tightened snug- tight, which exceed the specified duration for completing the connection, shall be subject to the following requirements: Three assemblies for each size and length shall be removed from connection(s) that are to be tensioned. Rotational capacity tests shall be performed on the removed assemblies to demonstrate the assembly has sufficient lubricant to be tensioned satisfactorily. 2. Five assemblies shall be removed from the connection to establish the inspection torque. 3. In the case of tension controlled bolts, three assemblies shall be removed and tested in accordance with Section 6- 03.3(33)A to verify the minimum specified tension can be achieved prior to shearing of the spline. Assemblies removed for the purpose of rotational capacity testing, determination of the inspection torques, or verification of tension controlled bolt performance shall be replaced with new bolts at no additional expense to the Contracting Agency. To minimize the number of removed assemblies, the Contractor may combine rotational capacity testing and inspection torque determination as approved by the Engineer. 6- 03.3(33) Bolted Connections The fourth paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. Bolts shall not be galvanized unless specified in the Contract documents. AASHTO M 253 bolts shall not be galvanized and shall not be used in contact with galvanized metal. In the tenth paragraph, the first paragraph of Item number 3. is revised to read: 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method (Tension Control Bolt Assembly) - Tension control bolt assemblies shall include the bolt, nut, and washer(s) packaged and shipped as a single assembly. Unless otherwise approved by the Engineer, tension control bolt assembly components shall not be interchanged for testing or installation and shall comply with all provisions of ASTM F 1852. If approved by the Engineer, the tension control bolt assembly components may be interchanged within the same component lot for girder web splices or other locations where access to both sides of the connection is restricted. 6- 03.3(33)A Pre - Erection Testing The following new paragraph is inserted after the fourth paragraph: Three twist off -type tension controlled bolt assemblies, per assembly lot, shall be tested in a bolt tension calibrator. The bolts shall first be tensioned to a snug tight condition. Tensioning shall then be completed by tightening the assembly nut in a continuous operation using a spline drive installation tool until the spline shears from the bolt. The bolt assembly tension shall meet the requirements of Table 1. If any specimen fails, the assembly lot is rejected. 6- 03.3(33)B Bolting Inspection The first paragraph is revised to read: The Contractor, in the presence of the Project Engineer, shall inspect the tightened bolt using a calibrated inspection torque wrench, regardless of bolting method. The Contractor shall supply the inspection torque wrench. Inspection shall be performed within seven calendar days from the completion of each bolted connection or as approved by the Project Engineer. 6- 03.3(36) Setting and Grouting Masonry Plates Item number 2. in the second paragraph is revised to read: 2. Place steel shims under the masonry plates to position pin, centers or bearings to line and grade and in relationship to each other. Steel shims shall be the size and be placed at the locations shown in the Plans; 6- 03.3(39) Swinging the Span The second and third paragraphs are revised to read: After the falsework is released (spans swung free), the masonry plates, shoes, and keeper plates are grouted, and before any load is applied, the Contractor (or the Engineer if the Contracting Agency is responsible for surveying) shall survey elevations at the tenth points along the centerline on top of all girders and floorbeams. The AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 ii n 1 1 ii d 1� 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Contractor shall calculate the theoretical top of girder or floorbeam flange elevations and compare the calculated elevations to the surveyed elevations. The theoretical pad or haunch depth shown in the Plans shall be increased or decreased by the difference between the theoretical and surveyed top of girder or floorbeam elevations. The soffit (deck formwork) shall be set based on the Plan bridge deck thickness and the adjusted pad or haunch depth. The Contractor shall submit all survey data and calculations to the Engineer for review ten working days prior to placing any load, beyond the maximum five pounds per square foot of form weight allowed, on the Structure. 6- 05.AP6 Section 6 -05, Piling August 6, 2012 6 -05.5 Payment The paragraph following the bid item, "Driving St. Pile ", per each is revised to read: The unit Contract price per each for "Driving (type) Pile (_)" shall be full pay for driving the pile to the ultimate bearing and /or penetration specified. 6- 06.AP6 Section 6 -06, Bridge Railings August 6, 2012 6- 06.3(2) Metal Railings The third paragraph is revised to read: Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacing of the bottom channels Or anchorage plates. 6- 07.AP6 Section 6 -07, Painting August 5, 2013 6- 07.3(9)A Paint System The first sentence in the second paragraph is revised to read: All paint coating components of the selected paint system shall be produced by the same manufacturer. 6- 07.3(10)H Paint System The first and second sentences in the second paragraph are revised to read: All paint coating components of the selected paint system shall be produced by the same manufacturer. 6- 07.3(10)N Field Coating Application Methods The first sentence is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44' 45 46 47 48 49 The Contractor shall apply paint materials in accordance with the manufacturer's recommendations by air or airless spray, brush, roller, or any combination of these methods unless otherwise specified. The third sentence is revised to read: I The Contractor shall use brushes to apply the stripe coat, to ensure complete coverage around structural geometric irregularities, and to push the paint into gaps between existing steel surfaces and around rivets and bolts. t 6- 07.3(10)0 Applying Field Coatings The first sentence in the sixth paragraph is revised to read: All steel surfaces cleaned to bare metal by abrasive blast cleaning shall .receive the primer coat within the same working day as the cleaning to bare metal and before any rust begins to form. 6 -07.5 Payment The third paragraph is revised to read: The lump sum Contract price for "Cleaning and Painting - " shall be full pay for the Work as specified, including developing all submittals, arranging for and accommodating contact and on -site attendance by the paint manufacturer's technical representative, furnishing and placing all necessary staging and rigging, furnishing, operating and mooring barges, furnishing and operating fixed and movable work platforms, accommodating Contracting Agency inspection access, conducting the Contractor's quality control inspection program, providing material, labor, tools, and equipment, furnishing containers for containment waste, collecting and storing containment waste, collecting, storing, testing, and disposing of all containment waste not conforming to the definition in Section 6- 07.3(10)F, performing all cleaning and preparation of surfaces to be painted, applying all coats of paint and sealant, correcting coating deficiencies, completing coating repairs, and completing project site cleanup. The first sentence in the fourth paragraph is revised to read: Progress payments for "Cleaning and Painting - " will be made on a monthly basis and will be based on the percentage of the total estimated area satisfactorily cleaned and coated as determined by the Project Engineer. 6- 10.AP6 Section 6 -10, Concrete Barrier August 5, 2013 6 -10.3 Construction Requirements This section is supplemented with the following: Steel welded wire reinforcement deformed, conforming to Section 9 -07.7, may be substituted in concrete barrier in place of deformed steel bars conforming to Section 9- 07.2, subject to the following conditions: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 11 1 t r-Ij 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Steel welded wire reinforcement spacing shall be the same as the. deformed steel bar spacing as shown in the Standard Plans. 2. The minimum cross sectional area for steel welded wire reinforcement shall be no less than 86 percent of the cross sectional area for the deformed steel bars being substituted. 3. Development lengths and splice lengths shall conform to requirements specified in the AASHTO LRFD Bridge Design Specifications, current edition. 6- 10.3(6) Placing Concrete Barriers The first and second sentences in the first paragraph are revised to read: Precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall meet this test for uniformity: 6 -10.5 Payment In the second paragraph, the bid item "Conc. Class 4000" is revised to read: "Conc. Class 4000_" 6- 12.AP6 Section 6 -12, Noise Barrier Walls August 6, 2012 6- 12.3(3) Shaft Construction The third sentence in the fifth paragraph is revised to read: When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -12.5. 6- 12.3(6) Precast Concrete Panel Fabrication and Erection The second sentence in item number 3 is deleted. 6 -12.5 Payment This section is supplemented with the following: "Removing Noise Barrier Wall Shaft Obstructions ", estimated. Payment for removing obstructions, as defined in Section 6- 12.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 entered an amount for the item 'Removing Noise Barrier Wall Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. 6- 13.AP6 Section 6 -13, Structural Earth Walls April 1, 2013 t 6 -13.2 Materials , In the first paragraph, the following item is inserted after the item "Aggregates for Portland Cement Concrete ": Gravel Borrow for Structural Earth Walls 9- 03.14(4) 6 -13.4 Measurement In the second paragraph, "Backfill" is revised to read "Gravel borrow ". 6 -13.5 Payment In this section, the bid item "Backfill for Structural Earth Wall Incl. Haul' is revised to read: "Gravel Borrow for Structural Earth Wall incl. Haul". 6- 14.AP6 Section 6 -14, Geosynthetic Retaining Walls April 1, 2013 6 -14.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates for Portland Cement Concrete 9 -03.1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 812713 t t 1 1 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Sand 9- 03.13(1) Gravel Borrow for Structural Earth Wall 9- 03.14(4) Polyurethane Sealant 9- 04.2(3) Closed Cell Foam Backer Rod 9- 04.2(3)A Anchor Rods and Associated Nuts, Washers, and Couplers 9- 06.5(1) Reinforcing Steel 9 -07 Wire Mesh for Concrete Reinforcement 9 -07.7 Grout 9- 20.3(4) Construction Geosynthetic 9 -33 6 -14.4 Measurement In the second paragraph, "geosynthetic retaining wall backfill" is revised to read "structural earth wall backfill ". 6 -14.5 Payment In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul ". Is revised to read: "Gravel Borrow for Structural Earth Wall incl. Haul" 6- 15.AP6 Section 6 -15, Soil Nail Walls January 2, 2012 6 -15.2 Materials The referenced section for the following item is revised to read: Grout 9- 20.3(4) 6- 15.3(3) Submittals Item f beneath item number 3 is revised to read: f. Mix design and procedures for placing the grout. 6- 15.3(6) Soil Nailing This section is supplemented with the following: The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification and proof testing of the soil nails has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. 6- 16.AP6 Section 6 -16, Soldier Pile and Soldier Pile Tieback Walls January 2, 2012 6- 16.3(3) Shaft Excavation The third sentence in the seventh paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -16.5. 6 -16.5 Payment This section is supplemented with the following: "Removing Soldier Pile Shaft Obstructions ", estimated. Payment for removing obstructions, as defined in Section 6- 16.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item 'Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of ,obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule pro'ided in accordance with Section 1 -08.3. 6- 17.AP6 Section 6 -17, Permanent Ground Anchors August 6, 2012 6- 17.3(3) Submittals The first sentence in the sixth paragraph is revised to read: The Contractor shall submit the mix design for the grout conforming to Section 9- 20.3(4) and the procedures for placing the grout to the Engineer for approval. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 t t 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 6- 17.3(7) Installing Permanent Ground Anchors The following new paragraph is inserted after the sixth paragraph: The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification, performance and proof testing of the permanent ground anchors has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. 6- 17.3(9) Permanent Ground Anchor Acceptance Criteria The fourth paragraph is deleted. 6- 19.AP6 Section 6 -19, Shafts August 5, 2013 . 6- 19.3(2) Submittal This section including title is revised to read: Shaft Construction Submittals The shaft construction submittal shall be comprised of the following three components: construction experience; shaft installation narrative; and shaft slurry technical assistance. The submittal shall be submitted in a PDF format to the Project Engineer a minimum of 30 calendar days prior to the start of the Work. 6- 19.3(2)A Construction Experience Submittal This section's title is revised to read: Construction Experience The first sentence in the first paragraph is revised to read: The Contractor shall submit a project reference list to the Project Engineer for verifying the successful completion by the Contractor of at least three separate foundation projects with shafts of diameters and depths similar to or larger than those shown in the Plans, and ground conditions similar to those identified in the Contract. The first sentence in the second paragraph is revised to read: The Contractor shall submit a list identifying the on -site supervisors and drill rig operators potentially assigned to the project to the Project Engineer. The first and second sentences in the last paragraph are deleted. 6- 19.3(2)6 Shaft Installation Narrative Submittal This section's title is revised to read: Shaft Installation Narrative The first sentence in the first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 2 The Contractor shall submit a shaft installation narrative to the Engineer. 3 , 4 Item number 4. (except the table) is revised to read: 5 6 4. A slurry mix design, including all additives and their specific purpose in the slurry 7 mix, with a discussion of its suitability to the anticipated subsurface conditions shall 8 be submitted and include the procedures for mixing, using, and maintaining the 9 slurry. A detailed plan for quality control of the selected slurry, including tests to be 10 performed, test methods to be used, and minimum and /or maximum property 11 requirements which must be met to ensure the slurry functions as intended, 12 considering the anticipated subsurface conditions and shaft construction methods, 13 in accordance with the slurry manufacturer's recommendations and these Special 14 Provisions shall be included. As a minimum, the slurry quality control plan shall 15 include the following tests: 16 17 Item number 9. is revised to read (except the lettered items): 18 19 9. Reinforcing steel shop drawings with details of reinforcement placement, including 20 bracing, centering, and lifting methods, and the method to ensure the reinforcing 21 cage position is maintained during construction, including use of bar boots and /or 22 rebar cage base plates, and including placement of rock backfill below the bottom 23 of shaft elevation, provided the conditions of Section 6- 19.3(5)D are satisfied. 24 25 The reinforcing steel shop drawings and shaft installation narrative shall include, at 26 a minimum: 27 28 The paragraph following item number 9 n is deleted. 29 30 The first sentence in the paragraph following item number 9 n.. (after implementing the 31 preceding Amendment) is revised to read: 32 33 The Engineer will evaluate the shaft installation narrative for conformance with the 34 Plans, Specifications, and Special Provisions, within the review time specified. 35 36 6- 19.3(2)C Shaft Slurry Technical Assistance Submittal 37 This section's title is revised to read: 38 39 Shaft Slurry Technical Assistance 40 41 The second sentence in the first paragraph (except for the numbered items) is revised to 42 read: 43 44 The Contractor shall submit the following to the Engineer: 45 46 6- 19.3(4)B Minimum Level of Slurry in the Excavation 47 This section is revised to read: 48 49 When slurry is used in a shaft excavation the following is required: 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 H F�� t fl 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The height of the slurry shall be as required to provide and maintain a stable hole to prevent bottom heave, caving, or sloughing of all unstable zones. 2. The Contractor shall provide casing, or other means, as necessary to meet these requirements. 3. The slurry level in the shaft while excavating shall be maintained above the groundwater level the greater of the following dimensions: a. Not less than 5 feet for mineral slurries. b. Not less than 10 feet for water slurries. c. Not less than 10 feet for synthetic slurries. 4. The slurry level in the shaft throughout all stops as specified in Section 6- 19.3(3)A and during concrete placement as specified in Section 6- 19.3(7) shall be no lower than the water level elevation outside the shaft. 6- 19.3(4)F Slurry Disposal This section including title is revised to read: 6- 19.3(4)F Disposal of Slurry and Slurry Contacted Spoils The Contractor shall dispose of the slurry and slurry- contacted spoils as specified in the shaft installation narrative in accordance with Section 6- 19.3(2)B, item 8, and in accordance with the following requirements: Water slurry with no additives may be infiltrated to an upland area within the confines of the Contracting Agency Right of Way for the project. Infiltration is allowed provided the ground -line at the disposal site is at least 5 feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of water slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with this slurry may be disposed of as clean fill. 2. Synthetic slurry and water slurry with polymer -based additives shall be contained and disposed of by the Contractor at an approved facility. The Contractor shall acquire all permits or approvals necessary for disposal of the slurry and shall provide copies to the Engineer. Spoils in contact with synthetic slurry or water slurry with polymer -based additives shall be disposed of in accordance with Section 2- 03.3(7)C. With approval of the Engineer, the Contractor may re -use these spoils on -site. 3. Mineral slurry may be infiltrated to a temporary sediment trap located in an upland area within the confines of the Contracting Agency Right of Way for the project. Infiltration is allowed provided the ground -line at the disposal site is at least 5 feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of mineral slurry AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with mineral slurry shall be disposed of in accordance with Section 2- 03.3(7)C. With approval of the Engineer, the Contractor may re -use these spoils on -site. 7- 02.AP7 Section 7 -02, Culverts August 6, 2012 7 -02.2 Materials Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 7 -02.5 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Culv. Pipe In. Diam. ", per linear foot 7- 03.AP7 Section 7 -03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass August 6, 2012 7- 03.3(1) Foundations, General This section is supplemented with the following: When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2)D. 7- 03.3(5) Headwalls This section is supplemented with the following: When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2) D. 7- 04.AP7 Section 7 -04, Storm Sewers August 6, 2012 7- 04.3(1)B Exfiltration Test — Storm Sewers The fifth column title "PE 4" is revised to read "PP4" from the table titled, "Storm Sewer Pipe Schedules ". Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: 4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 1 t t i 1 t t 1 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 7 -04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam ", per linear foot 7- 05.AP7 Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7 -05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. 7- 08.AP7 Section 7 -08, General Pipe Installation Requirements August 6, 2012 7- 08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph: The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. 7- 09.AP7 Section 7 -09, Water Mains August 6, 2012 7- 09.3(19)A Connections to Existing Mains In the second paragraph, "Special Conditions" is revised to read "Special Provisions ". 8- 01.AP8 Section 8 -01, Erosion Control and Water Pollution Control August 5, 2013 8 -01.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9- 05.1(6) Quarry Spalls 9 -13 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 Seed 9 -14.2 2 Fertilizer 9 -14.3 3 Mulch and Amendments 9 -14.4 4 Tackifiers 9- 14.4(7) 5 Erosion Control Devices 9 -14.5 6 High Visibility Fence 9 -14.5 7 Construction Geotextile 9 -33 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 8- 01.3(1) General . The last two sentences in the first paragraph are deleted. In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing ". 8- 01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8- 01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read: 8- 01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/ pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of Short-Term Mulch shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48 -hour period. PAM shall not be applied during rainfall or to saturated soils 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer' is revised to read "Project Engineer". Note 1 of the table in the first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 t a 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted. 8- 01.3(3) Placing Erosion Control Blanket This section including title is revised to read: 8- 01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and to enhance the establishment of vegetation. Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. Select erosion control blanket material for an area based on the intended function: slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations. 8- 01.3(4) Placing Compost Blanket This section is revised to read: Compost blanket, shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area. Compost shall be Medium Compost. 8- 01.3(5) Placing Plastic Covering This section including title is revised to read: Plastic Covering Erosion Control - Plastic coverings used to temporarily cover stock piled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch overlap of all seams and be a minimum of 6 mils thick. Containment - Plastic coverings used to line concrete washout areas, contain wastewaters, or used in secondary containment to prevent spills, shall be seamless to prevent infiltration and be a minimum of 10 mils thick. Vegetation Management - Plastic covering placed over areas that have been seeded shall be clear and where vegetative growth is to inhibited it shall be black and be a minimum of 4 mils thick. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8- 01.3(6)C Sandbag Check Dam 8- 01.3(6) Check Dams This section is revised to read: Check dams are used as an erosion and sediment control device in channels or conveyance areas. Check dams shall be installed as soon as construction will allow, or when designated by the Project Engineer. The Contractor may substitute a different check dam material, in lieu of what is specified in the contract, with approval of the Project Engineer. Check dam materials shall meet the requirements in Section 9- 14.5(4). Straw bales shall not be used as check dams. The check dam is a temporary or permanent structure, built across a minor channel placed perpendicular to the flow of i water. Water shall not flow freely through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. i Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall be installed as shown in the Standard Plans. When wattles, coir logs, and compost socks are used as check dams they shall be measured and paid as check dam in accordance with Section 8 -01.4 and 8 -01.5. 8- 01.3(6)A Geotextile- Encased Check Dam This sections content including title is deleted. 8- 01.3(6)B Quarry Spall Check Dam This sections content including title is deleted. 8- 01.3(6)C Sandbag Check Dam This sections content including title is deleted. 8- 01.3(6)D Wattle Check Dam This sections content including title is deleted. 8- 01.3(6)E Coir Log This section including title and section number is revised to read: 8- 01.3(6)A Coir Log Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall be laid out, spaced, staked and installed in accordance with the Standard Plans. i Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. 8- 01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. i AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 71 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8- 01.3(9)A Silt Fence This section and all sub - sections including title is revised to read: 8- 01.3(9)A Fencing 8- 01.3(9)A1 High Visibility Fencing High visibility fencing (HVF) shall be orange in color and installed along the site preservation lines shown in the Plans or as specified by the Engineer. Post spacing and attachment of the fencing, material to the posts shall be as shown in the Standard Plans and in accordance with Section 9- 14.5(8). The HVF shall not be fastened to trees. 8- 01.3(9)A2 Silt Fence Silt fence shall be black in color and used as a sediment control device to prevent sediment laden water from leaving project boundaries, to manage stormwater within the site, or to create small detention areas. Silt fence shall be installed at locations shown in the Plans. The geotextile shall be securely attached to the posts and support system. Post spacing and attachments shall be as shown in Standard Plans. Geotextile material shall meet the requirements of Section 9- 33.2(1), Table 6 and be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 % by 1 % inches by the minimum length shown in the Plans. When sediment deposits reach approximately '/3 the height of the silt fence, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). If trenching is not feasible due to rocky soils or not advisable due to proximity to a downslope sensitive area, a different sediment control device that does not require trenching shall be used in place of silt fence. Silt Fence with Backup Support Where backup support is needed for silt fence in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the fence. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing and attachments shall be as shown in Standard Plans. 8- 01.3(9)A3 High Visibility Silt Fence High visibility silt fence (HVSF) shall be orange in color and only be used for the dual purpose of demarcating site preservation lines and a sediment control device AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 in a location where high visibility mesh fence and black silt fence would otherwise be used together at same location. If use of HVSF is allowed the geotextile material shall meet the material requirements of Section 9- 33.2(1), Table 6. Post spacing and attachments shall be as shown in Standard Plans. High Visibility Silt Fence with Backup Support Where backup support is needed for high visibility silt fence (HVSF) in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the sensitive or protected areas. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing shall be as shown in Standard Plans. When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches whichever is lower, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). 8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- 03.21. The last sentence in the third paragraph is revised to read: Compost shall be Medium Compost. 8- 01.3(9)C Straw Bale Barrier This section including title is revised to read: 8- 01.3(9)C Vacant 8- 01.3(10) Wattles This section is revised to read: Wattles are used as a flow control and sediment control device. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattle installation and trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost placement. Excavated material from trenching shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 .1 11 t t 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If trenching and staking is not possible due to rocky soils, compost socks shall be used instead of wattles. The Contractor shall exercise care when installing wattles to ensure the method of installation minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 8- 01.3(11) Vacant This section including title is revised to read: 8- 01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9 -13.6. 8- 01.3(12) Compost Socks This section is revised to read: Compost socks are used as a flow control and sediment control device. Compost socks shall be installed as soon as construction will allow or when designated by the Project Engineer. Compost socks shall be installed prior to any mulching or compost placement. Compost socks shall be laced together end -to -end with coir rope or ends shall be securely overlapped to create a continuous length. Terminal ends of the continuous length shall be curved 2 to 4 feet upward into the slope to prevent concentrated flows from going around the terminal ends. Finished grades shall be of a natural appearance with smooth transitions. Compost for compost socks shall be Medium Compost. Compost sock shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If staking is not possible or if the compost sock is being used on concrete, heavy blocks or an equivalent item shall be used to weigh down and secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the Standard Plans. The Contractor shall exercise care when installing compost socks to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into water bodies. Stakes shall be removed to minimize soil disturbance. 8- 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8- 01.3(16) Removal , The first sentence in the first paragraph is revised to read: When the Project Engineer determines that an erosion control BMP is no longer required, the Contractor shall remove the BMP and all associated hardware from the project limits. The first and second sentences in the second paragraph are revised to read: The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMP's. 8 -01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. The ninth paragraph is deleted. The twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data The fifteenth paragraph (after the preceding amendment is applied) is revised to read: Fencing will be measured by the linear foot along the ground line of the completed fence. This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8 -01.5 Payment The paragraph following the bid item, "Plastic Covering ", per square yard is revised to read: The unit Contract price per square yard for "Plastic Covering" shall be full payment to perform the Work as specified in Section 8- 01.3(5) and as shown in the Plans, including removal and disposal at an approved disposal site. The bid item "Straw Bale ", per each is deleted. The bid item "_Erosion Control Blanket ", per square yard is deleted. The bid item "Soil Binder or Tacking Agent ", per acre is deleted. This section is supplemented with the following: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 j t I C� 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 "Outlet Protection ", per each. The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. "Tackifier", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. "High Visibility Silt Fence ", per linear foot. 8- 02.AP8 Section 8 -02, Roadside Restoration August 5, 2013 In this section, "psiPE" is revised to read "PSIPE ". 8- 02.3(2) Roadside Work Plan The first sentence in the second paragraph is revised to read: The Roadside Work Plan shall also include a copy of the approved progress schedule. The sub paragraph titled "Progress Schedule" is deleted. 8- 02.3(4)C Topsoil Type C In this section, "9- 14.1(2)" is revised to read "9- 14.1(3) ". 8- 02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non - Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8 -02.4 Measurement The first sentence is revised to read: Topsoil, mulch and soil amendments will be measured by the acre along the grade and slope of the area covered immediately after application. The seventh sentence is revised to read: Compost will be measured by the acre along the grade and slope of the area covered immediately after application. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 8 -02.5 Payment The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to read: "Topsoil Type ", per acre. The unit contract price per acre for "Topsoil Type " shall be full pay for providing the source of material for topsoil Type A and C, for pre - excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. The bid item "Fine Compost ", per cubic yard is revised to read: "Fine Compost ", per acre. The bid item "Medium Compost ", per cubic yard is revised to read: "Medium Compost ", per acre. The bid item "Coarse Compost ", per cubic yard and following paragraph are revised to read: "Coarse Compost ", per acre. The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. The bid item "Soil Amendment ", per cubic yard and following paragraph are revised to read: "Soil Amendment ", per acre. The unit Contract price per acre for "Soil Amendment" shall be full pay for furnishing and incorporating the mulch onto the existing soil. The bid item "Bark or Wood Chip Mulch ", per cubic yard and following paragraph are revised to read: "Bark or Wood Chip Mulch ", per acre. The unit Contract price per acre for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 8- 03.AP8 Section 8 -03, Irrigation Systems April 2, 2012 8- 03.3(7) Flushing and Testing The fifth paragraph is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 I P, r t 1 8- 04.AP8 2 Section 8 -04, Curbs, Gutters, and Spillways 3 April 2, 2012 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub - section: 8- 04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8 -04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. 8 -04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter', per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb ", per each. The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. 8- 07.AP8 Section 8 -07, Precast Traffic Curb and Block Traffic Curb January 7, 2013 This section's title is revised to read: 8 -07 Precast Traffic Curb 8 -07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 8 -07.2 Materials 2 The material reference "Block Traffic Curb 9- 18.3" is deleted from this section. 3 4 The referenced section for the following item is revised to read: 5 6 Paint 9 -34.2 7 8 8- 07.3(1) Installing Curbs 9 The fifth and seventh paragraphs are deleted from this section. 10 11 8 -07.4 Measurement 12 The first paragraph is deleted from this section. 13 14 8 -07.5 Payment 15 The following bid items are deleted from this section: 16 17 "Type A Precast Traffic Curb ", per linear foot. 18 "Type C Precast Traffic Curb ", per linear foot. 19 "Type A Block Traffic Curb ", per linear foot. 20 "Type C Block Traffic Curb ", per linear foot. 21 22 8- 11.AP8 23 Section 8 -11, Guardrail 24 August 5, 2013 25 8 -11.2 Materials 26 The following material reference is deleted from this section: 27. 28 Weathering Steel Beam Guardrail 9 -16.8 29 30 8- 11.3(1)6 Erection of Rail 31 The last sentence in the first paragraph is revised to read: 32 33 All holes shall be painted with two coats of paint conforming to Section 9- 08.1(2)B. 34 35 The fourth paragraph is revised to read: 36 37 Galvanized steel rail plates shall be fastened to the posts with galvanized bolts, 38 washers, and nuts of the size and kind shown in the Plans. 39 40 The last paragraph is deleted. 41 42 8- 11.3(1)D Removing Guardrail and Guardrail Anchor 43 The first two sentences in the first paragraph are revised to read: 44 45 Removal of the various types of guardrail shall include removal of the rail, cable 46 elements, hardware, and posts, including transition sections, expansion sections, 47 terminal sections and the rail element of anchor assemblies. Removal of the various 48 types of guardrail anchors shall include removal of the anchor assembly, including AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 I v t I 1 concrete bases, rebar, steel tubes, and any other appurtenances in the anchor 2 assembly. 3 4 8 -11.4 Measurement 5 The seventh paragraph is revised to read: 6 7 Measurement of removal of guardrail will be by the linear foot measured along the line 8 of guardrail removed including transition sections, expansion sections, guardrail anchor 9 rail elements and terminal sections. 10 11 8 -11.5 Payment 12 The bid item "Weathering St. Beam Guardrail Type ", per linear foot is deleted. 13. 14 The second paragraph is revised to read: 15 16 The unit Contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail 17 Type 1- Ft. Long Post ", and "Beam Guardrail Type 31- Ft. Long Post ", shall be 18 full payment for all costs to obtain and provide materials and perform the Work as 19 described in Sections 8- 11.3(1)A and 8- 11.3(1)B, including costs for additional rail 20 elements when nested rail is required, and when connections to concrete masonry 21 Structures are required. 22 23 The paragraph following the bid item "Removing Guardrail Anchor', per each is revised to 24 read: 25 26 The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment 27 for all costs to perform the Work as described in Section 8- 11.3(1)D, including rail 28 removal, if there isn't a Bid Item for Removing Guardrail in the run of guardrail 29 connecting to the anchor. 30 31 8- 12.AP8 32 Section 8 -12, Chain Link Fence and Wire Fence 33 April 2, 2012 34 In this Section "Engineer' is revised to read "Project Engineer". 35 36 8 -12.2 Materials 37 This section is supplemented with the following: 38 39 Paint 9- 08.1(2)B 40 41 8- 12.3(1)A Posts 42 The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted 43 from this section. 44 45 The first sentence of the fifth paragraph is revised to read: 46 47 After the post is set and plumbed, the hole shall be filled with Grout Type 4. 48 49 The third sentence in the sixth paragraph is replaced with the following two sentences: 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth paragraph is revised to read: Steep slopes or abrupt topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. The tenth paragraph is revised to read: All round posts shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8- 12.3(1)6 Top Rail This section's content including title is deleted and replaced with: 8- 12.3(1)B Vacant 8- 12.3(1)C Tension Wire and Tension Cable This section's content including title is revised to read: 8- 12.3(1)C Tension Wire i Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer. 8- 12.3(1)D Chain Link Fabric The first three paragraphs are revised to read: Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chain link fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the fourth paragraph is revised to read: The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 t t t t t I 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8- 12.3(1)E Chain Link Gates The third paragraph is deleted. 8- 12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The fourth sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. The eleventh paragraph is deleted. 8 -12.5 Payment The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to read: The unit Contract price per linear foot for "Chain Link Fence Type _" shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence ", per each: The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate ", per each: The unit Contract price per each for "Double 14 Ft. Chain Link Gate ", "Double 20 Ft. Chain Link Gate ", and "Single 6 Ft. Chain Link Gate ", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide ", per each: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127M3 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate ", per each is revised to read: The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. 8- 15.AP8 Section 8 -15, Riprap April 2, 2012 8 -15.1 Description The second paragraph is revised to read: Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. 8- 20.AP8 Section 8 -20, Illumination, Traffic Signal Systems, And Electrical August 5, 2013 8- 20.3(4) Foundations The first paragraph is revised to read: Foundation concrete shall conform to the requirements for the specified class, be cast - in -place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3. Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS, I, FB, and RM signal standards and other foundations shall be Class 3000. Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. Steel reinforcing bars for foundations shall conform to Section 9 -07. 8- 20.3(5) Conduit This sections content is deleted and replaced with the following new sub - sections: 8- 20.3(5)A General The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. The ends of unused conduits shall be capped. When conduit caps are removed, the threaded ends of metal conduit shall be provided with approved conduit bushings and non -metal conduit shall be provided with end bells. Reducing couplings will not be permitted. Existing conduit in place scheduled for installation of new conductor(s) shall first have any existing conductor(s) removed and a cleaning mandrel shall be pulled through. The AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 n- I I u u 0 P i LI 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 existing conduit shall then be prepared subject to the same requirements outlined in this paragraph, for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and all innerduct shall be blown clean with compressed air. Then in the presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled through to ensure that the raceway has not been deformed. This shall be done prior to pulling wire or fiber optic cable and after final assembly is in place. Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans. As soon as the sizing mandrel has been pulled through innerduct, a 200 -lb minimum tensile strength pull string shall be installed and attached to duct plugs at both ends. When conduit is installed for future use, as soon as the bushing or end bell has been installed and the sizing mandrel has been pulled through, the ground wire shall be installed and both ends shall be capped. 8- 20.3(5)A1 Fiber Optic Conduit Where conduit to contain fiber optic cable or conduit identified to contain future fiber optic cable is installed by open trenching, Detectable Underground Warning Tape shall be placed 12- inches above the conduit unless otherwise detailed in the Plans. Detectable Underground Warning Tape shall extend 2 -feet into boxes or vaults. Splicing of the tape shall be in accordance with tape manufacturer's recommended materials and procedures. Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable. When open trenching is used, the location wire shall be placed in continuous lengths directly above the conduit. Where conduit is installed by other methods, the Location Wire shall be attached to the outside of the conduit with electrical tape placed at minimum 18 -inch intervals. Location Wire shall extend 12 -feet into boxes or vaults. Splices shall be crimped using a non - insulated butt splice, soldered and covered with moisture - blocking heat shrink. 8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit ITS conduit and both ends of conduit runs entering cabinets, with the exception of the 1/2 inch grounding conduit, shall be sealed with self expanding water proof foam or mechanical plugs; unless otherwise required. At other locations conduit shall be sealed with Duct Seal. Outer -duct conduit with non factory assembled innerduct shall be sealed around the innerduct with self- expanding waterproof foam. Outer -duct conduit with factory assembled innerduct shall be sealed around the innerduct with a multiplex expansion plug. Innerduct containing one cable shall be plugged using an expandable split plug. Innerduct with multiple cables shall be sealed with self - expanding waterproof foam. Duct plugs shall be installed in all unused inner -ducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used inner -ducts (as specified in the Plans), at the time of conduit installation, unless cable pulling for those inner -ducts will commence within 48- hours. Installation shall conform to the manufacturer's recommendations. Foam sealant shall be installed with the following additional requirements: 1. Penetration of the sealant into the conduit or duct shall be limited using a high temperature backer rod material or rag. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2. Penetration of the sealant into the conduit shall be limited to 1 -inch. 3. The foam sealant shall not project outside the end of the conduit or duct. ' Where open trenching is allowed and conduit with innerduct is installed, a maximum of 1000 -feet of continuous open trench will be allowed unless otherwise ' approved by the Engineer. 8- 20.3(5)6 Conduit Type , Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid tight flexible metal depending on the application. Rigid metal conduit (RMC) shall be installed at the following locations: ' 1. Within railroad right of way. 2. All pole risers, except when otherwise required by owning utilities. ' 3. All surface - mounted conduit, with the exception of electrical service utility I poles. 4. All runs within slip form placed concrete. I Service lateral runs shall be Schedule 80 PVC except when otherwise required by owning utilities. Conduit installed using the plowing method, shall be schedule 80 high - density polyethylene (HDPE). Conduit runs, including outer -duct, that enter the traveled way or shoulders, shall be ' Schedule 80 high- density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit (RMC). Conduit runs, including outer -duct, which do not enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 40 PVC or rigid metal conduit (RMC). Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. I Except as described under Non - Metallic Conduit, unless otherwise indicated in the , Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Innerduct shall have a smooth wall non ribbed interior surface, with factory pre - lubricated coating. Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be schedule 40 high- density polyethylene (HDPE). The innerduct shall be continuous with no splices. Innerduct which is pulled into the outer duct in the field shall be installed with an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated. Innerduct shall be terminated with end bells flush to % inch out of the outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 F-, I { I , LJ I Ll F 11 C 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 foam designed for this application and installed in accordance with the manufacturer's recommendations. ' 8- 20.3(5)B1 Rigid Metal Conduit Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and rigid metal conduit (RMC) outer -duct. When installing rigid metal conduit (RMC), if a standard coupling cannot be used, an approved three -piece coupling shall be used. Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with one coat of paint conforming to Section 9- 08.1(2)6. The paint shall have a minimum wet film thickness of 3 -mils. The painted coating shall cover the entire coupling or fitting. The threads on all metal conduit shall be rust -free, clean, and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2- inches beyond the inside wall face. (for the installation of grounded end bushing and bonding.) Rigid metal conduit (RMC) entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for, 12-inches on each side of the concrete face. Pipe wrap tape shall be installed in accordance with the manufacturer's recommendations. Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements of Code Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with paint conforming to Section 9- 08.1(2)B. Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that covers the threads until wiring is started. 8- 20.3(5)82 Non - Metallic Conduit Where non - metallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE conduit entering cable vaults and pull boxes shall terminate with the end bell flush with the inside walls of the Structure. Non - metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than % -inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than '/2 -inch diameter or width. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have minimum pullout strength of 700 - pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water -based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately % of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a watertight bell and spigot -type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed in accordance with the manufacturer's recommendations. The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. PVC conduit shall be assembled using the solvent cement specified in Section 9- 29.1. Conduit ends shall be protected with a snug fitting plastic cap until wiring is started Conduit caps, end bells and the section of PVC between the coupling and end bell bushing in cabinet foundations shall be installed without glue. 8- 20.3(5)C Conduit Size The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in' /z- inch - diameter conduit. Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, provided that junction box or vault capacity is not exceeded. Where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Conduit runs with innerduct, shall have 4 -inch outer -duct and shall be installed with four 1 -inch innerduct unless otherwise indicated in the plans. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 C n w n F1 ii I� t 1 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8- 20.3(5)D Conduit Placement Conduit shall be laid so that the top of the conduit is a minimum depth of: 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base. 3. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 4. 36- inches below finish grade when installed using conduit plowing method. 5. 24- inches below the finish grade in all other areas. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Conduit runs shown in the Plans are for Bidding purposes only and may, be relocated with approval of the Engineer, to avoid obstructions. 8- 20.3(5)D1 Surface Mounting Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. 8- 20.3(5)D2 Structures All conduits attached to or routed within bridges, retaining walls, and other structures shall be equipped with approved expansion, deflection, and /or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the Structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall, or other structure to the underground section of conduit pipe. 8- 20.3(5)E Method of Conduit Installation Conduit shall be placed under existing pavement by approved directional boring, jacking, or drilling methods at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using the directional boring method. 8- 20.3(5)E1 Open Trenching When open trenching is allowed, trench construction shall conform to the following: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 1. The pavement shall be saw -cut a minimum of 3- inches deep. The cuts ' shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. , 3. Trench depth shall provide a minimum cover for conduit of 24- inches , below the top of the roadway base 4. Trench width shall be 8- inches or the conduit, diameter plus 2- inches, whichever is larger. I 5. Trenches located within paved Roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of, the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. 6. On new construction, conduit shall be placed prior to placement of base course pavement. 8- 20.3(5)E2 Conduit Plowing All conduit plowing shall be supervised by a licensed electrical Contractor. The starting point shall be anchored or held such that conduit movement at the start of the plowing operation is kept to a minimum. The conduit reel shall be mounted on the vehicle such that conduit movement is kept to a minimum once it is in the ground. Use of a stationary reel is not allowed. The feed shoe shall have rollers which conform to the conduit at a radius of not less than 15 times the diameter of the conduit. The conduit will not be permitted to pass over stationary guides nor over rollers or sheaves, which will permit a bend radius of less than 15 times conduit diameter. The width of the tooth and feed shoe shall not exceed the conduit diameter by more than 2- inches The conduit shall be installed using a continuous reel, with no joints, for the full length of the conduit run, unless conduit splicing is allowed as indicated below. If an obstruction is encountered that cannot be plowed through, the following remedies shall be attempted in order: ii 1 P_ 1. Contractor shall stop the plowing operation and attempt to remove the , obstruction. If the obstruction is removed, plowing operations shall continue along the approved path. 2. Deviations of up to one foot from the projected path may be authorized by the Engineer, provided the new route does not result in total conduit run bends exceeding NEC requirements. Deviations in excess of one foot from the projected path are not allowed and the maximum taper rate is 1- inch per linear foot of conduit. 3. The Contractor may request approval to intercept the installed conduit and route another section of HDPE to avoid the obstruction, provided the new AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 u ti t 1 route does not result in total conduit run bends exceeding NEC 2 requirements. Connection between the sections shall be accomplished 3 using an approved fusion splicing method, which is compatible with the 4 conduit manufacturer's recommendations. 5 6 4. Where none of the above remedies are successful, all conduit installed so 7 far in that run shall be removed and a new plow path established to avoid 8 the obstruction. 9 10 In the event of a breakage, all conduit installed in that run shall be removed. 11 12 The conduit run shall be extended to the associated outlets, subject to the same 13 requirements indicated when HDPE is installed using the directional boring method. 14 15 The depth of installation shall be continually adjusted as necessary to compensate 16 for changes in terrain. 17 18 Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 19 36- inches below the finish grade with the exception that the conduit shall be swept 20 up to enter the knock outs of associated pull boxes or cable vaults. 21 22 The plow placing the conduit shall be marked at a proper distance above the plow's 23 conduit exit point to indicate when the minimum installation depth is not met. The 24 mark shall be visible from a safe distance from the plowing operation when it is 25 exposed above ground. While plowing this mark must remain below ground level 26 at all times, with the exception of the entry and exit points at the end of the run, in 27 order to ensure that minimum burial depth of the conduit is achieved. 28 29 If the depth mark on the plow comes above ground, the Contractor shall stop the 30 plowing operation and attempt to correct the placement depth. If the conduit depth 31 can be verified to meet the minimum burial requirements at the location where the 32 depth mark came above ground, the plowing operation shall resume subject to the 33 Engineers approval. 34 35 The compacted surface shall be firm, non - yielding, and result in a finished surface 36 that matches the lines and grades of the terrain prior to plowing. 37 38 8- 20.3(5)E3 Boring 39 Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. 40 Directional boring, jacking or drilling pits shall be a minimum of 2 -feet from the edge 41 of any type of pavement, unless otherwise approved by the engineer. Excessive 42 use of water that might undermine the pavement or soften the Subgrade will not be 43 permitted. 44 45 When approved by the Engineer, small test holes may be cut in the pavement to 46 locate obstructions. When the Contractor encounters obstructions or is unable to 47 install conduit because of soil conditions, as determined by the Engineer, additional 48 Work to place the conduit will be paid in accordance with Section 1 -04.4. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8- 20.3(5)E4 Directional Boring Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8- 20.1(1). Where directional boring is called for, conduit shall be installed using a surface - launched, steerable drilling tool. Drilling shall be accomplished using a high - pressure fluid jet tool -head. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position, and roll shall be used to guide the tool head when creating the pilot hole. Once the pilot hole is established, a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduits being installed. Conduit that is being pulled into the boring shall be installed in such a manner that the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineer's approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils - removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 8- 20.3(5)E5 Boring with Casing. Where boring with casing is called for, the casing shall be placed using an auger inside the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4- inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture, and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sandbags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall 'be grout sealed in the same manner. Grout shall conform to Section 9- 20.3(4). In lieu of sandbags and grout, unopened prepackaged concrete and grout may be used to seal the casing. e Material shall not be removed from the boring pit by washing or sluicing. , All joints shall be welded by a Washington State certified welder. Welding shall conform toAWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship. 8- 20.3(8) Wiring The fifteenth through seventeenth paragraphs are revised to read: When conductors, either cable or single, are being installed, the Contractor shall not exceed the tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand, or with mechanical assistance. If conductors are pulled, by any mechanical means, a dynamometer with drop - needle hand shall be used on every mechanically assisted pull. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 iJ rl s 1 3 4 5 6 7. 8 10 11 12 13 14 15 16 17 18 19 20 On mechanically assisted pulls, insulation shall be stripped off the individual conductor and the conductor formed into a pulling eye and firmly attached to the pulling rope /tape, or a cable grip shall be used. The Contractor shall determine the maximum allowable pulling tension, taking into account the direction of the pull, type of raceway, cable geometry, weight of the cable, the coefficient of friction, and side wall pressure, using the information from the cable manufacturer. If there are bends in the raceway or sheaves are used for the cable pull, the Contractor shall use the cable manufacture's side wall pressure limits to determine the maximum pulling tension. The maximum pulling force applied directly to the conductor when pulling, eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000 - pounds provided this is not in excess of the force as determined above. Conductor Pounds 8 132 6 210 4 334 3 421 2 531 1 669 1/0 845 2/0 1,065 3/0 1,342 4/0 1,693 250Kcmil 2,000 500Kcmil T4,000 Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized. The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1 8- 20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment I ground conductor installed in each innerduct that has an electrical conductor. 8- 21.AP8 , Section 8 -21, Permanent Signing January 7, 2013 8 -21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9- 28.11. , 8- 21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read: ' Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06. This section is supplemented with the following: All fabrication, including repairs, adjustments or modifications of previously fabricated sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection element has been galvanized, the entire member or element shall be re- galvanized in accordance with AASHTO M 111. 8- 21.3(9)B Vacant This section including title is revised to read: ' 8- 21.3(9)B Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F. Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: 1. The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location , of the incomplete foundation to the Engineer for approval in accordance with Section 6 -01.9. The submittal shall include the method of releasing and removing the temporary supports and falsework without inducing loads and stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 J t 1 2 3. The Contractor shall erect the sign bridge and temporary supports and 3 falsework, complete the remaining portion of the incomplete foundation, and 4 remove the temporary supports and falsework, in accordance with the working 5 drawing submittals as approved by the Engineer. 6 7 8- 21.3(9)F Foundations 8 The following new paragraph is inserted after the second paragraph: 9 10 Concrete placed into an excavation where water is present shall be placed using an 11 approved tremie. If water is not present, the concrete shall be placed such that the free - 12 fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing 13 bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5- 14 feet maximum free -fall shalt not apply to placement of Class 4000P concrete into a 15 shaft. 16 17 The ninth paragraph (after implementing the preceding Amendment) is replaced with the 18 following three new paragraphs: 19 20 After construction of concrete foundations for sign bridge and cantilever sign structures, 21 the Contractor shall survey the foundation locations and elevations, the anchor bolt 22 array locations and lengths of exposed threads. The Contractor shall confirm that the 23 survey conforms to the sign structure post, beam, span and foundation design geometry 24 shown in the Plans, and shall identify any deviations from the design geometry shown in 25 the Plans. When deviations are identified, the Contractor shall notify the Engineer, and 26 such notice shall be accompanied by the Contractor's proposed method(s) of 27 addressing the deviations, including removal and reconstruction of the shaft cap portion 28 of the affected concrete foundation as outlined in this Section, or fabrication repair, 29 adjustment or modification, with associated shop drawings, in accordance with Section 30 8- 21.3(9)A. 31 32 If the Contractor's survey indicates that a concrete foundation has been constructed 33 incorrectly for a sign structure that has already been fabricated, the Contractor may 34 remove and reconstruct the shaft cap portion of the foundation, in accordance with 35 Section 1- 07.13, provided the following conditions are satisfied: 36 37 1. The Contractor shall submit the method and equipment to be used to remove 38 the portion of the concrete foundation to be removed and reconstructed to the 39 Engineer for approval in accordance with Section 1 -05.3. The submittal shall 40 include confirmation that the equipment and the method of operation is 41 appropriate to ensure that the existing anchor bolt array and primary shaft 42 vertical steel reinforcing bars will not be damaged. 43 44 2. All steel reinforcing bars, except for steel reinforcing bars extending from the 45 bottom portion of the foundation to remain, shall be removed and disposed of 46 in accordance with Sections 2 -02.3 and 2- 03.3(7)C, and shall be replaced with 47 new steel reinforcing bars conforming to the size, dimensions and geometry 48 shown in the Plans. All concrete of the removed portion of the foundation shall 49 be removed and disposed of in accordance with Sections 2 -02.3 and 2- 50 03.3(7)C. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6- 02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi. Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is I revised to read: 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the shaft cap (the portion containing the anchor bolt array assemblies above the construction joint at the top of the shaft) shall be Class 4000. Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is revised to read: 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 8 -21.5 Payment This section is supplemented with the following: All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying ", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the Lump sum contract price(s) for "Sign Bridge No. _ ".and "Cantilever Sign Structure No. 8- 22.AP8 Section 8 -22, Pavement Marking January 7, 2013 8- 22.3(3)D Line Applications The last paragraph is supplemented with the following: Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs. 8- 22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 !I F] 1 t 1 !I 1 t i 1 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 8 -22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph. The sixth paragraph is revised to read: Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4 -inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed. 8 -22.5 Payment The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. This section is supplemented with the following two new bid items: "Painted Crosshatch Marking ", per linear foot. "Plastic Crosshatch Marking ", per linear foot. The following new paragraph is inserted after the last bid item in this section: The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8 -22. 8- 25.AP8 Section 8 -25, Glare Screen April 9, 2012 In this section, "tension cable" and "cable" are deleted. 8- 25.3(3) Posts The first sentence in the first paragraph is revised to read: Posts shall be constructed in accordance with the Standard Plans and applicable provisions of Section 8- 12.3(1)A. The last paragraph is revised to read: All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a watertight top securely. fastened to the post. Line posts shall have tops designed to carry the top tension wire. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 8- 25.3(5) Tension Cables This sections content including title is deleted: 8- 25.3(6) Fittings, Attachments, and Hardware This sections content including title is deleted. 8- 29.AP8 Section 8 -29, Wire Mesh Slope Protection January 7, 2013 This section is deleted in its entirety and replaced with the following: 8 -29 Wire Mesh Slope Protection 8 -29.1 Description This Work consists of furnishing and installing the anchors and the wire mesh slope protection in accordance with these Specifications and the details shown in the Plans and in conformity with the lines and dimensions shown in the Plans or established by the Engineer. 8 -29.2 Materials Materials shall meet the requirements of Section 9 -16.4. 8 -29.3 Construction Requirements 8- 29.3(1) Submittals The Contractor shall submit a wire mesh slope protection plan to the Project Engineer a minimum of seven calendar days prior to beginning the work. The wire mesh slope protection plan shall include the following: Plan sheets for anchor layout and installation, and the equipment and process used to confirm the capacity of the constructed anchors including the calibration data for the stressing devices used to proof test the anchors, as completed by an independent testing laboratory within 60 calendar days of the wire mesh slope work. 2. Working drawings for the temporary yoke or load frame to be used for anchor proof testing in accordance with Section 6 -01.9. 3. Plans and details for assembling wire mesh and erecting the assembled mesh on the slope. All costs for the Work required for Submittals shall be included in the unit Bid price detailed in Section 8 -29.5. 8- 29.3(2) Anchors The Contractor shall install anchors of the type shown in the Plans and in conformance with the layout shown in the Wire Mesh Protection Plan as described in Section 8- 29.3(1). The spacing and number of the anchors and wire ropes as shown in the Plans are approximate only, and upon review of the wire mesh slope protection plan, the Engineer may arrange the spacing to better hold the wire mesh against the slope. Backfill material shall be thoroughly compacted with a mechanical compactor. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 t 1 [I 1 t I� u 1 t D d t 1 t f] 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall be performed against a temporary yoke or load frame. No part of the temporary yoke or load frame shall bear within three feet of the anchor being tested. For vertical pullout proof testing, an anchor is acceptable if it sustains the specified capacity for 10 minutes with no loss of load. Anchors that fail this criterion shall be replaced and retested. If more than three anchors fail, the Contractor shall proof test all anchors. 8- 29.3(3) Wire Rope All wire rope loops shall include a thimble. No wire rope splicing will be allowed. 8- 29.3(4) Wire Mesh The wire mesh shall be fastened to the completed wire rope assembly as shown in the Plans. High tensile steel fasteners on the vertical seams shall be staggered across width of the seam. Horizontal splices joining 2 rolls of mesh shall be made by overlapping the mesh approximately 3 feet and either weaving 3 rows of lacing wires through every mesh opening or using 4 rows of high tensile steel fasteners placed on approximately 3 -inch spacing. All top and bottom laps shall be made by folding the mesh to the outside, away from the slope, to avoid the possibility of falling material hanging up in the folds. The bottom of the mesh shall be located as shown in the Plans. The ends of all lacing wires shall be secured to the mesh with a minimum of 1 Y2- turns. The wire mesh shall not be tensioned in any direction, but is to remain loose so as to increase its dampening effect on rolling rocks. The Contractor shall use care in the handling and installing of the wire mesh and wire rope. Any mesh or wire rope damaged due to the Contractor's operations shall be replaced by the Contractor at no expense to the Contracting Agency. 8 -29.4 Measurement Measurement of anchors will be per each for the completed anchor. Anchor types will not be differentiated. Wire mesh slope protection will be measured by the square foot of wire mesh erected on the slope. There will be no deduction made for overlapping the wire mesh material as required for splices or for coverage due to variations in the slope or ground conditions. 8 -29.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items. that are included in the Proposal: "Wire Mesh Slope Protection Anchor", per each. The unit Contract price per each for "Wire Mesh Slope Protection Anchor" shall be full payment for all costs for the Work described in Sections 8- 29.3(1) and 8- 29.3(2). "Wire Mesh Slope Protection ", per square foot The unit Contract price per square foot for "Wire Mesh Slope Protection" shall be full payment for all costs for the Work described in Section 8- 29.3(3) and 8- 29.3(4). AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 9- 02.AP9 2 Section 9 -02, Bituminous Materials 3 August 5, 2013 4 5 6 7 9 10 11 12 13 14 15 16 17 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". 9 -02.1 Asphalt Material, General In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt ". The first paragraph is revised to read: Asphalt furnished under these Specifications shall not have been distilled at a temperature high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall show no signs of separation into lighter and heavier components. 9- 02.1(6) Cationic Emulsified Asphalt The "Cationic Emulsified ASDhalt Table" is revised to read: 1 t ii t AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 Cationic Emulsified Asphalt Table Rapid Setting Medium Setting Slow Setting CRS-1 : CRS -2 CMS -2S CMS -2 CMS -2h CSS -1 CSS -1h Type AASHTO Test Min. Max Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Ma Grade Method Tests on Emulsified Asphalts: Viscosity T 59 20 100 20 100 SFS @ 77 °F (25 °C) Viscosity T 59 20 100 150 400 50 450 50 450 50 450 SFS @ 122 °F (50 °C) Storage T 59 1 1 1 1 1 1 1 stability test 1 day Demulsibili ty 35 ml 0.8% sodium dioctyl sulfosucci T 59 40 40 nate, V Particle T 59 Pos Pos Pos Pos Pos Pos° Pos° charge test AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Sieve T 59 0.10 0.10 0.10 0.10 0.10 0.10 0.10 Test, % Cement mixing T 59 2.0 2.0 test, % Distillation: Oil distillate by vol. T 59 3 1.5 3 20 12 12 of emulsions % Residue, T 59 60 65 60 65 65 57 57 Tests on residue from distillation tests: Penetratio n, 771F T 49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 (25 °C) Ductility, 77 °F (25 °C) T 51 40 40 40 40 40 40 40 5 cm /min., cm Solubility in T 44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 trichloroet hylene, % The demulsibility test shall be made within 30 days from date of shipment. If the particle charge test for CSS -1 and CSS -1h is inconclusive, material having a maximum pH value of 6.7 will be acceptable. 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P The first paragraph (except for the table) is revised to read: CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P shall meet the following requirements: Footnote 1 below the table is revised to read: 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350 °F ± 9 °F and maintained for 20 minutes. 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive The fifth row in the table is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Ductility, 39.2 °F, 1 cm /minute, cm AASHTO T 51 5 Min. 9 -02.4 Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). 9- 03.AP9 Section 9 -03, Aggregates August 5, 2013 9- 03.1(1) General Requirements The eighth paragraph is deleted. 9 -03.6 Aggregate for Asphalt Treated Base (ATB) This section including title is deleted in its entirety and replaced with the following: Vacant 9- 03.8(4) Blending Sand This sections including title is revised to read: Vacant 9 -03.13 Backfill for Sand Drains This section is supplemented with the following: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.13(1) Sand Drainage Blanket The last paragraph is revised to read: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.14(1) Gravel Borrow Note' is deleted, including the. reference in the table. 9- 03.14(2) Select Borrow Note' is deleted. Note 2 is re- numbered Note', including the reference in the table. 9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section including title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 127/13 t 1 t 1 n 1 r 1j, t 1 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Gravel Borrow for Structural Earth Wall All backfill material within the reinforced zone for structural earth walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: All percentages are by weight Property Geosynthetic Reinforcement Metallic Reinforcement Sieve Size Percent Passing Percent Passing 4 Reinforcement 99 -100 2 Reg uirements 75 -100 1 '/4 " 99 -100 35 percent max. F, 90 -100 No. 4 50 -80 50 -80 No. 40 30 max. 30 max. No. 200 7.0 max. 7.0 max. Sand Equivalent 50 min. 50 min. All percentages are by weight Property Test Method Geosynthetic Metallic Reinforcement Reinforcement Reg uirements Requirements Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev. Degradation Factor WSDOT Test Method T 15 min. 15 min. 113 Resistivity . WSDOT Test Method T 3,000 ohm -cm, 417 min. pH WSDOT Test Method 4.5 -9 5 -10 113 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived. Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9- 03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9- 03.21(1)C Vacant This section including title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 9- 03.21(1)C Recycled Glass (Glass Cullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M -318. 9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. 9- 04.AP9 Section 9 -04, Joint And Crack Sealing Materials January 7, 2013 9 -04.2 Joint Sealants This section is supplemented with the following new sub - sections: 9- 04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M Polyurethane sealant shall be compatible with the closed cell foam backer rod. When required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1087. 9- 04.2(3)A Closed Cell Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C. 9 -04.10 Crack Sealing — Rubberized Asphalt This section is deleted. 1 1 [I 1 9 -04.11 Butyl Rubber and Nitrile Rubber This sections number is revised to read: 9 -04.10 t AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 '1 1 i 1 9- 05.AP9 2 Section 9 -05, Drainage Structures, Culverts, and Conduits 3 January 7, 2013 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 9 -05.0 Acceptance by Manufacturer's Certification This section including title is revised to read: 9 -05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Certain drainage materials may be accepted by the Engineer based on a modified acceptance criteria when materials are selected from the Qualified Products List (QPL). The modified acceptance criteria are defined in the QPL for each material. 9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch Through 60 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 9 -05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer ". The second paragraph is revised to read: Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer". The first paragraph is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 all materials represented. The Contracting Agency may conduct verification tests of pipe 2 stiffness or other properties it deems appropriate. 3 4 This section is supplemented with the following new sub - sections: 5 6 9- 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 7 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 8 9 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. . 10 ` 11 2. For triple wall pipe sizes from. 30 to 60 inches: ASTM F2764. 12 13 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or 14 Type D. 15 16 4. Fittings shall be factory welded, injection molded or PVC. 17 18 9- 05.24(2) Polypropylene Sanitary Sewer Pipe 19 Polypropylene sanitary sewer pipe shall conform to the following requirements: 20 21 1. For pipe sizes up to 30 inches: ASTM F2736. 22 23 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 24 25 3. Fittings shall be factory welded, injection molded or PVC. 26 27 9- 06.AP9 28 Section 9 -06, Structural Steel and Related Materials 29 April 1, 2013 30 9- 06.5(3) High Strength Bolts 31 In this section, " AASHTO M 291" is revised to read "ASTM A 563 ", " AASHTO M 164" is 32 revised to read "ASTM A 325 ", " AASHTO M 293" is revised to read "ASTM F 436 ", " AASHTO 33 M 253" is revised to read "ASTM A 490 ", and " AASHTO M 298" is revised to read "ASTM B 34 695 ". 35 36 9- 06.5(4) Anchor Bolts 37 In this section, " AASHTO M 291" is revised to read "ASTM A 563 ". 38 39 40 9- 07.AP9 41 Section 9 -07, Reinforcing Steel 42 August 6, 2012 43 9 -07.7 Wire Mesh 44 The first sentence in the first paragraph is revised to read: 45 46 Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M 47 55, Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel 48 Welded Wire Reinforcement, Deformed for Concrete. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 1 9- 10.AP9 2 Section 9 -10, Piling 3 April 2, 2012 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 9 -10.4 Steel Pile Tips and Shoes In the first paragraph "ASTM A 148 Grade 60 -90" is revised to read "ASTM A 148 Grade 90- 60". 9- 13.AP9 Section 9 -13, Riprap, Quarry Spalls, Slope Protection, & Rock for Erosion and Scour Protection and Rock Walls April 1, 2013 9- 13.5(1) Semi -Open Concrete Masonry Units Slope Protection In this section, "ASTM C 90" is revised to read "ASTM C 1319 ". 9- 14.AP9 Section 9 -14, Erosion Control and Roadside Planting August 5, 2013 9 -14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water - soluble potash or sulfur in the amounts specified. 9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs) The first sentence in the third paragraph is revised to read: All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic Tackifier as specified in Section 9- 14.4(7). The third and fourth rows in Table 1 is revised to read: Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg/kg Barium — < 80 mg/kg Boron — < 160 mg/kg Cadmium — < 2 mg/kg Total Chromium — < 4 mg/kg Copper — < 10 mg/kg Lead — < 5 mg/kg Mercury — < 2 mg/kg Nickel — < 2 mg/kg Selenium — < 10 mg/kg Strontium — < 40 mg/kg Zinc — < 30 mg/kg Water Holding ASTM D 7367 800 percent minimum Ca pa AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 1 t t u t 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 9- 14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9- 14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9- 14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173 -350 and for biosolids composts, WAC 173 -308. The third paragraph is to read: Compost products shall meet the - following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting ( TMECC) 02.02 -13, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Sieve Size Percent Pa sing Minimum Maximum P 100 /g" 90 100 '/4" 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: Sieve Size Percent Pa sing Minimum Maximum V 100 /8" 85 100 1/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 2 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Coarse compost shall meet the following gradation: Sieve Size Percent Pa sing Minimum Maximum 2" 100 1" 90 100 3/4" 70 100 '/4" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N using TMECC 04.02D. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". 3. Physical contaminants, defined in WAC 173 -350 (plastic, concrete, ceramics, metal, etc.) shall be less than 0.5 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- ignition Organic Matter Method .(LOI) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 -mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -13 "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate from organic feedstocks as defined in WAC 173 350 as "Wood waste ", "Yard debris ", "Post- consumer food waste ", "Pre- consumer animal -based wastes ", and /or "Pre- consumer vegetative waste ". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita@ Maturity Index ". Fine compost shall score a number 6 or above on the Solvita@ Compost Maturity Test. Medium and Coarse compost shall score a 5 or above on the Solvita@ Compost Maturity Test. 9- 14.4(8)A Compost Approval This section's title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 t u n 1 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 9- 14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid, composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173 -308 ( Biosolids Management). 9 -14.5 Erosion Control Devices This section is supplemented with the following new sub - section: 9- 14.5(9) High Visibility Silt Fence High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV stabilized and shall meet the geotextile requirements in Section 9 -33 Table 6. Support posts shall be in accordance with the Standard Plans. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9- 14.5(1) Polyacrylamide (PAM) The fourth sentence is replaced with the following two new sentences: The minimum average molecular weight shall be greater than 5 -mg /mole. The charge density shall be no less than 15 percent and no greater than 30 percent. 9- 14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following: 9- 14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9- 14.5(2)B, 9- 14.5(2)C and 9- 14.5(2)D. 9- 14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 7 8 9 10 11 12 9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting ASTM D 6459 C factor = 0.04 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Light ASTM D 6567 44 % maximum Penetration Tensile Strength ASTM D 6818 10.0 x 6.0 pounds /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) Table 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements Protecting ASTM D 6459 C factor = 0.15 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Light ASTM D 6567 40% maximum Penetration AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 Tensile Strength MD x XD* ASTM D 6818 6.5 x 2.3 pounds /inch minimum Tensile ASTM D 6818 38% x 33% maximum Elongation MD x Soil tested shall be sandy minimum. XD* loam as defined by the *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 Properties Test Method Requirements Performance in ASTM D 6460 Limiting Shear (TL;m;t) = 2.0 psf Protecting Soil tested shall be sandy minimum. Earthen loam as defined by the Channels from NRCS ** Limiting Velocity (unit) = 7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion Mass per Unit ASTM D 6475 7.4 oz./ sq. yd. minimum Area Light ASTM D 6567 65 % maximum Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 Ibs /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x. XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(3) Clear Plastic Covering This section including title is revised to read: Plastic Covering Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 9- 14.5(4) Geotextile Encased Check Dam This section including title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 9- 14.5(4) Check Dams All materials used for check dams shall be non -toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub - sections: 9- 14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9- 14.5(5) Compost Sock Check Dam 9- 14.5(6) Coir Log Check Dam 9- 14.5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 3. Straw bales shall not be used as check dams. 9- 14.5(4)B Non - biodegradable Check Dams Non - biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9 -33 for silt fence. 2. Other such devices that fulfill the requirements of section 9- 14.5(4) and shall be approved by the Engineer prior to installation. 9- 14.5(5) Wattles The second sentence in the first paragraph is revised to read: Wattle shall be a minimum of 8- inches in diameter. The first sentence in the second paragraph is revised to read: Compost filler shall be Medium Compost and shall meet the material requirements as specified in Section 9- 14.4(8). The last paragraph i e as s revised to read: Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9- 14.5(6) Compost Socks In this section, "Coarse Compost' is revised to read "Medium Compost'. _ The last paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 1 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9- 14.5(8) High Visibility Fencing The-first paragraph is revised to read: High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh. 9- 14.6(1) Description In item No. C in the fourth paragraph, "22- inch" is revised to read "2- inch ". 9- 15.AP9 Section 9 -15, Irrigation System April 1, 2013 9- 15.1(2) Polyvinyl Chloride Pipe and Fittings In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785 ". 9- 16.AP9 Section 9 -16, Fence and Guardrail August 5, 2013 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is revised to read: Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type 1 (zinc- coated steel), Grade 1 or 2, and shall include all round and roll - formed material (line posts, brace posts, end posts, corner posts, and pull posts). The last sentence in the fourth paragraph is deleted. 9- 16.1(1)C Tension Wire and Tension Cable This section including title is revised to read: 9- 16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9- 16.1(1)D Fittings and Hardware The second sentence in the first paragraph is deleted. The last paragraph is deleted. 9- 16.1(2) Approval This section is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 '9-16.2(2) Approval This section is deleted. 9- 16.3(2) Posts and Blocks The first sentence in the first paragraph is revised to read: Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or galvanized steel (galvanized steel posts only — no blocks). The following reference is deleted from the third paragraph: ACA 0.50 lbs. pcf The sixth paragraph is deleted. 9- 16.4(2) Wire Mesh This section is revised to read: The galvanized wire mesh shall be a Style 1 double - twisted hexagonal mesh conforming to ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is required then the Style shall be a Style 3. The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with continuous selvedge wire as specified in ASTM A 975. 9- 16.4(3) Wire Rope This section is revised to read: Wire rope shall be %- inch - diameter, independent wire rope class (IWRC) 6x19, extra improved plow steel (EIP) wire rope galvanized in accordance with ASTM A1023. Each lot of wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill certificate, and a test report showing the wire rope meets the minimum breaking force requirements of ASTM A 1023. 9- 16.4(4) Hardware This section is revised to read: Weldless steel rings shall be drop- forged steel and heat treated after forging; have a single pull, working load limit of at least 10,000 Ibs; and meet performance requirements of Federal Specification RR -C -271 D Type VI. Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet performance requirements of Federal Specification FF -T 276b Type II. Wire rope clips shall have drop- forged steel bases, be galvanized, and meet performance requirements of Federal Specification FF -C -450 Type I Class 1. 9- 16.4(5) Hog Rings and Tie Wire This section including title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 t f 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 9- 16.4(5) Fasteners and Lacing Wire Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9 gauge, zinc - coated steel wire conforming to ASTM A 641. 9- 16.4(6) Grout This section including title is deleted. 9- 16.4(7) Anchor This section including title and section number is revised to read: 9- 16.4(6) Ground Anchors Threaded bar ground anchors shall be deformed, reinforcement bars conforming to either Section 9 -07.2 bar ground anchors shall be either epoxy- coated in 02.3(24)H and 9 -07.3 or galvanized after fabrication in Class I. continuously threaded, steel or Section 9- 07.11. Threaded accordance with Sections 6- accordance with ASTM A 767 Hollow -core anchor bars shall have continuous threads /deformations and be fabricated from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the guaranteed minimum tensile strength of the hollow core anchor bars. Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after fabrication in accordance with AASHTO M 111. Nuts shall conform to either AASHTO M 291 Grade B, hexagonal, or Section 9- 07.11. Nuts shall be galvanized after fabrication in accordance with AASHTO M 111 for plate washers. and AASHTO M 232 for all other hardware. Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to Section 9- 20.3(2). Concrete for soil anchor deadmen shall be either commercial concrete conforming to Section 6- 02.3(2)B or Class 3000 conforming to Section 6 -02. Steel reinforcing bars for soil anchor deadmen shall conform to Section 9 -07.2, and shall be epoxy- coated in accordance with Sections 6- 02.3(24)H and 9 -07.3. 9- 16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2 % inch inside diameter galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area. This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member. t 9- 16.6(5) Cable This section including title is revised to read: 9- 16.6(5) Vacant 9- 16.6(6) Cable and Tension Wire Attachments , This section including title is revised to read: 9- 16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back -up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer % -inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch diameter, with standard take -up of 6 inches and provided with % inch diameter pins. 9- 16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be % inch by 1inch nominal. Stretcher bars shall be 3/6 inch by % inch nominal or 5/16 inch diameter round bar nominal. A 5/16 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness. A variation of minus 5- percent from this theoretical area shall be construed as "nominal" size. All shall be galvanized to meet the requirements of ASTM F 626. 9 -16.7 Vacant This section including title is deleted in its entirety. 9 -16.8 Weathering Steel Beam Guardrail This section including title is deleted in its entirety. 9- 18.AP9 Section 9 -18, Precast Traffic Curb and Block Traffic Curb August 6, 2012 This section's title is revised to read: I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 u t t t I 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 9 -18 Precast Traffic Curb 9 -18.3 Block Traffic Curb This section including title is revised to read: 9 -18.3 Vacant 9- 20.AP9 Section 9 -20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read: Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9- 20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45 ". 9- 23.AP9 Section 9 -23, Concrete Curing Materials and Admixtures August 5, 2013 9 -23.2 Liquid Membrane - Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention ". 9- 23.6(9) Type S Specific Performance Admixtures The first sentence is revised to read the following two new sentences: Type S Specific Performance admixtures are limited to ASR - mitigating, viscosity modifying, shrinkage reducing, rheology- controlling, and workability- retaining admixtures. They shall conform to the requirements of ASTM C 494 Type S. 9- 26.AP9 Section 9 -26, Epoxy Resins August 5, 2013 9- 26.3(1)A Traffic Bearing Applications The first sentence in the first paragraph is revised to read: Epoxy grout/mortar /concrete for traffic bearing applications shall have a 7 -day compressive strength of not less than 4,000 psi when tested in accordance with ASTM C 579. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 9- 28.AP9 2 Section 9 -28, Signing Materials and Fabrication 3 April 1, 2013 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 9- 28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read "ASTM F 436 ". 9- 29.AP9 Section 9 -29, Illumination, Signal, Electrical August 5, 2013 9- 29.1(4) Non - Metallic Conduit This section is supplemented with the following new sub - section: 9- 29.1(4)D Deflection Fittings Deflection Fittings for use with rigid PVC conduit shall be as described in 9- 29.1(2)A 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes The section is supplemented with the following: The Contractor shall perform quality control inspection. The Contracting Agency intends to perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only to verify the quality of that Work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to ' the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes The third paragraph is deleted and replaced with the following new paragraphs: The Contractor shall provide shop drawings for all components, hardware, lid , frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall include the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2. The initials and dates of all participating design professionals 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 I t 1 t 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(1)A Standard Duty Junction Boxes The first paragraph is supplemented with the following: All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M 111. The sub - paragraph's titled "Concrete Junction Boxes" are revised to read: Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in accordance with AASHTO M 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as. specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS Handle &Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Locking and Latching In accordance with approved shop Mechanism Hardware drawings and Bolts 9- 29.2(1)B Heavy Duty Junction Boxes The section is revised to read: Heavy -Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C. The Heavy -Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 ASTM A 786 diamond plate steel; rolled from plate complying with ASTM A 572, Lid _ grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -lb at 40 de rees F. Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft -lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F 593 or 193, Type 304 or 316, or Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 r 'I 1, t t t t 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 9- 29.2(1)C Testing Requirements The first paragraph is revised to read: The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. The second paragraph is revised to read: For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. The third paragraph is revised to read: For non - concrete junction boxes the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non - concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4. All load deflection data. 5. Weight of box and cover tested. The first paragraph following the title "Testing for the Standard Duty Non - Concrete Junction Boxes" is revised to read: Non - concrete Junction Boxes shall be tested as defined in the ANSUSCTE 77 -2007 Tier 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a Manufacture Certificate of Compliance for each non - concrete junction box installed. 9-29.2(2) Standard Du and Heavy-Duty Cable Vaults and Pull Boxes O Duty Y Y This section is revised to read: Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy -Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2. The initials and dates of all participating design professionals 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes. This section is revised to read: Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 t t 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4,000 psi. The lid frame shall be anchored to the vault/box concrete lid by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box concrete lid shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot -dip galvanized in accordance with ASTM M 111. All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. The steel frame, lid support, and lid for the Standard Duty Cable Vaults and Pull Boxes shall be hot -dip galvanized. Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Materials Requirements Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A 36 Slip Resistant Frame ASTM A 36 Steel Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade Support CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F593 or 193, type 304 or 316, or Washers Stainless steel grade 302, 304, 316 per approve shop drawing Hinges and Locking In accordance with approved shop Mechanism Hardware drawings and Bolts 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes This section is revised to read: Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C for Heavy -Duty Junction Boxes. Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Materials Requirements AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Cover Section 9- 05.15(1) Ring Section 9- 05.15(1) Anchors (studs) Section 9 -06.15 Bolts, Nuts, Washers ASTM F 593 or A 193,, Type 304 or 316, or Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 9- 29.6(2) Slip Base Hardware "AASHTO M 291" is revised to read "ASTM A 563 ", "AASHTO M 164" is revised to read "ASTM A 325 ", and "AASHTO M 293" is revised to read "ASTM F 436. 9- 29.6(5) Foundation Hardware "AASHTO M 291" is revised to read "ASTM A 563 ". 9 -29.10 Luminaires The third paragraph is revised to read: All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15 -2011. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9- 29.10(2) Decorative Luminaries The second sentence in the third paragraph is deleted. 9 -29.13 Traffic Signal Controllers This section and all sub - sections including title is revised to read: 9 -29.13 Control Cabinet Assemblies Control cabinet assemblies shall include all necessary equipment and auxiliary equipment for controlling the operation of traffic signals, programmable message signs, illumination systems, ramp meters, data stations, CCTV, and similar systems as required for the specific application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the NEMA TS1 and TS2 specification or the California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as defined in this specification. 9- 29.13(1) Environmental, Performance, and Test Standards for Solid -State Traffic Controller Assemblies The scope of this Specification includes the controller of solid -state design installed in a weatherproof controller cabinet. The controller assembly includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1 Environmental Standards. Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (such as low voltage at high temperature with high repetition noise transients). All other control equipment shall meet the environmental requirements AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 Jn 1� 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 of California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March. 12, 2009. The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment provided. 9- 29.13(2) Manufacturing Quality The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) inspections based on their QC program. Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. The QC program shall include, but not be limited to, the following: Quality Statement 2. Individual responsible for quality (organizational chart) 3. Fabrication procedures 4. Test procedures 5. Documented inspection reports 6. Documented test reports 7. Certification package 9- 29.13(2)A Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The supplier shall: 1. Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. 2. Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed. 3. The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel. 4. The supplier shall demonstrate that all of the functions required by this Specification and the Contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by the Contract Provisions) AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 operate in accordance with Section 9- 29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient , value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 5. If the assembly and acceptance for testing is not complete within 5 ' working days of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the supplier. 6. The Contractor will be notified when the testing is complete, and ' where the assembly is to be picked -up for delivery to the project. 7. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting ' Agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the sole discretion of WSDOT. 8. Any part or component of the controller assembly, including the .cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9- 29.13(3) Traffic Signal Controller S The traffic signal controller shall conform to the Contract requirements and the applicable Specifications as listed below: All solid -state electronic traffic- actuated , controllers and their supplemental devices shall employ digital timing methods. A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 or TS2 Specification. Every pin of every connecting plug shall be ' utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. B. Type 170E controllers shall conform to the TEES. The 170E controller shall be provided with a program card, one blank ROM chip, and two 64K non - volatile memory chips. C. Type 170E/HC -11 controllers shall conform to the current Oregon Department of Transportation Specification for model 170E/HC -11 controller. The 170E controller with the HC11 chip shall be compatible with the software specified in the Contract. The controller shall be provided with one ROM chip and one 64K non - volatile memory chip. ' D. Vacant E. Type 2070 controllers shall conform to the TEES. The standard 2070 controller shall consist of the following: 2070 2070E 2070N1 2070 -5 VME AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 127/13 1� I . t J 1 2 3. 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 cage 2070 -1 E CPU 2070 -1 E CPU 2070 -1 E CPU Card Card Card 2070 -313 Front 2070 -36 2070 -313 Front Panel Panel Front Panel 2070 -4 Power 2070 -4 Power 2070 -4 Power Supply Supply Supply 2070 -2A Field 2070 -2A Field 2070 -213 Field 1/0 1/O 1/O X X 2070 -8 Interface 9- 29.13(4) Traffic - Signal Controller Software All traffic signal controllers shall operate with software specified in the contract. Traffic - actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. If the complete traffic controller defined in the Special Provision requires NTCIP compliance the following are the minimum requirements for NTCIP operation. Communication The traffic controller hardware and software shall communicate with the central computer in a polled multi -drop operation. In the polled multi -drop operation, several traffic controllers shall share the same communication channel, with each controller assigned a unique ID number. Controller ID numbers shall conform to the NTCIP requirements for address numbers. A traffic controller shall only reply to messages labeled with its ID. In polled multi -drop mode, traffic controllers never initiate communication, but merely transmit their responses to messages from the central computer. A laptop computer connected to the traffic controller's local communication port shall have the same control and diagnostic capabilities as the central computer. However, local laptop control capability shall be limited to that traffic controller. NTCIP Requirements The traffic controller software shall comply with the National Transportation Communications for ITS Protocol (NTCIP) documents and all related errata sheets published before July 1, 1999 and as referenced herein. The traffic controller software shall support the following standards: NTCIP 1101, Simple Transportation Management Framework (STMF), Conformance Level 1 (Simple Network Management Protocol (SNMP)) 2. NTCIP 2001, Class 8 Profile. All serial ports on the device shall support communications according to these standards. 3. NTCIP 2101, SP -PMPP /RS232 Point -to -Multi -Point Protocol (PMPP) 4. NTCIP 2201, NTCIP TP -Null Transport Profile Null (TP -NULL) AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 2 The traffic controller software shall implement all mandatory objects of all , 3 mandatory conformance groups as defined in NTCIP 1201, Global Object 4 Definitions, and NTCIP 1202, Object Definitions for Actuated Traffic Signal 5 Controller Units. Software shall implement the following conformance groups: ' 6 7 NTCIP 1202, Object Definitions for ASC 8 i 9 10 11 12 13 14 15 16 17 Conformance Group Reference Configuration 1201 2.2 Time Management Value 3 Time Base Event Schedule dBCreateTransaction Report 2.5 Phase 1202 2.2 Rings 2.8 Detector 2.3 Unit 2.4 Preempt 2.7 Time Base 2.6 Coordination 2.5 Channel 2.9 Overlaps 2.10 I � The software shall implement the following optional objects: Objects required by these specifications shall support all values within its standardized range. The standardized range is defined by a size, range, or enumerated listing indicated in the object's SYNTAX field and /or through descriptive text in the object's description field. The following list indicates the modified object requirements for these objects. ' Object Name Object ID Minimum Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values dBErrorType All values Time Management globsIDaylightSavings Values 2 and 3 Timebase Events Schedule maxTimeBaseSched ule Entries 16 MaxDa Plans 15 MaxDa Events 10 Report maxEventLo Con ifs 50 MventConfi Mode Values 2 thru 5 mventConfi Action Values 2 and 3 MaxEventLo Size 255 MaxEventClasses 7 PMPP maxGrou Address 2 ASC Phase maxPhases 8 pPhaseStartp Values 2 thru 6 hase0 tions All Values AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 I � I � I � I � I � 2 3 4 5 6 7 8 9 10 11 * values in excess of the minimum requirement are considered to meet the specification. Documentation Software shall be supplied with all documentation on a CD. ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format shall be provided on CD -ROM: 1. The official MIB Module referenced by the device functionality. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 maxPhaseGrou s 1 Rings maxRin s 2 maxSe uences 16 Detector m axVeh icle Detectors 64 vehicle Detector0 tions All Values maxPedestrian Detector 8 Unit unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values unitControl All Values maxAlarmGrou s 1 Special Function maxS ecialFunctionsOut uts 8 Coordination coordCorrectionMode Values 2 thru 4 coordMaximumMode Values 2 thru4 coordForceMode Values 2 and 3 maxPatterns 48 patternTableType Either 2,3 or 4 maxS lits 16 s IitMode Values 2 thru 7 IocalFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt maxPreem is 4 pre em tControl All Values reem tState Values 2 thru 9 Overlaps max0verla s 4 overlapType Value 2 and 3 maxOverlapstatusGroup 1 Channels maxChannels 16 channelControlGroup Values 2 thru 4 channelFlash Value 0,2,4,6,8,10,12 and 14 channelDim Values 0 thru 15 maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 ort1Table Values 2 and 3 * values in excess of the minimum requirement are considered to meet the specification. Documentation Software shall be supplied with all documentation on a CD. ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format shall be provided on CD -ROM: 1. The official MIB Module referenced by the device functionality. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 2. A manufacturer - specific version of the official MIB Module with the non - standardized range indicated in the SYNTAX field. The filename shall I match the official MIB Module, with the extension "spc ". 3. A MIB Module of all manufacturer - specific objects supported by the device with accurate and meaningful DESCRIPTION fields and the supported ranges indicated in the SYNTAX field. 9- 29.13(5) Flashing Operations All traffic signals shall be equipped for flashing operation of signal displays. Controllers and cabinets shall be programmed for flashing red displays for all approaches. During flashing operation, all pedestrian circuits shall be de- energized. ' Actuated traffic signal control mechanisms shall be capable of entry into flash operation and return to stop -and -go operation as follows: 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2, Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; and, the controller shall have a stop time input applied. When the switch is placed on automatic, the controller shall immediately time an 6 second all red period then resume stop- and -go operations at the beginning of major street green. 3. Controller Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall not have a stop time input applied. When the flash- automatic switch is placed in the automatic position, the controller shall immediately time a 6 second all red period, then resume stop- and -go operation at the beginning of the major green. 4. Power Interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 6- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. Type 170 controllers shall re- energize consistent with No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 6- second flash period will not be required. Any power interruption to a 2070 type controller shall result in a 6 second flash period once power is restored. r t t 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall immediately cause the signal to revert to flash and the controller to stop I time. After the conflict monitor has been reset, the controller shall AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 t fl 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 immediately take command of the signal displays at the beginning of major street green. 9- 29.13(6) Emergency Preemption Immediately after a valid call has been received, the preemption equipment shall cause the controller to terminate the appropriate phases as necessary with the required clearance intervals and enter any programed subsequent preemption sequence. Preemption sequences shall be as noted in the Contract. 9- 29.13(7) Wiring Diagrams Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be submitted when the assemblies are delivered. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner readily interpreted. Two hard copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and component drawings. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52- inches by 72- inches. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(8) Generator Transfer Switch When specified in the contract, A generator transfer switch shall be included.. The Generator Transfer Switch shall be capable of switching power from a utility power source to an external generator power source. The Transfer Switch enclosure shall be of identical materials and dimensions and installation methods as the Police Panel type enclosure specified in the first paragraph of Special Provision 9- 29.1.3(10)D except that the enclosure door shall include a spring loaded construction core lock capable of accepting a Best 6 -pin CX series core. The core lock shall be installed with a green construction core. Upon contract completion, two master keys for the construction core shall be delivered to the Engineer. The enclosure shall include the following Transfer Switch equipment: One Nema 1-5 -30P Flanged Inlet generator connector 2. One Utility power indicator light 3. One generator indicator light 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One circuit breaker shall be labeled "Generator' and the other circuit breaker shall be labeled "Utility ". Both labels shall be engraved phenolic name plates. 5. A mechanical lock out feature that prevents the Utility circuit breaker and the Generator circuit breaker from being in the ON position at the same AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 2 3 4 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 I time. The circuit breakers shall be capable of being independently switched. 1 6. The conductors from the Generator Transfer Switch enclosure to the cabinet circuit breaker shall be enclosed in nylon mesh sleeve. ' 7. The enclosure door shall be labeled with the letters "GTS ". 9- 29.13(9) Vacant 9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from light circuits. See ' Section 9- 29.13(5) for operational requirements. 2. Modular solid state relay load switches of sufficient number to provide , for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the Contract. Type P & R cabinets shall include a fully wired 16- position ' back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre- empts, four overlaps (OLA, B, C, D). 3. A power panel with: , a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 20 ampere minimum. b. A 15 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations. The interference filters furnished shall be hermetically sealed in a substantial case filled with a suitable AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 1 11 1 I� 11 t 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two 8 AWG wires, and shall be so mounted that they cannot be turned in the case. Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than 'h -inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association. e. A Surge Protection Device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The Surge Protection Device shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The minimum interrupting capacity shall be 10,000 Amps. The Voltage Protection Rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall dissipate a 13,000 Amp or greater repeated single peak 8/20 microsecond current impulse, and withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor which shall illuminate a red light or extinguish a green light when the device has failed and is no longer operable. Cabinet ground busbar independent (150K ohms minimum) of neutral. 4. A police panel located behind the police panel door with a flash automatic switch and a control - display power line on -off switch. See Section 9- 29.13(5) for operational requirements. 5. An auxiliary control panel located inside the controller cabinet with a flash- automatic switch and a controller on -off switch. See Section 9- 29.13(5) for operational requirements. A three wire 15 ampere plug receptacle with grounding contact and 15 ampere ground fault interrupter shall also' be provided on the panel. 6. A conflict monitor conforming to NEMA standards. See Section 9- 29.13(5) for operational requirements. The unit shall monitor AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to flash if I the conflict monitor is removed from service. Supplemental loads not to exceed 10 watts per monitored circuit or other means, shall be provided to prevent conflict monitor actuation ' caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator light for each phase used. , The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. "Detector ", ' 7. A Panel as specified in Standard Specification Section 9- 29.13(10)6, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for ' each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in ' the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall . be marked with its associated Plan detector number. All markers shall be permanent. 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. A minimum of 12 spare terminals shall be provided. Field wire connection terminal blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead -ins, which may be 300 volt. The 600 volt type - terminal strips shall be provided with a field -side and a control -side connector separated by a marker strip. The 300 volt type shall have a marker strip, installed on the right side of vertical terminal strips or below horizontal terminal strips. The marker strip shall bear the circuit number indicated in the plans and shall be ' engraved. Each connector shall be a screw type with No. 8 post capable of accepting no less than three 12 AWG wires fitted with spade tips. ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 i] 'l 1� t t t t t 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. 10. VACANT 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller manufacturer, shall have insulation conforming to the requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with PVC or polyolefin wire marking sleeve consistent with the cabinet wiring diagram provided by the signal controller manufacturer and the Contract. The cabinet will be completely wired so that the only requirement to make a field location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires. 12. Cabinet wiring diagram and component wiring diagrams meeting the requirements of 9- 29.13(7) shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons; and a phase diagram. 13. Each vehicle detector amplifier, video detection output channel pedestrian call isolation unit, phase selector, discriminator, and load switch shall be identified with semi - permanent stick -on type label. The following information shall be included: a. Vehicle Detector Amplifier Channel Loop number 2. Assigned phase(s) b. Ped Call Isolation Unit 1. Push button number 2. Assigned phase(s) c. Load Switches 1. Signal head number 2. Assigned phase(s) AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 3 4 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 d. Phase Selectors 1. Circuit Letter , 2. Phase(s) called The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, legible, and easily read from a distance of approximately 6 -feet. 9- 29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies ' The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E -HC -11 and 2070 controllers: A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, discriminator modules, program modules, modem modules, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the ' requirements noted in the TEES. B. Flashing operation shall conform to Section 9- 29.13(5), except the 6- second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(6). C. Input and output terminals shall be installed with a marking strip with field wire numbers noted in the Contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire , marking sleeve installed, matching the input and output terminals above. Marking on sleeves shall be embossed or type written. D. The input panel terminal blocks TB 2 through TB 9 and associated SP 4P-Y) cable to the input files as described in the TEES shall be provided in SP 8P-Y) all control assemblies. SP 2P-Y) FT2 -120 SP 6P-Y) E. Supplemental load resistor, not less than 2000 ohms and not greater SP 3 -Y than 5000 ohms not to exceed 10 watts per monitored circuit, shall be SP 3 -G provided to prevent conflict monitor actuation caused by dimming or SP 7 -Y lamp burn -out. SP 7 -G An individual supplemental load resistor shall be installed within the output file, and shall be installed on each of the following terminal circuits: FT1 -105 SP 4P-Y) FT1 -111 SP 8P-Y) FT2 -114 SP 2P-Y) FT2 -120 SP 6P-Y) FT2 -117 SP 3 -Y FT2 -118 SP 3 -G FT2 -123 SP 7 -Y FT2 -124 SP 7 -G FT3 -126 SP 1 -Y FT3 -127 SP 1 -G FT3 -132 SP 5 -Y FT3 -133 SP 5 -G F. Load switches of sufficient quantity to fully populate the output files shall conform to TEES and shall have indicator lights on input and output circuits. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 t �J II t r 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 G. A detection panel, which shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number. All markers shall be permanent. H. A "Detector Termination and Interface Panel' shall be provided. When viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "detection Panel' and the C -1 connector. The panel shall utilize insulated terminal blocks and each connector shall be a screw type with post. Each switchpack socket shall have pin 11 common to Nutral. J. The AC input Service Panel Assembly (SPA), line voltage filter, transient surge protection and all neutral bus bars and equipment ground bus bars shall be on the right side of the cabinet, mounted no more that 18 inches from the bottom of the cabinet when viewed from the rear, and meet the requirements described in TEES. K. The PED yellow terminals on the CMU edge connector shall be extended with a 2 foot wire, coiled, heat shrink tipped and labeled for the correct corresponding terminal as CH -13Y /CMU -8, CH- 14Y /CMU- 11, CH -15Y /CMU -K, CH -16Y /CMU -N. L. An "Absence Of Red Programming Assembly" shall be provided. There shall be provided on the back panel of the output file, 17 accessible jumper plug attachment areas, made up of three male pins per position (one, for each conflict monitor channel and one for red enable function). Each jumper plug shall be a two position connector, It shall be possible, by inserting and positioning one of the 16 connectors on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27113 1 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 channels. The connection between the red monitor board and the conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable the corresponding channel to monitor for red fault by the conflict monitor. There shall be installed on the red monitor board a red fail monitor disable function that controls the 120 VAC red enable signal into the conflict monitor. During stop -and —go operation, 120VAC is sent via pin #20 on the P20 connector to enable red failure monitoring on the conflict monitor by having the connector moved to the side labeled "Red Enable ". If this is disengaged by moving the connector to the side labeled "Red Relay ", then 120VAC is removed from pin #20, and the conflict monitor will no longer monitor for red fail faults. The red enable function will also be wired such that if the traffic signal is in cabinet flash, then there will be no voltage on pin #20, and the conflict monitor will not monitor for red fail faults. M. Each cabinet shall be provided with at least 20 empty neutral connections to accommodate field wiring. The neutral bus bars shall be of the style in which a lug is not needed to be applied to the neutral field wire(s). All of the neutral bars shall be secured in accordance with the TEES. All neutral bars shall be at the same electrical potential. N. The main breaker on the SPA shall be provided with a cover to prevent accidental tripping. The cover shall be removable and replaceable without the use of tools. VACANT O. Equipment Branch Breaker —The duplex receptacle on the rear of either PDA #2L or 3L shall be wired in parallel with the ground fault current interrupt receptacle on the front of the power supply. The ground fault current interrupt receptacle being in the "Test' mode shall not remove power to the rear receptacle. 9- 29.13(10)C NEMA Controller Cabinets Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming to the following requirements: t 1�i L J Construction shall be of 0.073 -inch minimum thickness series 300 , stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one- quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the Contract Provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. I 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All . equipment shall set squarely on shelves or be mounted in racks and shall be removable AMENDMENTS TO THE 201.2 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 H 1 t f! t 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop detectors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, and D. All loop detector slots shall be wired for presence /pulse detection /extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the Contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3- inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 -inch by 16 -inch by 1 -inch removable throw away filter, secured in place with a spring- loaded framework. 5. The cabinet door(s) shall be provided with: a. Cabinet doors shall each have a three point latch system. Locks shall be spring loaded construction locks capable of accepting a Best 6 pin core. A 6 pin construction core of type (blue, green, or Red) specified in the contract shall be installed in each core lock. One core removal key and two standard keys shall be included with each cabinet and delivered to the Engineer. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1%- inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece, closed cell, neoprene gaskets. d. A two position doorstop assembly. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127/13 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 shatterproof tubular bulbs. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. Lighting shall be ceiling mounted and oriented parallel to the door face. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures shall energize whenever any door is opened. Each door switch shall be labeled "Light ". 9- 29.13(10)D Cabinets for Type 170E and 2070 controllers Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless specified otherwise in the contract. Type 332L cabinets shall be constructed in accordance with TEES with the following modifications: 1. Each door shall be furnished with the equipment listed in Standard Specifications 9- 29.13(10)C item 5 above. f fl u 2. The cabinet shall be furnished with auxiliary equipment described in , Standard Specification 9- 29.13(10)6. 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(10)C, Item 1 above. Painted steel, painted or anodized aluminum is not allowed. 4. A disposable paper filter element with dimensions of 12" x 6" x 1" shall be provided in lieu of a metal filter. The filter shall be secured in the filter holder with a louvered aluminum cover. The maximum depth of the cover shall not be more than 0.5" inch to provide the filter to be flush against the door. No incoming air shall bypass the filter element. 5. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs. Tubular bulbs shall be contained within a shatterproof lamp cover. Led strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be one fixture for each rack within the cabinet. Lighting shall be ceiling mounted and oriented perpendicular to the door face. Rack mounted lights are not allowed. Lighting shall be positioned such that the fixture is centered between the front and rear of the cabinet. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. Each lighting fixture shall energize automatically when either door to that respective rack is opened. Each door switch shall be labeled "Light ". 7. One drawer shelf, as shown in the TEES 8. 332D Controller Cabinet AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 it t t it 11 1 t fl [1 11 t 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 a. The 332D Controller cabinet shall have the appearance of two Type 332 controller cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be 67" High X 48 1/2" Wide X 30 1/4" Deep. b. The right side of the cabinet, as viewed from the front, shall be considered the Signal Control side. The left side of the cabinet, when viewed from the front, shall be considered the ITS /COMM side. c. One police access panel shall be installed on the right side of the cabinet, as viewed from the front. d. Two cabinet lights shall be provided one on each side and as described in section 9- 29.13(10)D.6 e. Vacant f. The Traffic Signal Control side of the cabinet shall contain the Traffic Signal Controller assembly and shall be furnished with equipment as described in the contract specifications. The Traffic Signal Control side of the cabinet shall also meet all the additional equipment requirements of the Type 332 Signal Controller cabinet as indicated in the contract specifications. g. The ITS /COMM side of the cabinet shall contain ITS and Communication equipment and shall be furnished with the following: 1. One controller shelf unit, mounted 36 inches from the bottom of the cabinet opening to the front of the cabinet and attaching to the front rails of the EIA rack, shall be provided. The shelf shall be fabricated from aluminum and shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. 2. One aluminum sheet metal panel, 1/8 "x 15 "x 54 ", shall be installed to the rear of the cabinet on the right hand (when facing the front) side railing. 3. Additional ITS and Communication equipment as described in the Contract Plans and the ITS section of the Contract Special Provisions. 9- 29.13(11) Traffic Data Accumulator and Ramp Meters All cabinets designated for use as a traffic data or ramp meter shall be Type 334L cabinets furnished to meet the TEES with the modifications listed in Section 9- 29.13(10)D and include the following accessories: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The ' display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text I All text on the detector panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a Y4 -inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the detector panel. C. LEDs ' The .LEDs for the display panel shall meet the following Specifications: Case size T 1-% Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector panel Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: , ON Detector panel LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 t j 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. ' 2. Two input files, shall be provided. 3. The PDA #3L shall contain three Model 200 Load Switches. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3L and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The ' display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text I All text on the detector panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a Y4 -inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the detector panel. C. LEDs ' The .LEDs for the display panel shall meet the following Specifications: Case size T 1-% Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector panel Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: , ON Detector panel LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8 /27/13 t '1 1 1 1 t 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes t 10% from the 170E /HC11 controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One LED and one spring - loaded two- position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 �J 1 current. The anode connection of each LED to +24 VDC shall be wired Connection Identification 2 through the resistor. AC Power, Neutral 3 641 Sign on 4 I. Connectors Sign off 5 Connection to the display panel shall be made by three connectors, one Flasher Output NC 6 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 Flasher Output NO 7 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin Lane 3 - Red 8 connectors and shall be compatible such that the two connectors can be Lane 3 — Yellow 9 connected directly to one another to bypass the input detection. Wiring for Lane 3 — Green 10 the P1, P2 and C5 connectors shall be as shown in the Plans. Lane 2 - Red 11 12 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and Lane 2 - Yellow 13 C6 according to the pin assignments shown in the Plans. Lane 2 — Green 14 611 Lane 1 — Red 15 6. Model 204 Flasher Unit Lane 1 —Yellow 16 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 17 flasher unit mounted on the right rear side panel. The flasher shall be powered 18 from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 19 20 7. Fiber Optic Patch Panel 21 The Contractor shall provide and install a rack - mounted fiber optic patch panel 22 as identified in the Plans. 23 24 Cabinet Wiring 25 Terminal blocks T131 through T139 shall be installed on the Input Panel. Layout and 26 position assignment of the terminal blocks shall be as noted in the Plans. 27 28 Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall 29 be labeled, numbered and connected in accordance with the following: 30 Terminal Block Pos. Terminal and Wire Numbers Connection Identification TBS 501 -502 AC Power, Neutral T1 -2 641 Sign on T1-4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 — Yellow T4 -3 633 Lane 3 — Green T4-4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 — Green T4 -7 611 Lane 1 — Red T4 -8 612 Lane 1 —Yellow AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 1 t r t t 1 t 1 1 t t 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 T4 -9 1 613 Lane 1 — Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9- 29.13(12) ITS cabinet: Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the Contract. Type 334L Cabinets shall be constructed in accordance with the TEES, with the following modifications: The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional equipment may be specified as part of the cabinet function- specific standards. 2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized aluminum is not allowed. 3. The door air filter shall be a disposable paper filter element of at least 180 square inches. 4. Locks shall be spring loaded construction core locks capable of accepting a Best 6 -pin core. A 6 -pin construction core of the type (Blue, Green, or Red) specified in the Contract shall be installed in each core lock. One core removal key and two standard keys (properly marked) shall be included with each cabinet and delivered to the Engineer upon Contract completion. 5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, which shall be thermostat controlled. The heater strip shall be fed by wire with a temperature rating of 400 °F or higher, and shall be shielded to prevent contact with wiring, equipment, or personnel. If the heater thermostat is separate from the fan thermostat, the heater thermostat must meet the same requirements a + + + +s the fan thermostat as defined in TEES. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a shatterproof lamp cover. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be two fixtures for each rack within the cabinet Lighting shall be ceiling mounted and oriented parallel to the door face — rack mounted lighting is not permitted. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures above a rack shall energize whenever either door to that respective rack is opened. Each door switch shall be labeled "Light ". 7. Each cabinet shall be equipped with a power distribution assembly (PDA) mounted in a standard EIA 19 -inch (ANSI /EIA RS- 310 -C) rack utilizing no more than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the following equipment: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 PDA components shall be mounted in or on the PDA such that they are readily accessible, provide dead front safety, and all hazardous voltage points are protected to prevent inadvertent contact. 8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco TES -10B or equivalent surge suppressor connected to provide power in line surge suppression, and a 1 P -30A Main Breaker. The Service Panel Assembly (SPA) shown in the TEES shall not be included. 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type specified in the Contract. I Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 9- 29.16(1)A1 Conventional Optical System This section's title is revised to read: 9- 29.16(1)A1 Non -LED Optical System 9- 29.16(1)D1 Electrical - Conventional This section's title is revised to read: 9- 29.16(1)D1 Electrical — Non -LED 9 -29.20 Pedestrian Signals This section is revised to read: Pedestrian signals shall be Light Emitting Diods (LED) type. The LED pedestrian signal module shall be operationally compatible with controllers and conflict monitors. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1- 06.3, with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meet the following requirements: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 a. One duplex NEMA 5 -15R GFCI receptacle on the front of the PDA. b. Four duplex NEMA 5 -15R receptacles on the rear of the PDA. These receptacles shall remain energized on a trip or failure of the GFCI receptacle. c. Four 1 P-1 5A, 120VAC Equipment/Field Circuit Breakers. d. Line filter meeting the requirements of 9- 29.13(10)A.d. PDA components shall be mounted in or on the PDA such that they are readily accessible, provide dead front safety, and all hazardous voltage points are protected to prevent inadvertent contact. 8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco TES -10B or equivalent surge suppressor connected to provide power in line surge suppression, and a 1 P -30A Main Breaker. The Service Panel Assembly (SPA) shown in the TEES shall not be included. 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type specified in the Contract. I Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 9- 29.16(1)A1 Conventional Optical System This section's title is revised to read: 9- 29.16(1)A1 Non -LED Optical System 9- 29.16(1)D1 Electrical - Conventional This section's title is revised to read: 9- 29.16(1)D1 Electrical — Non -LED 9 -29.20 Pedestrian Signals This section is revised to read: Pedestrian signals shall be Light Emitting Diods (LED) type. The LED pedestrian signal module shall be operationally compatible with controllers and conflict monitors. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1- 06.3, with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meet the following requirements: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 it 1 1 1 1 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 All pedestrian signal heads shall be a Walk/Don't Walk module with a countdown display. 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 01113, VTCSH2 or current ITE Specification and shall have an incandescent appearance. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE and the following requirements: a. All pedestrian signals supplied to any one project shall be from the same manufacturer and type but need not be from the same manufacturer as the vehicle heads. b. Each pedestrian signal face shall be a single unit housing with the signal indication size, a nominal 16 inch x 18 inch with side by side symbol messages with countdown display. c Housings shall be green polycarbonate or die -cast aluminum and the aluminum housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595 - 14056). All hinges and latches and interior hardware shall be stainless steel. 3. Optical units for traffic signal displays shall conform to the following: a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be the countdown display type showing the time remaining in the pedestrian change interval. When the pedestrian change interval is reduced due to a programming change, the display may continue to show the previous pedestrian change interval for one signal cycle. During the following pedestrian change interval the countdown shall show the revised time, or shall be blank. In the event of an emergency vehicle preemption, during the following two cycles, the display shall show the programmed pedestrian change interval or be blank. In the event the controller is put in stop time during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. In the event there is railroad preempt during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. Light emitting diode (LED) light sources having the incandescent appearance are required for Portland Orange Raised Hand and the Lunar White Walking Person. 4. LED displays shall conform to the following: a. Wattage (Maximum): Portland Orange Raised Hand, 15 watts: Lunar White Walking Person, 15 watts. b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. c. Temperature: Temperature range shall be -35° F to +165° F. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8127113 1 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors 2 shall have 21 members at 45 degrees and 20 horizontal members. 3 4 9- 29.20(1) LED Pedestrian Displays 5 This section is deleted. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 9- 29.20(2) Neon Grid Type This section is deleted. 9 -29.24 Service Cabinets In the first paragraph, the lettered items A -J are re- lettered to read B -K respectfully The first paragraph is supplemented with the following new lettered item: A. Display an arc flash warning label that meets the requirements of ANSI Z535. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 KVA" and the height column value of 40" is revised to read "48 ". The first and second sentences in the first paragraph are revised to read: Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: Item number 5 is revised to read: 5. All cabinets shall provide a gasketed door flange Item number 7 is revised to read: 7. Insulated terminal blocks shall be 600 volt, heavy -duty, barrier type. The terminal blocks shall be provided with a field -side and a control -side connector separated by a marker strip. One spare 12- position insulated terminal block shall be installed in each terminal cabinet and amplifier cabinet. Item number 8 is revised to read: 8. Each non -pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 inch drain holes in back corners. Each pad mounted Terminal, Amplifier and Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as detailed in the Standard Plans. Item number 10 is revised to read: 10. Transformer cabinets shall have two separate compartments, one for the transformer and one for the power distribution circuit breakers. Each compartment shall be enclosed with a dead front. Each breaker shall be labeled with the device name by means of a screwed or riveted engraved name plate. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 9- 34.AP9 2 Section 9 -34, Pavement Marking Material 3 August 5, 2013 16 17 18 19 20 4 5 6 r� 7 8 9 10 11 12 13 14 15 16 17 18 19 20 �i 9 -34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. 9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read: 98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property D -1 I D -2 I D -3 I D -4 I D -5 D -6 Test Method Min. Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. 9- 36.AP9 Section 9 -36, Shaft - Related Materials August 5, 2013 9- 36.1(1) Permanent Casing This section is revised to read: Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252 Grades 2 or 3, ASTM A 572, or ASTM A 588. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 21 22 23 24 25 26 �i 9 -34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. 9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read: 98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property D -1 I D -2 I D -3 I D -4 I D -5 D -6 Test Method Min. Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. 9- 36.AP9 Section 9 -36, Shaft - Related Materials August 5, 2013 9- 36.1(1) Permanent Casing This section is revised to read: Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252 Grades 2 or 3, ASTM A 572, or ASTM A 588. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 SPECIAL PROVISIONS — CITY OF RENTON - WILL ROGERS -WILEY POST MEMORIAL SEAPLANE BASE MAINTENANCE DREDGING PROJECT DIVISION 1— GENERAL REQUIREMENTS INTRODUCTION (July 31, 2007 AP WA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project - specific fill -ins; and project- specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 AP WA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. AMENDMENTS TO THE STANDARD SPECIFICATIONS The Amendments to the Standard Specifications, available at the following web page, http : / /w-ww.wsdot.wa.aovBusiness/ Construction/ SpecificationsAmendmentsGSPs .htm, are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the index to the amendments contains a code number which identifies the section of the Standard Specifications being amended (IO.API indicates that Section 1 -10 is the section being amended). The date following.each Amendment title or section heading indicates the implementation date of the Amendment or the date of the last revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references that do not apply to this particular project. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -1 ri DESCRIPTION OF WORK This contract provides for the maintenance dredging to pre -2007 flood conditions at the City of Renton's Will Rogers -Wiley Memorial Seaplane Base in accordance with Federal airspace regulations, site -use restrictions, the Contract Plans, these Contract Provisions, Project Permits, and the Standard Specifications. The project will consist of dredging, dredged material handling, and disposal at the Elliott Bay, deep -water disposal location. The Renton Municipal Airport and all associated facilities shall remain fully operational throughout the duration of construction. 1 -01.3 Definitions (March 8, 2013 AP WA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: _ Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contractor has completed all in -water work (dredging, piling, and float installation work). Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. j Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -2 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Renton Project No: CAG 13 -177 1 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3 ", "Commission ", "Secretary ", "Secretary", Transportation Commission of Transportation "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". IAll references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Renton Project No: CAG 13 -177 1 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -3 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to. be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 AP WA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 1 Furnished only upon 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1- 02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -4 v 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M /WBE jcommitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 1. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 2. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: jThe Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A jcopy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D /W/MBE requirements are to be satisfied through such an agreement. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -5 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. I 1 -02.9 Delivery of Proposal (August 15, 2012 AP WA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -6 t r, I t b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or h. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 AP WA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 -02.15 Pre Award Information (October 1, 2005 AP WA GSP) Revise this section to read: City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -7 1 -03.3 Execution of Contract (October 1, 2005 AP WA GSP) Revise this section to read: 1, Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials pre -award information the Contracting Agency may require under Section 1- 02.15. to be used, 2. Samples of these materials for quality and fitness tests, furnished sites. The Contractor shall bear all risks for any work begun outside such areas and 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 AP WA GSP) Revise this section to read: 1, Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 5 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency - furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -8 Washington State Department of Transportation (WSDOT) Engineering Publications Room SD3 P.O. Box 47304 Olympia, WA 98504 -7304 Phone: (360) 705 -7430 1 -04.2 Coordination of Contract Documents,. Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 AP WA GSP) Revise the second paragraph to read: 1 City of Renton Project No: CAG 13 -177 IWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9 b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material, person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 SCOPE OF THE WORK 1 -04.1 Intent of the Contract A. The intent of this contract is to prescribe a complete work for the maintenance dredging. The Contractor shall establish quality control for all work performed and all products supplied.to assure compliance with the Standard Specifications and these Special Provisions. Standard Specifications are: Standard Specifications for Road, Bridge, and Municipal Construction 2012 (M41 -10) Copies of the Standard Specifications are available from: Washington State Department of Transportation (WSDOT) Engineering Publications Room SD3 P.O. Box 47304 Olympia, WA 98504 -7304 Phone: (360) 705 -7430 1 -04.2 Coordination of Contract Documents,. Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 AP WA GSP) Revise the second paragraph to read: 1 City of Renton Project No: CAG 13 -177 IWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -9 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 AP WA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. I City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -10 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 AP WA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11 applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -11 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Add the following new section: 1- 05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) For all work except dredging, the Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -12 s t f t Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 AP WA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the.contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. Add the following new section: 1 -07 LEGAL RELATIONS AND RESPONSIBILITES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 AP WA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site City of Renton Project No: CAG 13 -177 ' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -13 before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: The Contractor shall be responsible for adhering and conforming to all applicable provisions, conditions, and requirements of the project permits. The following permits, permit updates, and addenda have been issued specifically for this project and their requirements apply to this work. Copies are provided in Appendix B to this section: 1. U.S. Army Corps of Engineers Clean Water Act Section 404 Permit. 2. Washington State Department of Ecology Clean Water Act Section 401 Water Quality Certification, Order #10080, dated September 5, 2013. 3. Washington State Department of Fish and Wildlife Hydraulic Project Approval (HPA) 4. National Oceanic and Atmospheric Administration (NOAA) Endangered Species Act (ESA) Section 7 Informal Consultation Concurrence Letter, dated October 31, 2012. 5. State Environmental Policy Act (SEPA) Mitigated Determination of Non - Significance (MDNS), dated July 12, 2013. The following rules, requirements, and regulations specified shall apply to this work for erosion and pollution control: 1. Washington State Department of Ecology Stormwater Management Manual for Western Washington, August 2012 Any conflicts between these Contract Specifications and the project permits will be brought to the attention of the Contracting Agency. Nothing whatsoever shall be deemed to authorize violation of these permits. The Contractor will be responsible to adhere to original permit requirements as well as associated permit updates and addenda. Fourteen (14) days prior to mobilization, The Contractor shall submit a Statement of Understanding indicating that he acknowledges all conditions of the project permits listed in Section 1 -07. I t t t t 1 City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -14 ' t ' 1 -07.9 Wages ' Section 1- 07.9(1) is supplemented with the following: The Federal wage rates for heavy Construction incorporated in this contract have been established by the Secretary of Labor under United States Department of labor General Decision No. WA130105. These rates are applicable to heavy construction. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for the existing utilities (i.e. Metro Sewer line and the AT &T Communication line) are in accordance with available information obtained without uncovering, measuring, or other verification.. The Contractor shall field verify the location and elevation of all utilities using either multi -beam, sub -bottom profiling, magnetometer survey or another approved method for field locating the utility lines shown within the dredge work areas (Dredge Area 1 and Area 2) shown on the Plans and any proposed contractor equipment mooring areas outside the dredge work areas. The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment;. and highway lighting and signing systems, and intelligent transportation systems (ITS). All costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this Section. was RCW 19.122 relates to underground utilities. In accordance with this RCW, the Contractor shall call the One - Number Locator Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. 1 -07.18 Public Liability and Property Damage Insurance Section 1 -07.18 is deleted replaced by the following new section and subsections: 1- 07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. 1 The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental City of Renton Project No: CAG 13 -177 ' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -15 death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1- 07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and /or prudent, maintain higher limits and /or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. HI 1 I t t t City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -16 ' 1 7 L • Products /Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors Personal /Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self - insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. City of Renton Project No: CAG 13 -177 ' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -17 1- 07.18(3) Limits ' LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor ' from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: ' Commercial General Liability General Aggregate* $2,000,000 ** ' Products /Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 , Personal /Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 ' Medical Payments (Any One Person) $5,000 Stop Gap Liability * General Aggregate to $1,000,000 apply per project (ISO Form CG2503 or equivalent) * *Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 ' (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability , Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 , Products /Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 ' Pollution Liability (If required) to apply on a per project basis ' Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. ' City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -18 The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1- 07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1- 07.18(1), 1- 07.18(2), and I- 07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder ". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives ". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with ' the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified ' above, the City will accept a written agreement that the consultant's broker will provide the required notification. i1- 07.18(5)D Coverage for Working On, Over, or Near Navigable Waters (May 10, 2006 AP WA GSP)' ' This contract involves work on or adjacent to navigable water, as defined by the U.S. Department of Labor. The Contractor therefore shall provide proof of insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers' Compensation Act (administered by the U.S. Department of Labor). If the Contractor is working from barges or any other watercraft, owned or non - owned, the ' Contractor must maintain Protection and Indemnity (P &I) insurance providing coverage for actions of the crew to third parties to the same limits stated under Section 1- 07.18(5)A for Commercial General Liability Insurance. The Contractor must also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the "Jones Act "). 1 -07.24 Rights of Way (October 1, 2005 AP WA GSP) ' Delete this section in its entirety, and replace it with the following: City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -19 Street right of way lines, limits of easements, and limits of construction permits are indicated ' in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. , Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made ' available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on , the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. ' Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be ' adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the ' Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the I restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. I 1 -07.25 Airport Facilities Safety and Security I (New Section) Site safety and security requirements are governed by City of Renton Airport, Federal Aviation Administration (FAA) Advisory Circulars (AC), Orders and Federal Aviation Regulations ' (FAR). Height restrictions will be imposed on equipment operating within the Regulated Airspace (located both within and outside the designated dredge work areas) as outlined in the City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -20 Appendix D Construction Safety & Phasing Plan (CSPP). The CSPP provides a summary of work area requirements for activities within the upland airport boundaries and the over -water Runway Approach/Departure zone areas. These requirements include General Safety Requirements, Construction and Facility Maintenance, Use of Motorized Vehicles, Radio Communications, Security, Lighting requirements and Height Restrictions and other Miscellaneous Requirements. Additionally, during the execution of the onsite work, the Contractor will be required on a weekly basis to communicate to the Contracting Agency what the proposed construction equipment heights will be for that work week. The Contractor shall acknowledge that they understand the details included within the CSPP by completing and submitting to the Contracting Agency a Safety Plan Compliance Document (SPCD) as part of their work plan submittal. . 1 -08 PROSECUTION AND PROGRESS. Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 AP WA GSP) Prior to,the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A Water Quality Monitoring Plan Add the following new section: City of Renton Project No: CAG 13 -177 ' Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -21 1- 08.0(2) Hours of Work Written permission from the Contracting Agency is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. The Contractors proposed work operations and associated work hour schedule will be dependant upon the Construction Safety & Phasing Plan requirements outlined in Appendix D. Night time work (7:30 pm to 7:00 am) provides for a displaced runway threshold which allows for temporary greater construction equipment heights. Day time work requires stringent limits on equipment heights due to ongoing airport operations. Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays are subject to noise control requirements (City of Renton Chapter 7 — Noise Level Regulations and WAC Chapter 173- 60 Maximum Environmental Noise Levels). Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. 1- 08.3(2)A Type A Progress Schedule (March 13, 2012 AP WA GSP) Revise this section to read: The Contractor shall submit 8 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 AP WA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time F� J I� i t City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -22 , ' specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the! Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (March 8, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: All in -water work shall be completed by December 31, 2013. Contract work shall be completed by January 15, 2014. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The 1 following documents must be received by the Project Engineer prior to establishing a completion date: ' a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per. Section 1 -07.24 1 -08.9 es Liquidated Damages g Delete this section in its entirety, and replace it with the following: Time is of the essence in this contract and the Contracting Agency has determined that the completion of the work in this Contract is critical to the proper operation of the facility and ' the Contractor's failure to complete the work within the time will cause damage to the Contracting Agency. Since exact damages are difficult to determine or forecast, the sum of $1,000 per calendar day is hereby established by the parties as a reasonable estimate of just City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -23 compensation to the Owner for the failure of the Contractor to complete the work by the time set forth in the Contract or authorized extension thereto. Charges for liquidated damages will begin accumulating on the first calendar day following the final Contract completion date and continue until the date of final acceptance established by the Contracting Agency. Final acceptance will not be issued until all punch list items have been completed. In accordance with the permit requirements, all in -water work shall be completed on or before the completion date set forth in the Contract Documents. All other work shall be substantially completed on or before the final completion date set forth in the Contract Documents. No time extensions or extra compensation will be granted for delays due to inclement weather conditions. 1 -09 MEASUREMENT AND PAYMENT 1 -09.7 Mobilization Section 1 -09.7 is supplemented with the following information. Mobilization shall consist of all work required to prepare the Contractor's dredging plant and equipment for transit; moving plant, equipment, labor, supplies, and incidentals to the jobsite; constructing spill prevention measures and stockpiling containment at the temporary offloading facility; making ready for dredging; and maintaining plant, equipment, and spill prevention measures in working condition at the site during the construction period. Demobilization shall consist of all work required to prepare plant and equipment for the return trip and removing all plant, equipment, labor, and unused supplies and incidentals from the jobsite at the completion of the contract work, including any land -based staging area used in the execution of the work, and clean up of all facilities to pre - project conditions. Bid Item No. 1 — Mobilization & Demobilization Division 8 is supplemented with the following: 8 -55 DREDGING 8 -55.1 Description 8- 55.1(A) Summary The Work covered by this Section consists of furnishing all labor, materials, tools, equipment and supervision necessary to dredge within the specified areas and dispose of the material as indicated on the Plans, in these Specifications, and in strict compliance with the permits. Dredging will occur within all specified areas on the Plans. All of the material to be removed under this contract has been determined suitable for open water disposal at the Elliott Bay open City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -24 1 t t r, r, lJ t 1 t t it �I t t water disposal site. Dredging work will be conducted using a mechanical clamshell dredge. Dredging work areas are delineated as indicated on the plans relative to the design toe of slope. 8- 55.1(B) Definitions The following definitions apply to the dredging work specified herein and as shown on the Plans: A. Engineer: Unless specified elsewhere or directed otherwise by the Contracting Agency, the Engineer will be the Contracting Agency's Representative during construction. B. Debris: Debris is defined as any solid waste materials, other than Large Woody Debris (LWD) or sediment excavated as part of the dredging operations, such as wire, cable, steel bands, anchors, lumber, trash, concrete, riprap, etc. Any dredged materials that do not pass through a grid opening 24 inches by 24 inches square are considered debris. C. Large Woody Debris (LWD): Large Woody Debris is defined as any timber dredged material larger than 2 -feet in diameter and 16 -feet long. All LWD shall be relocated to an upland location determined by the Contracting Agency. D. Dredge Cut Elevation: The minimum or bottom of dredge cut elevation within the marina dredge area that the Contractor is required to remove all material above is as shown on the Plans. The Contractor is responsible for achieving the required dredge elevations at completion of the project. Progress surveying shall be conducted by the Contractor in order to ensure the required elevations are achieved prior to final completion. Compliance with required dredge elevation will be verified by the Hydrographic Surveyor provided post- dredge surveying. E. Overdredge Allowance: The project permits allow an additional increment of 1 -foot below the required bottom of dredge cut elevation (overdredge allowance) to account for equipment tolerance. Dredging beyond the allowable overdredge is called excessive dredging. F. Excessive Dredging: Dredging of material outside the dredging limits, as shown on the Plans, or below the allowable overdredge allowance elevation is excessive dredging. Excessive dredging will not be reimbursed or paid. G. Basin Dredging: Dredging within all areas specified on the Drawings that does not include Side Slope Dredging. These areas include, but are not limited to: the Harbor Lease Area; underneath the North -South Floating Concrete Dock; within Dredge Areas 1 and 2; the edges of floating or static structures adjacent to, or within the Basin Dredge area specified on the plans. H. Side Slope Dredging: Side slope is the slope line between the bottom of the dredge prism (dredge cut elevation) and design top of slope, as shown on the Plans. Side slopes are shown on the Plans as a horizontal to vertical ratio (e.g. 4H:1V).The side slope used for computing estimated dredge quantities will be as called out on the Plans. Payment for dredging outside the specified side slopes will not be made. There will be no payment for overdredge dredging on the side slopes. Material sloughed into the dredge cut area from the side slopes shall be removed by the Contractor up to the time of project Completion. I. Dredge Area 1: Federal Emergency Management Agency (FEMA) qualified submerged lands. Dredge Area 1 consists of both Basin Dredging and Side Slope Dredging. J. Dredge Area 2: Easement Area qualified submerged lands. Dredge Area 2 consists of both Basin Dredging and Side Slope Dredging. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -25 K. Pay Volume: Pay volume is the quantity of dredged material calculated on an in -situ basis for cubic yards removed within the dredge areas (Area 1 and 2) above the specified side slopes and bottom of dredge cut elevation presented on the Plans using pre and post - construction (dredge) surveys. 8- 55.1(C) Submittals Work Plan: The Contractor shall prepare and submit a Work Plan to the Contracting Agency's Representative for review at least14 days prior to the start of on -site dredging work. The information contained in the Work Plan will be the basis for the Contractor prepared Dredging & Disposal Plan (DDP) as required by the permits and regulatory agencies. The development, timing, and submission of the Work Plan shall allow for review and approval by the Contracting Agency and Contracting Agency's Representative prior to submitting the Dredging and Disposal Plan (DDP) to the appropriate regulatory agency for review and approval. The Contractor shall develop and organize the Work Plan contents into sections, chapters, etc. and as necessary to adhere to submittal and timing requirements specified in the Contract specifications and conditions of the permits. Dredging and disposal operation shall not begin until the DDP has been reviewed and approved by the Contracting Agency and the appropriate regulatory agencies. The DDP shall be developed in accordance with Dredged Material Evaluation and Disposal Procedures for the Puget Sound Dredged Disposal Analysis Program (PSDDA). The Work Plan shall include information regarding but not limited to the following: • Drawings with references to the Contract Plans and Work Schedule, and include enough documentation to explain the Contractor's proposed method for prosecution of the Work. • Method of conducting dredging and disposal operations including type and size of equipment to be used, locations of equipment and storage area(s), order of work/sequencing, hours and days of operation, communications with the Contracting Agency and Contracting Agency's Representative during construction, locations and utilization of rehandling areas and other use areas outside of dredging limits, and plans for transporting materials, personnel, etc. • Construction Survey Plan, including the name and resume of surveyors responsible for all construction survey work and description of proposed equipment, survey plan (survey data collection plan layout) and schedule for conducting construction survey work. • Construction access and restoration, transport routes, staging areas, access corridors from the dredge site to the disposal sites, disposal plan including material volume bulking factor and barge measurement method, storm emergency plan, turbidity control plan, quality control plan, survey and grade control plan (including proceedings, methods, equipment, personnel, survey schedule, submittal schedules), proposed method of dredging side slopes, proposed measures to avoiding overdredging and damage to adjacent utilities, structures and banks, environmental protection including compliance with permits, plans for protecting existing structures, and any unavoidable impacts and necessary safeguards /precautions and mitigating measures. • Water Quality Monitoring Plan, including the name and resume of the personnel responsible for conducting water quality compliance monitoring work and a description of the proposed equipment, schedule for conducting the work, and reporting format and schedule. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -26 �i 1 t I h t t t • Safety Plan Compliance Document (SPCD) in response to the CSPP (Appendix D). • Other information as required by regulatory agencies for dredging and disposal operations. • Final Work Plan document shall incorporate Contracting Agency comments and be resubmitted to Contracting Agency with revisions for submission to regulatory agencies. Final Work Plan shall be submitted to the Contracting Agency at least 30 days prior to the start of on -site dredging operations. Work Schedule: The Contractor shall prepare and submit a construction schedule to the Contracting Agency's Representative prior to or at the pre - construction meeting and submit a weekly updated schedule of dredging and disposal activities throughout the duration of the contract. The purpose of the weekly schedule' is for updating the Contracting Agency to provide proper notification to marina users regarding location of work activities, temporary closures and vessel relocation requirements. The Work Schedule and Work Plan must take into account anticipated inherent slower dredging operations for dredging areas that may have limited access, potential for interruptions to the Contractor's operations from seaplane or boating traffic, and communication requirements for coordinating with the Contracting Agency's Representative and the Contracting Agency. The Work Schedule shall show sequentially the stages of the work and the planned schedule of dates and timelines for the major elements of work, including but not limited to the anticipated dates of the following: • The anticipated Notice to Proceed, mobilization, and initiation of delivery of materials and equipment. • The anticipated date(s) for site layout and surveying. • The estimated duration and beginning and ending dates of the construction operations including dock relocation (if applicable), location of dredging work, type of dredging work, barge filling, re- handling (if applicable) and open -water disposal operations within the dredging areas (Areas 1 and 2) including demobilization, cleanup, and project completion. Pre - Construction Meeting Submittals: A minimum of fourteen (14) days before construction operations commence, the Contractor, any Subcontractors, the Contracting Agency, Contracting Agency's Representative, and Inspector(s) shall attend a mandatory pre - construction meeting. This meeting shall be held at a mutually agreeable time and place to discuss pertinent details of the Work Plan and Work Schedule, etc. At the pre - construction meeting the Contractor shall provide to the Contracting Agency's Representative those items due as identified below in the Schedule of Submittals or Notifications which includes information regarding but not limited to the following: • Communication Plan specifying Contractor chain of command, the Contracting Agency and Contracting Agency's Representative, and Inspector(s) points of contact, corresponding contact information, and procedures for routine and emergency notifications; • Safety Plan and report format; • Work Plan; • Work Schedule. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -27 Notice of Intent to Dredge: At least fourteen (14) days prior to commencement of Work on this Contract, the Contractor shall notify the Corps of Engineers, Seattle District, and the U.S. Coast Guard (USCG), Thirteenth Coast Guard District in Seattle, of intended operations to dredge. The USCG notification must be given in sufficient time so that it appears in the Notice to Mariners at least seven (7) days prior to the commencement of this dredging operation. Copies of the notification shall be provided to the Contracting Agency and Contracting Agency's Representative. Temporary Removal or Relocation of Navigation Aids: Temporary removal or relocation of any navigation aids located within or near the areas required to be dredged including rehandling and disposal areas shall be coordinated by the Contractor with the U.S. Coast Guard and the Contracting Agency prior to removal. The Contractor is responsible for reinstallation or replacement (if damage occurs during execution of work) of navigation aids to pre - project conditions. The Contractor shall not otherwise remove, change the location of, obstruct, willfully damage, make fast to, or interfere with any aid to navigation. The Contractor shall notify the U.S. Coast Guard in writing, with a copy to the Contracting Agency and Contracting Agency's Representative, seven (7) days in advance of the time dredging occurs adjacent to any aids which require relocation to facilitate the Work. The Contractor shall contact the U.S. Coast Guard for information concerning the position to which the aids will be relocated. Dredging Aides: The Contractor shall obtain approval for all dredging aids, including but not limited to temporary navigation aids, warning signs, and buoys and lights that are required to conduct the Work specified in this Contract. The Contractor shall obtain a temporary permit from the U.S. Coast Guard for all buoys or dredging aid markers to be placed in the water prior to installation. The permit application shall state the position, color, date to be installed and removed for all dredging aid markers and be submitted to the U.S. Coast Guard. Dredging aid markers and lights shall not be colored or placed in a manner that they will obstruct or be confused with navigation aids. Copies of application and permit shall be submitted to the Contracting Agency and Contracting Agency's Representative fourteen (14) days prior to commencement of dredging operations. Notification of Discovery of Historical or Cultural Sites: If during construction activities the Contractor observes items that may have prehistoric, historical, archeological, or cultural value, the Contractor shall immediately cease all activities that may result in the destruction of these resources and shall prevent construction employees from trespassing on, removing, or otherwise damaging such resources. Such observations shall be reported immediately to the Contracting Agency and Contracting Agency's Representatives that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special dispositions of the finds should be made. The Contractor shall report any observed unauthorized removal or destruction of such resources by any person to the Contracting Agency and Contracting Agency's Representatives the appropriate State of Washington authorities can be notified. The Contractor shall not resume work at the site in question until State authorities have rendered judgment concerning the artifacts of interest. 8- 55AC(1) Daily, Weekly, and Monthly Reports The Contractor shall prepare and submit daily, weekly, and monthly reports as set forth in this Specification. Upon completion of the job, the Contractor shall submit a consolidated job report, City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -28 t t 1 fl combining all the reports. The Contractor shall distribute one copy of each report to the Contracting Agency and Contracting Agency's Representative. Copies of all reports and the weekly updated schedule shall be submitted to the Contracting Agency and Contracting Agency's Representative by email. Email addresses will be provided to the Contractor by the Contracting Agency upon Notice to Proceed. Daily reports shall be submitted prior to the end of the next business day, weekly reports each Monday. 8- 55.1C(2) Notice of Misplaced Material The Contractor shall notify the U.S. Coast Guard, the Contracting Agency, and Contracting Agency's Representative of any misplaced material as stated in the specification. 8- 55.1C(3) Progress Survey Data Progress survey data shall be submitted to the Contracting Agency within 24 hours of collecting the data. Progress survey data shall be acquired using DREDGEPACK or an approved equivalent. Bucket prints shall be recorded daily and submitted to the Contracting Agency within 24 hours of collection. 8- 55.1C(4) Pre/Post Construction Survey Data As outlined in Section 8- 55.1E. 8- 55.1C(5) Survey Work Plan Resumes of proposed hydrographic surveyors, a description of the proposed survey equipment specifications, and approach to conducting all survey work shall be submitted, with the Project Work Plan, to the Engineer for review. 8 -55.11) Dredging & Disposal Regulatory Requirements All work shall be conducted in accordance with the Contracting Agency provided permits and other local, state, and federal requirements governing fresh water construction work. 8- 55.11)(1) Dredging Permits and Compliance The Contractor shall be responsible to adhere and conform to all applicable provisions, conditions, and requirements of the project permits and approvals. Any conflicts between these Contract Specifications and issued permits shall be brought to the attention of the Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these permits. The following permits and approvals have been obtained by the Contracting Agency for the dredging portion of this work. The following permits will be issued for this project and copies will be provided to the Contractor prior to Notice to Proceed: Washington State Department of Fish and Wildlife (WDFW) Hydraulic Project Approval (HPA) • State Enviromnental Policy Act (SEPA) Determination of Significance (DS) • Washington Department of Ecology Section 401 Water Quality Certification City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -29 • U.S. Army Corps of Engineers (US ACE) Section 404/10 Permit • Washington State Department of Natural Resources (DNR), Disposal Site Use Authorization to dispose of suitable material at the Elliott Bay Open Water Disposal Site. 8- 55.11)(2) Regulatory Agency Notifications & Meetings The Contractor shall provide the following in accordance with the Contracting Agency provided permits: • Notify regulatory agencies of notice of intent to dredge at least 30 days prior to the start of dredging work. • Attendance at a pre- dredge conference meeting with regulatory agencies to review the Contractors Work Plan. 8- 55.1D(3) Coast Guard Notification & VTS Monitoring Marine Traffic Control and Communications: The Contractor shall conduct the Work in such a manner as to not endanger commercial and recreational vessel or seaplane navigation and shall maintain contact with the U. S. Coast Guard (USCG) and the City to keep them advised of dredge and barge movements. The Contractor shall monitor the VHF channel appropriate to the location of operation (or channels required by USCG) and warn approaching small craft using VHF radio, flagged markers or other appropriate means as necessary to avoid conflicts. Upon completion of the Work, the Contractor shall promptly remove his equipment, including ranges, buoys, piles, and other marks placed under the contract in navigable waters or on shore. Signal Lights and Day Shapes: The Contractor shall display signal lights and day shapes in accordance with the General Regulations of the Department of the Army and of the Coast Guard governing lights and day signals to be displayed by towing vessels with tows on which no signal can be displayed; vessels working on, dredges, and vessels engaged in laying cables or pipe or in submarine or bank protection operations, lights to be displayed on dredge pipe lines, and day signals to be displayed by vessels of more than 65 feet in length moored or anchored within either dredge area (Area 1 or Area 2), and the passing by other vessels of floating plant working in navigable channels, as set forth in Commandant U.S. Coast Guard Instruction MI6672.2 Navigation Rules: International Inland (Comdtinst M16672.2) or 33 C.F.R. 81 Appendix A (International) and 33 C.F.R. 84 and 33 C.F.R. 84 through 89 (Inland) as applicable. Disposal Site Operations: The Contractor shall contact the USCG by radio before disposal for position and verification of location within the surface target zone. Disposal may not commence until verification is received from VTS. The Contractor must also report the tug, barge, skippers name, DNR permit number and the time dumping begins and ends. 8- 55.11)(4) Native American Fisheries The following standard site use conditions will likely be required by the Corps and DNR as part of the Federal /State permitting processes and issuance of Disposal Site Use Permit: • During periods of tribal fishing in the disposal site areas, disposal will only occur during daylight hours; and City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -30 t t J • During daylight hours, "navigation rules of the road" will apply to the dredger in the event Indian treaty fishing is occurring at the disposal site. • Disposal of dredged material shall be coordinated with the appropriate Tribal authorities during periods of Tribal fishing at the disposal site. • The Contractor must coordinate any nighttime disposal with the Enforcement Section, Regulatory Branch. Approval must be received from the District Engineer prior to conducting nighttime disposal. 8 -55.1E Construction Surveying Requirements 8 -55.1E (1) General All construction surveying work for the project shall be provided by the Contractor. The scope of Contractor provided survey consists of furnishing all materials, labor, and equipment necessary to perform construction progress /intermediate surveying for quality control (confirm work is being performed to specified requirements), surveying for development of progress payments, construction staking and layout, and establishing temporary benchmarks from Contracting Agency provided survey control. 8 -55.1E (2) - Survey Responsibilities and Sequence of Survey Work The Contractor shall hire a survey company to conduct pre- and post- dredge surveys that will be used to conduct measurement for payment of dredged material. The Contractor shall perform all other survey work for controlling the work, including setting temporary benchmarks, staking and layout, and intermediate / progress surveys. Construction survey assignments and activities ifollow: 1. Establish primary survey control (Contracting Agency). 2. Pre- Dredging Survey (Contractor). 3. Establish secondary survey control, including setting temporary benchmarks, and construction staking, layout, and delineation (Contractor). 4. Intermediate and progress surveys for quality control (Contractor). 5. Final progress survey to confirm that design dredge elevation has been achieved at all locations. (Contractor) 6. Post - construction survey (Contractor). 8 -55.1E (3) - Qualifications of Surveyor 1 All pre - construction, post - construction, and temporary benchmark establishment survey work shall be conducted by an independent hydrographic surveyor that is not an employee of the Contractor. The surveyor shall have a minimum 10 years of documented experience with hydrographic surveying of marina and dredging works using the equipment proposed for use on this project. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -31 8 -55.1E (4) - Survey Equipment Hydrographic surveys shall be conducted by the Contractor using Differential Global Positioning System (DGPS) positioning equipment and shall use single- or multi -beam transducer sounding techniques for measuring depths. Hydrographic surveying shall be conducted with appropriate correction for water levels at the time of the survey. Areas not reachable with boats may be use alternative sounding methods (provided they provide the same level of accuracy) if approved by the Engineer prior to conducting the survey work. Pre/Post Dredging Surveys: Hydrographic survey work for pre /post construction surveys shall be conducted in accordance with U.S. Army Corps of Engineers standards for Class 1 Hydrographic Survey for Navigation and Dredging support surveys per EM 1110 -2- 1003, Hydrographic Surveying. Accuracy for measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3 feet. 2. Intermediate/Progress Surveying: Contractor progress surveying shall be conducted using survey grade depth sounder and electronic distance measuring device. Other electronic survey equipment may be proposed for use by Contractor in lieu of that specified but shall be approved by Engineer prior to start of construction. Accuracy for measured depths shall be + /- 0.3feet, and accuracy of horizontal position shall be +/ -3 feet. The proposed survey equipment shall be capable of providing the necessary measurement accuracy and provide exportable data in electronic format. 8 -55.1E (5) - Survey Control Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades and water level gages shall be the Contractor's responsibility. Hydrographic survey work shall be conducted using the Contracting Agency provided survey baseline control description data information as shown on the Plans. Locations of survey control points shall be verified prior to starting work. The Contractor shall notify the Engineer promptly in writing of any discrepancies discovered. The Contractor shall use the Lake Washington Mean Lower Low Water ( LWMLLW), utilized for United States Army Corps of Engineers (USACE) permits, as the vertical datum (in U.S. Survey Feet) for elevation and depth references for all cross sections and shall be responsible for obtaining necessary water level height measurement during the survey periods to ensure that accurate adjustments are made to the observed depths to account for water level variations. The Contractor shall use the Washington State Plane, North Zone, NAD 83/91, in feet as the horizontal reference datum. The Contractor shall establish and maintain an on -site water level gage to track and record water level changes in LWMLLW datum and provide the water level change data to the dredge operator during the dredging process to allow proper adjustment of dredge depth. 8 -55.1E (6) - Dredge Positioning & Dredge/Disposal Work Area Layout The Contractor shall establish an accurate method of horizontal and vertical control prior to initiating dredging. The Contractor shall use DGPS electronic survey equipment, setting, maintaining, and resetting all temporary benchmarks, baselines, buoys, markers, poles, and City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -32 I' C± I r, 11 fl i t u H J t fj i] t F_ stakes necessary for the dredging and disposal construction. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods used, and the control points used. The record shall be adequate to allow the survey to be reproduced. Construction staking data shall be provided to the Engineer within three (3) working days after completion of survey work. The construction staking survey work by the Contractor shall include, but is not be limited to, the following: 1. Verify the primary horizontal and vertical controls furnished by the Contracting Agency, and expand into secondary control by adding stakes, hubs, and additional survey control needed for the Project. Provide descriptions of secondary control to the Contracting Agency and the Engineer. 2. Install a visual and electronic water level gage at the dredging locations so the dredge operator and hydrographic surveyor can observe water levels at all times. Verify that all required gages, targets, ranges, and other survey markers are in place and maintained properly. 3. If required, use buoys, stakes, templates, range markers, poles, hubs or other marking methods, the location, with offsets, of other survey baseline locations. 4. Use electronic dredge templates for on -board dredge positioning systems. 5. Use electronic dredge positioning equipment and hydrographic surveys during construction to locate and delineate dredge area limits and dredge elevations. 8 -55.1E (7) - Pre/Post- Construction Surveys The comparison of the pre - construction and post - construction hydrographic surveys will be used by the Contracting Agency to determine final dredged quantities. Pre - construction survey work shall be completed and results submitted to the Contracting Agency at least 14 calendar days prior to the start of on -site dredging work. Post - construction survey work shall be completed within 5 calendar days of notice of substantial completion. Pre - construction and post - construction survey work conducted by the hydrographic surveyor shall be provided to the Contracting Agency by the Contractor in accordance with the following requirements: 1. General: An independent hydrographic surveyor, licensed as a Professional Land Surveyor in the State of Washington, hired by the Contractor shall perform the pre- and post - construction surveys. The pre- and post - construction surveys shall utilize multi - beam transducer sounding techniques. The same equipment and survey methods shall be used for pre- and post - construction surveys. Upon completion of dredging, as demonstrated by daily progress surveys, the Contractor shall notify the Contracting Agency (at least 5 calendar days prior to the hydrographic surveyor conducting the survey) of intent to conduct the post- construction survey. Final payment for the work will be based on volumes computed using pre- and post - construction surveys as determined by the Contracting Agency. A Contracting Agency representative shall be present during the execution of the pre- and post - construction survey data collection City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -33 effort. The comparison of the pre- and post- dredge construction surveys will be used as the basis for determining final pay quantities and acceptance of the work. Final pay quantities will be calculated by the Contracting Agency computing dredged volumes to the nearest cubic yard. Upon request, the Contractor will be provided with a copy of the quantity calculations. 2. Survey Layout Requirements: Layout of survey line stations (transects or tracklines) and data density requirements shall be conducted in accordance with U.S. Army Corps of Engineers EM 1110 -2 -1003 "Hydrographic Surveying" for Navigation and Dredging support surveys. Within the limits of the dredging area, multi -beam surveys should be conducted to provide 100% bottom coverage and overlap between adjacent survey lines. Survey data shall extend beyond the dredging area by at least 50 feet. 3. Schedule /Completion Time Requirements: The Contractor shall furnish the pre - construction condition survey results and data to the Contracting Agency within 5 calendar days of completion of survey work. The pre - construction survey work shall be completed at least 14 calendar days prior to the start of dredging activities. The post- construction survey shall be conducted within 5 calendar days after final completion of dredging operations at the time that the progress surveys indicate the work is completed. The Contractor will furnish the post - construction survey data within 7 calendar days of completion. The post - construction survey and the final review and acceptance by the Engineer shall be completed prior to Contractor's request for final acceptance. 4. Reporting Requirements. The Contractor shall provide, via the Hydrographic surveyor, pre- and post - construction survey data in ASCII delimited text format electronic file. Site plan of project site depicting the survey work and associated cross sections of the entire dredge area shall be plotted in ACAD 2007 (or newer format) and submitted in hard copy and electronic format. Cross section grid spacing shall be 10 feet in the vertical and 100 feet in the horizontal. Cross sections shall be taken at 25 -foot intervals. Each drawn cross section shall show the station that it was taken from and shall reference baseline (toe of cut) stationing. All survey work shall be reported in the project survey datums. A final set of plans, stamped by a licensed WA State Land Surveyor, for both the pre and post dredge surveys shall be provided to the Contracting Agency. Point files for all construction survey work shall be submitted in electronic ASCII format to the Contracting Agency and Engineer. The point files shall contain the following information: a. Point number b. Northing and Easting (Washington State Plane North (FIPS 4601), NAD 83 U.S. FT.) Elevation (LWMLLW (USACE Lock Datum), U.S. FT.) 8 -55.1E (8) - Intermediate / Progress Surveys The Contractor shall conduct daily progress surveys of the previous day's work to ensure the required dredge elevations are achieved. At a minimum, the Contractor shall provide cross- City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -34 t t n 1 t t u sectional soundings to the Engineer once per week. The Contractor shall perform surveys throughout the duration of the dredging work (between the pre - construction and post - construction surveys), including daily barge displacement measurements, to ensure that dredging is being performed within the specified grades, slopes, distances, tolerances, to track and verify on a daily basis the volume of materials dredged, and verify that the required dredge elevations are being provided (monitor accuracy and daily progress). Intermediate construction and daily progress surveys performed during construction shall be completed at no additional expense to the Contracting Agency. Intermediate surveys will also include dredge positioning system electronic bucket marks within the dredge prism. The Contracting Agency reserves the right to retain an independent surveyor to check the Contractor's work. Results of the intermediate surveys shall be submitted to the Engineer within two calendar days after completion of field work, and results of the progress surveys shall be submitted to the Engineer daily in the Quality Control Report. All submittals shall be in accordance with the Schedule of Submittals or Notifications. Data shall be submitted as point files in ASCII format as outlined for the pre /post construction survey work. For weekly progress surveys, single beam survey within the limits of the dredging area, tracklines shall be spaced at intervals not greater than 25 feet; and individual soundings on each trackline shall be spaced at intervals not greater than 5 feet and additional elevations taken as necessary to describe all hydrographic /topographic features (including slope breaks, catch lines, changes in grade, and other topographic features). Crossing lines (tracklines perpendicular to the primary tracklines) shall be performed. Survey data shall extend beyond the dredging area by at least 20 feet or 4 data points, if possible. 8 -55.1F Use of Project Site Work Area The amphibious seaplane ramp for launching of crew boats is available for use by the Contractor, but the Contractor will not have exclusive use of the Project site work area during the execution of the dredging work. The Seaplane Base will remain fully operational throughout the duration of the Project. Contractor shall develop a work plan (approach, schedule, communication) that accommodates vessel access and Seaplane Base operations throughout the duration of the work. City will be responsible for relocating Seaplanes but will require at least 1 week advance notice. Short time periods of temporary shutdown may be allowable if approved in advance by the City. Contractor shall not block seaplane or vessel navigation into the Seaplane Base or actively operating areas within the Seaplane Base Basin without advance approval by Contracting Agency. Contractor shall use communication devices on same VHF /CB channel as City, incoming aircraft and vessels. 8 -55.1G Existing Utility Protection The Contractor shall not anchor or spud barges in the dredging area specified as the "METRO SEWER LINE" shown on the Plans. The Contractor shall not dredge, anchor or spud barges in the easement area delineating the AT &T Communication Line and called out on the Plans as the "30' EASEMENT, NO DREDGING, BARGE ANCHORING OR SPUDDING ". It is the responsibility of the Contractor to field verify the location and elevation of the Metro Sewer and AT &T Communication lines shown on the Plans. Any damage caused to the existing utilities during construction is the responsibility of the Contractor (See Appendix E). City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -35 r� 8 -55.1H Temporary Relocation of the E -W Floating Concrete Dock The Contracting Agency may allow the Contractor to relocate the E -W Floating Concrete Dock temporarily in order to facilitate dredging the area in and around the E -W Floating Concrete Dock. If relocated, the E -W Floating Concrete Dock shall be temporarily moored at a City agreed upon location. A survey condition shall be conducted and recorded in photographs and description by the Contracting Agency and the Contractor before relocating the dock. The dock shall be returned to its original location in a condition that matches its condition before relocation. The Contractor shall make repairs and replacements as necessary to the approval of the Engineer at no additional cost to the Contracting Agency. 8- 55.1H(1) Definitions a. Under Dock Dredging: Required dredging under floating docks that are not required or allowed to be relocated during dredging, as shown on the Drawings. This dredging is required to maintain adequate depth for dock flotation. These docks need to remain in place and sediment excavated from below the dock. Caution should be taken to ensure the existing structures are protected and not damaged. b. Relocated Docks: Floating docks, as shown on the Drawings, which the Contractor may temporarily relocate to facilitate dredging but are not required to be moved. 8 -55.1I Structure Condition Survey The Contractor shall conduct a pre- dredge structure condition survey of all existing structures within the designated dredging work areas. Any damaged facilities shall be identified in writing and provided to the Contracting Agency prior to the start of dredging work. 8 -55.1J Construction Equipment Height Restrictions I Restrictions on the height of construction equipment operating within the Regulated Airspace (both within and outside the dredge area limits) will apply to this project. The Contractor shall refer to the Construction Safety Phasing Plan (CSPP) for project specific information regarding height requirements (Appendix D). CSPP requirements will apply to both equipment operations and temporary equipment storage during non - working hours. 8 -55.2 Materials Not Used 8 -55.3 Construction Requirements 8 -55.3A Dredging Requirements General: Dredging and disposal operations shall be done in a manner that will avoid over - dredging and minimize turbidity of the water. The Contractor shall track, verify, and report on a 1 City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -36 daily basis the volume of materials dredged. The Contractor shall pay particular attention to the conditions of issued permits, regulations, and authorizations requiring minimizing turbidity and loss of resuspended sediments during dredging and transport operations and adherence to water quality requirements. If excess turbidity occurs, the Contractor shall change the operating procedure to reduce the degree of turbidity. The Contractor shall use turbidity control structures and plan and conduct work activities to minimize turbidity. The Contractor shall excavate the dredge prism to the lines, grades, slopes, and elevations shown on the Drawings for the selected dredge areas. No dredging to depths greater than the bottom of dredge cut elevation (plus a 1 -foot overdredge allowance) shown on the Drawings is permitted. No payment will be made for dredging below the bottom of dredge cut. All dredged material (except for debris) has been determined to be suitable for open -water disposal at the locations shown on the Plans. Amphibious Seaplane Ramp: The Contractor shall not damage the existing Amphibious Seaplane Ramp structure. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review as -built drawings of the Amphibious Seaplane Ramp structure to ensure that damage or undermining does not occur. Concrete Outfall: The Contractor shall not damage the existing concrete outfall. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review the as -built drawings, provided by the Contracting Agency, of the concrete outfall structure to ensure that damage or undermining does not occur. Sheetpile Wall Bulkhead: The Contractor shall not damage the existing sheetpile wall bulkhead. The Contractor shall take care not to undermine the shoreline slopes adjacent to the specified dredging areas shown on the Plans. Contractor shall review the engineering drawings, provided by the Contracting Agency, for the sheetpile wall bulkhead to ensure that damage or undermining does not occur. Excessive Dredging: The Contracting Agency's Representative or the Contracting Agency has the right to direct the Contractor to replace the excessive dredge material to the limits established on the Plans or in the Specifications. The Contractor will not be paid for replacement of excessive dredging and shall be responsible for any fees and fines incurred as a result of disposing excessive dredge materials at the disposal sites. Side Slope Dredging: Dredging of side slopes around piles and pile- supported structures (floating docks) shall be conducted from the top of slope down to toe in a progressive manner. Debris: Materials obtained during the dredging work that meets the "Debris" classification cannot be disposed of at the open -water disposal facility. Debris obtained during the dredging work shall be separated from dredged material and shall be disposed at a Contracting Agency approved upland landfill facility and in accordance with applicable local, state and federal regulations. Encountering and disposing of such debris shall not be the basis for extra payment by the Contracting Agency. Large Woody Debris (LWD): Large Woody Debris obtained during the dredging work shall be separated from the dredged material and moved to an upland disposal site determined by the Contracting Agency. LWD shall be natural logs with a minimum diameter of 2 -feet and minimum length of 16 -feet. All logs that cannot be characterized as LWD shall be considered Debris. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -37 Floating Docks: The Contractor may elect to relocate some floating docks as shown on the Drawings to facilitate dredging within the Side Slope dredge area of the E -W Floating Concrete Dock. The E -W Floating Concrete Dock plans are provided as reference. Under Dock Dredging: Caution shall be exercised to ensure the existing structures are protected and not damaged during execution of under dock dredging. Relocated Docks: Temporary relocation of existing floating docks can only occur on E -W Floating Concrete Dock for conducting Side Slope dredging work. Relocation of the E -W Floating Concrete Dock will require notification in the Work Plan and advance approval by the City. All other floats within the Seaplane Base cannot be relocated as part of this contract. Contractor may relocate floats temporarily to facilitate dredging but are not required to be moved. After dredging,'the Contractor shall reinstall floating docks to their original location and configuration. Piling shall be replaced in accordance with Special Provision 8 -56, Steel Piling. Temporary relocation of existing docks can only occur on E -W Floating Concrete Dock for conducting the Side Slope dredging work. Pile- Supported Structures: Dredging within and adjacent to pile- supported structures shall be conducted in a manner which does not cause damage or impacts to the support piles or to the superstructure (floating concrete docks access gangways, walkways, beams, cover structures, etc). The Contractor shall be responsible for any damage caused to the existing pile- supported structures as a result of their dredging operations. Navigation Aids: Existing navigation aids shall not be disturbed unless otherwise noted on the Plans. Temporary removal of any navigation aid buoys or piles shall be reinstalled back into their original position.. 8 -55.313 Dredging and Disposal Regulatory Compliance The Contractor shall be responsible to adhere and conform to all applicable provisions, conditions, and requirements of the permits listed herein. The Contractor is responsible for notifying various regulatory agencies prior to commencing dredging, as required by the project permits. The Contracting Agency is obtaining Washington State Department of Natural Resources (DNR), Disposal Site Use Authorization to utilize open -water disposal sites prior to the start of construction and upon execution of the contract, the Contracting Agency will transfer the permit to the Contractor and, as a part of this contract, the Contractor shall assume all duties, obligations, and liabilities imposed herein. The Contracting Agency will pay directly to DNR all fees associated with the permit and dumping operation except that the Contractor shall pay for any penalty or damage fees imposed by DNR for material dumped off site, or other unauthorized disposal operations. The Contractor shall comply with all WA DNR and Army Corps of Engineers' disposal regulations, operational requirements, and reporting requirements as outlined in the project permits and as required in the WA DNR disposal site use permit. Any conflicts between these contract specifications and issued permits will be brought to the attention of the Contracting Agency's Representative. Nothing whatsoever shall be deemed to authorize violation of these permits. The Contractor's Work Plan submission and attendance at the pre - dredge conference shall be required to acquire the Disposal Site Use Authorization. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -38 t r� t 1 1 I8 -55.3C Dredging Work Equipment The Contractor shall use a clamshell bucket for all dredging work. The clamshell bucket shall consist of an articulating bucket that is capable of achieving full closure to reduce reintroduction of dredged sediments to the water column. Dredging equipment and methods shall be selected to minimize the dispersion of resuspended sediments (i.e. turbidity) during dredging. The Contractor shall include number, types, and capacity of equipment to be used as part of the Work Plan and Schedule. The Contractor shall change the location and depth of dredging within the Dredging Work Area limits when necessary to avoid overdredging. Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket), and there is to be no temporary stockpiling of material in the water. Dredging shall proceed downward from the top of the slope. Bucket overfilling and leveling of the completed dredging surface by dragging a beam or the clamshell bucket is not permitted. Dredge and disposal equipment including barges shall be moved only if there is sufficient draft to prevent grounding and spuds shall not be dragged along the bottom. The Contractor shall pay particular attention to minimizing turbidity and siltation and adherence to water quality requirements. The Contractor shall conduct dredging activities to maintain the required water quality standards and shall minimize turbidity and dispersal of material in the water. The Contractor shall monitor and take sufficient care during dredging and rehandling to prevent the loss of sediment from the barge(s) used for material transport. Contractor shall include in the Work Plan and Schedule the methods used to control the loss of sediments from the barge(s) used to conduct the work. The Contractor will be required to re- dredge any material spillage during barge transport and re-handling operations. 8 -55.3D Character of Materials Based upon grain size analysis from previous sediment sampling and testing analysis for Puget Sound Dredge Disposal Analysis (PSSDA) evaluation, the material to be dredged is predominately fine to medium grained sand. Localized areas containing gravel should also be expected within the Dredge Areas (Area 1 and Area 2). Results of dredged material characterization for physical properties (grain size) are provided in Appendix A. Wood debris and LWD could exist within the dredging area. The contractor will be responsible for disposal of this material in accordance with the project permits. The Contractor shall make his own determinations and conclusions regarding the nature of the materials which would be currently present within the marina dredging area, and the methods and procedures to be utilized in performing the work and to meet the lines and grades at the time of measurement for payment. The Contracting Agency will not make extra payment, nor shall the Contractor make any claim for extra payment for subsurface conditions that may be, in the opinion of the Contractor, different from the conditions indicated by the Plans, Specifications, or referenced sediment characterization information. 8 -55.3E Debris In addition to sediment, it is anticipated that debris will be encountered during dredging. Anchors, chains, straps, ropes, pieces of carpet, tires, steel, aquatic vegetation, piling segments and other articles or debris may be encountered. Any material classified as debris is not acceptable for open water disposal. The Contractor shall be responsible for handling all debris City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -39 and proper disposal of all debris. Any large debris shall be pulled directly from the water and placed in the dredged material receiving barge immediately in order to minimize release of any adhering sediment. Debris shall not be rinsed or washed in or above the aquatic area in any way. 8 -55.3F Large Woody Debris (LWD) Large Woody Debris (LWD) is defined as any timber dredged material larger than 2 -feet in diameter and 16 -feet long. Any material classified as LWD shall be salvaged and transported by the Contractor to an upland location determined by the Contracting Agency. 8 -55.3G Spill Prevention and Pollution Control The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil, fuel, and other petroleum products used in the Contractor's operations. All such prevention, containment and cleanup costs shall be borne by the Contractor. The discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted under state water quality regulations. The Contractor shall, at a minimum, take the following measures regarding oil spill prevention, containment, notification, and cleanup: I Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and other equipment and facilities shall be inspected regularly for drips, leaks, or signs of damage, and shall be maintained and stored properly to prevent spills. The Contractor's storage, which is required in the performance of the Work, shall be located upon existing cleared portions of the Work Area or areas to be cleared, and shall require written approval of the Contracting Agency and the Contracting Agency's Representative. 2. The Contractor shall not store oil or fuel on the shoreline, or equipment that is not required for the daily construction activities. The Contractor shall specify where oil and fuels will be stored in the Work Plan and Schedule. A metal pan or other impervious material with sides a minimum of four (4) inches high shall be placed under the equipment on the beach or adjacent area during refueling. The pan shall have a capacity equal to the capacity of the fuel cans used and catch any spills or leaks during the refueling activity. Fuel caught in the pan shall be contained and either transported off - site or used in the equipment. Under no condition shall the material be discharged on the beach, dune, marsh, adjacent lands or waters. If the Contractor's fuel cells exceed the thresholds set forth in 40 CFR 112, the Contractor shall provide a spill plan and I containment equipment accordingly. 3. All visible floating oils shall be immediately contained with booms, dikes, or other appropriate means and removed from the water prior to discharge into state waters. All visible oils on land shall be immediately contained using dikes, straw bales, or other appropriate means and removed using sand, ground clay, sawdust, or other absorbent material, which shall be properly disposed of by the Contractor. Waste materials shall be temporarily stored in drums or other leak -proof containers after cleanup and during transport to disposal. Waste materials shall be disposed offsite in accordance with r applicable local, state, and/or federal regulations. / City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -40 4. Special measures shall be taken to prevent bilge pumpage or effluent, chemicals, fuels, oils, greases, bituminous materials, waste washing, herbicides and insecticides, and concrete drainage from entering State waters. 5. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a potential for entry into state waters, notification shall be made immediately to: (1) Washington State Department of Ecology 24 -Hour State Emergency Response Commission (1- 800 - 258 - 5990); (2) National Response Center (1- 800 - 424 - 8802); (3) Washington Emergency Management Division (1- 800 - 258 -5990 -or- 1- 800 - OILS -911), and (5) Washington State Fish and Wildlife Area Habitat Biologist (425 -313- 5683). 8 -55.3H Water Quality Monitoring The Contractor shall perform water quality monitoring to ensure their dredging work is complying with the project 401 Water Quality Certification Order #10080 (see project permits). The Contractor shall meet water quality criteria as defined in the Project 401 Water Quality Certification and applicable local, state, and federal standards. The Contractor shall have in place Best Management Practices to prevent water quality exceedances and Contingency measures to implement should water quality violations occur. A Water Quality Monitoring Plan shall be developed by the Contractor in accordance with regulatory agency requirements and submitted to the Contracting Agency for approval at the same time as the Dredge and Disposal Plan document. The Contractor shall describe in its t Dredging and Disposal Work plan what type of best management practices (BMPs) and operations will be used to prevent water quality exceedances, and what contingency actions will be taken should water quality exceedances occur. As a component of the water quality monitoring work, the Contractor shall conduct Turbidity Monitoring In accordance with the requirements set forth in the project permits and as required for compliance with the 401 Water Quality Certification. Turbidity monitoring shall be conducted using measurement devices (turbidity meter, etc) in accordance with regulatory agency requirements. The Contractor shall submit a Water Quality Control Plan, including a description of how the monitoring work will be conducted and proposed equipment, QA/QC, responses to water quality exceedances, drawings indicating location of monitoring location, monitoring frequency and schedule, and locations of all turbidity control measures. The Water Quality Control Plan shall be submitted as a component of the Work Plan and Schedule. Turbidity monitoring work shall be conducted by a technician that is either an employee of Contractor or an independent company experienced in conducting water quality compliance monitoring work. The proposed technician shall have a minimum 5 years of documented experience with water quality and turbidity monitoring work and use of required equipment. Water Quality Monitoring results shall be submitted in report format to the Contracting Agency with each Daily Report and within 24 hours of collecting the data. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -41 8 -55.3I Water Quality Protection Measures I The Contractor is responsible for employing Best Management Practices (BMPs) required for the protection of water quality and in -water habitat and fisheries resources. During the execution of the dredging and dredged material re- handling work, the Contractor shall monitor water quality and make adjustments to their work activities and BMPs to ensure compliance with the 401 Water Quality Certification and other permit requirements. BMPs to be utilized shall be identified in the Contractors Work Plan and Water Quality Control plan. BMPs to be employed, but not limited to, shall include the following as needed to meet the Water Quality Certification requirements: • Dredging operations shall utilize equipment appropriate to the site conditions to minimize turbidity and other possible adverse impacts, including closed clamshell buckets for removal of silts and sands. • Restrictions on operations include no dragging of the bucket on the bed, or temporary in- water placement of dredged material. • Each pass of the clamshell bucket shall be complete (no multiple bites to achieve a full bucket), and there is to be no temporary stockpiling of material in the water. Bucket overfilling will not be permitted. • Floating debris boom and silt curtains shall be deployed around the perimeter of all dredge and material barges during dredging and transloading operations. • The bucket shall be completely closed before raising it when the bucket is filled with sediment. Overfilling of the bucket should be avoided. • The rate of ascent and decent of the clamshell bucket may need to be slowed to reduce potential sediment loss. • The material barge shall be managed such that the dredged sediment load does not exceed the capacity of the barge. • Hay bales, filter fabric or other sediment retention systems shall be placed over the barge scuppers to filter suspended sediment from the return water prior to discharge of the water back Into the Lake. 8 -55.3 J Dredge Area Cut Sequence The Contractor shall submit a proposed Dredge Area Cut Sequence for both dredge areas (Area 1 and Area 2) with the Work Plan and Schedule for approval by the Contracting Agency and the Contracting Agency's Representative prior to starting dredging operations. The Work Plan and Schedule shall include layout of the work and horizontal positioning of the dredging equipment/operations. 8 -55.3K Onboard QA - Use of Boats, Boatmen, Laborers, and Material Upon request by the Contracting Agency and /or Contracting Agency's Representative for the purpose of reasonable supervision and inspection of the Work, the Contractor shall provide the use of such boats, boatmen, laborers, and material that are part of the ordinary and usual equipment and crew of the dredging plant in order to access the work area and dredging equipment. Such requests by the Contracting Agency and/or Contracting Agency's City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -42 11 Representative will be coordinated with the Contractor's work schedule, except in case of emergency. 8 -55.3L Dredging Operation and Work Area Limits Dredging shall occur within the horizontal, vertical, and slope limits defined in these Specifications and shown on the Plans, or as otherwise directed in writing by the Contracting Agency. The Contracting Agency desires to have the required depth- and width of the dredge area as defined on the Plans at the time of measurement for payment. The Contractor shall make determinations of the character of the bottom materials to be dredged and shall plan and conduct operations to meet the required lines and grades at the time of measurement. Dredging operations shall be planned and conducted to protect existing structures and private property. In the event existing pilings, floating concrete docks, sheet pile walls, amphibious seaplane ramps, or other structures are damaged during dredging, the Contractor at no expense to the Contracting Agency shall replace, repair and restore the existing structure to an equal or superior condition than before dredging. 8 -55.3M Survey and Layout of Work An accurate method of horizontal control shall be established by the Contractor before dredging begins. The proposed method and maintenance of the horizontal control system shall be subject to the approval of the Contracting Agency's Representative and if, at any time, the method fails to provide accurate location for the dredging operation, the Contractor may be required to suspend its dredging operations. The Contractor shall lay out his work from horizontal and vertical control points indicated on the drawings and shall be responsible for all measurements taken from these points. The Contractor shall maintain all points established for the work until authorized to remove them. If such points are destroyed by the Contractor or disturbed through its negligence prior to authorized removal, they shall be replaced by the Contractor at its own expense. 8 -55.3N Dredge Horizontal Location Control The Contractor shall have electronic positioning equipment that will locate the dredge when operating in the Dredging Work Area. The Contractor shall keep this equipment functioning on the dredge at all times during construction. The Contractor shall calibrate the equipment as required by the manufacturer. Proof of calibration shall be submitted to the Contracting Agency and the Contracting Agency's Representative. The Contractor shall utilize DGPS with better than 3 feet real time accuracy for horizontal positioning during all dredging operations and hydrographic surveying. This accuracy is required for dredging in close proximity to the submerged structures. Continuous locations of the dredge shall be made at all times during dredging operations. The location is to be by computed coordinates in the Washington State Plane Coordinate Systems North Zone, NAD 83/91, in feet. Positions shall be recorded at a frequency necessary to meet dredge requirements and furnished daily as part of the Contractor's Daily Quality Control Reports, along with a drawing of the track of the dredge in relation to the dredge site. The Contractor shall submit a Dredge Location Plan describing the equipment and method of locating the dredge to the Contracting Agency and the Contracting Agency's Representative for review and approval with the Contractor's Work Plan and Schedule. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -43 d 8 -55.3P Protection of Existing Facilities Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall exercise care when conducting its dredging operation so as not to damage, undermine, or otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures not to hit any structures with the dredging equipment or to excavate deeper than the depths shown on the Drawings. Any damage to existing structures that is caused by the Contractor's operations, as determined by the Contracting Agency, shall be repaired immediately at no additional expense to the Contracting Agency. 8 -55.3Q Final Survey Review and Non - Conforming Work No dredging shall occur below or outside the maximum overdredge and side slopes defined in the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a final review of the hydrographic surveyor conducted post - construction surveys in the Dredging Work Area. If pre- and post- dredge surveys and construction observations determine that dredging and disposal has been performed outside or below defined or permitted limits or was conducted in an unauthorized manner, the Contractor shall correct and/or repair any non- conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor request for final acceptance. Final estimates will be subject to deductions or correction of deductions previously made because of excessive overdredge, dredging beyond the maximum pay limits, or disposal of material in an unauthorized manner. The Contractor shall not demobilize dredging equipment until all final surveys have been verified by the Contracting Agency. 8 -55.311 Transportation and Disposal of Dredged Materials The Contractor shall not deposit dredged material into areas other than those stated in Permits. Materials such as logs, stumps, snags, scrap and other debris may be encountered within the dredge limits and shall be removed and disposed of by the Contractor. Dredged material shall be disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin until the DDP has been reviewed and approved by the regulatory agencies and Contracting City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44 I 8 -55.30 Dredge Elevation Control The Contractor shall monitor dredging depth. Water level indicators shall be in plain view of operators and Inspector(s) and be adjusted to the USACE Lock Datum ( USACE). The Contractor shall use measured water levels to adjust dredging depth to the reference datum. The water level measurement location, equipment and method for measuring water levels must be submitted in the Contractor's Work Plan and Schedule for review and approval by the Contracting Agency and the Contracting Agency's Representative. All water level measuring equipment and apparatus shall be removed prior to demobilization. All dredging shall be performed in a uniform and continuous manner so as to avoid excessive dredging including creating multiple holes, valleys, or ridges within the section of the area to be dredged. 8 -55.3P Protection of Existing Facilities Dredging shall be conducted adjacent to existing seaplane base structures (amphibious seaplane ramp, floating concrete docks, sheet pile walls, navigation aids, etc). The Contractor shall exercise care when conducting its dredging operation so as not to damage, undermine, or otherwise disturb existing facilities. Care shall be exercised when dredging next to the structures not to hit any structures with the dredging equipment or to excavate deeper than the depths shown on the Drawings. Any damage to existing structures that is caused by the Contractor's operations, as determined by the Contracting Agency, shall be repaired immediately at no additional expense to the Contracting Agency. 8 -55.3Q Final Survey Review and Non - Conforming Work No dredging shall occur below or outside the maximum overdredge and side slopes defined in the Contract Documents. Dredging in any area not depicted on the Plans is a violation of Permits for this Work. The Contracting Agency's Representative and Contracting Agency will conduct a final review of the hydrographic surveyor conducted post - construction surveys in the Dredging Work Area. If pre- and post- dredge surveys and construction observations determine that dredging and disposal has been performed outside or below defined or permitted limits or was conducted in an unauthorized manner, the Contractor shall correct and/or repair any non- conforming or deficient work at no additional cost to the Contracting Agency prior to Contractor request for final acceptance. Final estimates will be subject to deductions or correction of deductions previously made because of excessive overdredge, dredging beyond the maximum pay limits, or disposal of material in an unauthorized manner. The Contractor shall not demobilize dredging equipment until all final surveys have been verified by the Contracting Agency. 8 -55.311 Transportation and Disposal of Dredged Materials The Contractor shall not deposit dredged material into areas other than those stated in Permits. Materials such as logs, stumps, snags, scrap and other debris may be encountered within the dredge limits and shall be removed and disposed of by the Contractor. Dredged material shall be disposed of at the permitted open water disposal areas: Elliott Bay. The Contractor shall provide a Dredging and Disposal Plan (DDP). Dredging and disposal operations shall not begin until the DDP has been reviewed and approved by the regulatory agencies and Contracting City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -44 I Agency. The dredging and disposal plan shall describe any proposed re- handling area, disposal site preparation, equipment, procedures, water runoff protection measures, and spill prevention methods for offloading materials utilizing mechanical dredging operations and barges for transport, offloading and disposal. 8- 55.3S(1) Transport and Disposal Method A description of the proposed methods of transporting, handling, and disposing of the dredged materials including water quality protection systems shall be submitted as a part of the Dredging & Disposal Plan. Transport methods, equipment, and attendant plant shall be in satisfactory operating condition, capable of efficiently performing the Work as set forth in the plans and specifications, and shall be subject to inspection by the Contracting Agency or the Contracting Agency's Representative prior to beginning the Work, and at all times during dredging operations. All barges shall be fitted with appropriate equipment for the protection of water quality to ensure water drainage from dredged material into open waters does not violate environmental permits. For flat deck barges, side containment systems shall be installed to prevent loss of material from the barge and for protection of water quality. Any barge that exhibits more than minor leakage shall be removed from the equipment utilized on this project until satisfactory repairs are made. Overflow will not be permitted from haul barges at any time. The haul barges must have tightly sealing doors and compartments to minimize leakage of material during transit. Any barge that exhibits more than minor leakage shall be removed from the equipment utilized on this project until satisfactory repairs are made. Barges used for transport of material from the City of Renton Seaplane Base to the open water disposal site must be capable of meeting the equipment and material placement requirements outlined by the WA DNR in the site use authorization. 8- 55.3S(2) Disposal Site Requirements The Contracting Agency provided project permits allow for the use of the Elliott Bay Open Water Disposal Site for Dredged Material Disposal. The Contracting Agency will obtain a Disposal Site Use Authorization from Washington State DNR for disposal of suitable materials at the Elliott Bay Open Water Disposal Site based on the information provided by the Contractor in their Contracting Agency approved Dredge and Disposal Plan Submittal. All DNR disposal fees will be paid directly by the Contracting Agency. The DNR daily report shall be completed by the Contractor for each barge disposal and submitted to the Engineer with the daily construction report for that day's work. Weekly Reports shall be submitted on the Monday following the week covered by the Report. The barge dump will be considered to start simultaneously at initiation of bottom -dump or split hull opening. The end of the dump will be that time when all materials have exited the barge. No materials shall be dumped unless approved positioning equipment is providing accurate horizontal positioning. Monthly reports shall be prepared by the Contractor and submitted in accordance with DNR requirements. 8 -55.4 Measurement Measurement for "Dredge & Dispose - Area 1" and "Dredge & Dispose - Area 2" shall be per cubic yard removed from the dredge areas and disposed of at the deepwater disposal area. Final volumes for both dredge areas (Dredge Area 1 and Dredge Area 2) will be calculated by the City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -45 8 -56 STEEL PILING (New Section) 8 -56.1 Description 8 -56.1A Summary Removing and installing steel pipe piling for anchorage of dock float systems in accordance with these specifications, reference standards, and applicable provisions of pertinent codes. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46 Contracting Agency from the difference between the bottom surface soundings of the pre- dredge survey and the bottom surface shown by the soundings of the post- dredge survey, both provided by the Hydrographic Surveyor, using the "Combined TIN and Average- End -Area Volume Computation" method as defined by the U.S. Army Corps of Engineers in Chapter 11 of EM 1110 -2 -1003. Payment limits are indicated on the Plans and described herein. Measurement for "Pre- Post Dredging Surveys" be lump and - will as per sum.. Measurement for "Water Quality Monitoring" shall be per lump sum. 8 -55.5 Payment Payment will be made for the following bid items at rate or amounts stated in the Schedule of Unit Prices: "Dredge & Dispose - Area 1," per cubic yard. "Dredge & Dispose - Area 2," per cubic yard. "Pre -and Post - Dredging Surveys," per lump sum. "Water Quality Monitoring," per lump sum. The unit contract price per cubic yard for "Dredge & Dispose - Area 1" and "Dredge & Dispose Area 2" will be full compensation for all labor, materials, tools, and equipment necessary for conducting dredging, debris disposal, excavating, loading onto barges, re- handling, transportation to the open -water disposal facility, reporting, water quality and turbidity controls, offloading, or otherwise disposing of the material at the permitted offshore disposal areas. Payment for dredging work (Basin and Side Slopes within Dredge Areas 1 and 2) will be based on work completed to the required Dredge Cut Elevation. Material removed from within the 1- foot over - dredge allowance to account for equipment tolerance and cover unavoidable inaccuracies of dredging processes will not be reimbursed. The lump sum contract price for "Pre- and Post - Dredging Surveys" will be full compensation for all labor, materials, tools, and equipment necessary for conducting the pre- and post- dredging surveys, progress /intermediate surveying, and construction staking and dredge area layout work. The lump sum contract price for "Water Quality Monitoring" will be full compensation for all labor, materials, tools and equipment necessary for conducting the turbidity and water quality monitoring work outlined herein and in the Contracting Agency provided permits and as required by the regulatory agencies upon approval of the Contractor proposed Dredging & Disposal Plan. 8 -56 STEEL PILING (New Section) 8 -56.1 Description 8 -56.1A Summary Removing and installing steel pipe piling for anchorage of dock float systems in accordance with these specifications, reference standards, and applicable provisions of pertinent codes. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -46 I8 -56.1B References Governing Specifications, Codes, and Standards: American Institute of Steel Construction (AISC) Specification for Structural Steel Buildings (Allowable Stress Design and Plastic Design), June 1, 1989, hereafter referred to as AISC Specifications. _ American Institute of Steel Construction (AISC) Load and Resistance Factor Design Specifications for Structural Steel Buildings, Third Edition. American Institute of Steel Construction (AISC) Code of Standard Practice for Steel Buildings and Bridges, latest edition as of bid date, hereafter referred to as AISC Standards. American Petroleum Institute, Specification for Line Pipe 5L, hereafter referred to as API 5L, _ effective July 1, 2000. International Building Code 2003 _ AWS D1.1 Structural Welding Code ' Corp of Engineers, Section 10/404 Permit Washington Department of Fish and Wildlife Hydraulic Projects Approval Permit 8 -56.1C Quality Assurance Qualifications: Piling installer superintendent shall have minimum five years' experience installing marine piling. Provide at least one person who is present at all times during execution of this portion of Work who is trained thoroughly in and who shall supervise Work performed under this section. Inspection and Testing: Provide field or plant inspection and testing service to ensure compliance with contract provisions in accordance with these contract terms and conditions. Provide copies of results of tests to Owner's Representative within five business days from when tests are performed. Tests conducted for sole benefit of Contractor shall be at Contractor's expense. 8 -56.1D Submittals Submit the following information: Pile removal and installation plan to ensure floats will fit back within the required tolerance for proper operation at the full range of water levels. Welding Submittals: Per Section 8 -59 of these specifications. Galvanizing Repair Rod: Zinc Based Soldering per Section 8 -59 of these specifications. Pile Driving Records: Maintain complete records of each pile driven. Note rate, type, time, tip, elevation, plumbness, and location. Driving record data shall be recorded and location noted on record Drawings. Submit copy daily to the Contracting Agency's Representative. Pile driving equipment shall meet requirements in this section. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -47 City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50 �� Approval Permit and Corps of Engineers Section 10/404 Permit. Pile- driving hammers shall be capable of driving piling to minimum tip elevations as indicated on Drawings. Hammer shall be equipped with suitable "driving head," "driving cap," or "helmet" fabricated of forged or cast steel, or approved alternate material, shaped to fit particular pile being driven and designed for particular hammer being used. Impact hammer shall be required to drive piling in areas of harder substrate. Size hammer to install pile to required embedment depth without damage. Should it be necessary, in opinion of Owner's Representative, to deliver an energy magnitude less than rated hammer range, Contractor shall be prepared to reduce energy level. Use of bubble curtain around pile during installation may be required by environmental regulatory agencies. Comply with permit requirements. Use a driving helmet of right size for hammer to distribute blow and protect top of steel piling from driving damage. Driving head shall be positioned symmetrically below hammer's striking parts, so impact forces are applied concentric to pile top. Pile helmet cushions and proper size and material shall be used during driving. Provide energy absorbing materials to reduce noise from pile driving operation. Energy and resultant stresses imposed on each pile during driving shall not be of magnitude that, causes pile damage during installation. Owner's Representative may perform underwater ,inspections of installed piling to determine whether damage has occurred. Should damage be found in installed pile, that pile shall be repaired or replaced, at Contracting Agency's option, at no additional cost to Contracting Agency. Install steel pipe piling to existing pile top elevation. Installation Tolerances: Piling location at cutoff elevation shall not vary from the existing pile alignment to ensure proper fit up with the float internal hoop system. If Owner's Representative determines ilin is installed too far out of line or damaged by driving or straightening so as to p g impair its structural value as a pile under conditions of use, pull and replace with a new pile at Contractor's expense. Driving Record: Maintain a detailed record of pile driving operations from time pile is picked up until it is driven completely. Keep a complete and current record of each pile driven. Include rate of installation (measured in feet per minute) for piling installed with a vibratory hammer if such method is used. Record of pile driving shall include number of blows required for each foot or less of penetration along entire embedment of pile, including type, speed, energy rating, and fuel setting of hammer. Cutoff: Cut off steel piling at elevations indicated on Drawings. Used templates or pipe cutting tool after final alignment to ensure that cutoff will be true and level. Cut off steel piling at elevation as indicated on Drawings. ' Damaged Piling: Remove and replace piling bent or damaged during pile driving operations at no expense to the Contracting Agency. Extract damaged piling and out -of- tolerance piling rejected by Owner's Representative by means of vibrating, pulling, or methods acceptable to Owner's Representative. Make extracted piling �k available to Owners Representative for examination. City of Renton Project No: CAG 13 -177 Will Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -50 �� fl Additional compensation will not be made for failed attempts to extract pile or for disposal of rejected pile. 8 -56.31) Pile Installation Acceptance Criteria Owner's Representative may reject a pile if conditions specified are not met. If Owner's Representative rejects a pile, at sole discretion of Owner's Representative and no additional cost to Contracting Agency, either: Remove and replace rejected pile with new pile furnished and driven in its place, or Furnish a new pile and install it adjacent to rejected pile. Rejected pile may be cut off at mud line, at Owner's Representative's option Costs and schedule impacts and costs associated with above remedial action shall be sole responsibility of Contractor, including, but not limited to: Supply of new pile. Required extra materials. Labor and Equipment. Driving inspection. 8 -56.4 Measurement and Payment No separate measurement or payment will be made to furnish and install steel piling and pile caps. The cost for this portion of the work shall be incidental to the dredging should the Contractor choose the temporary relocation of E -W Floating Concrete Dock as a dredging option. APPENDICES The following appendices are attached and made a part of this contract APPENDIX A: PSSDA SUITABILITY DETERMINATION APPENDIX B: PERMIT DOCUMENTS .APPENDIX C: EXISTING FACILITY DRAWINGS APPENDIX D: CONSTRUCTION SAFETY & PHASING PLAN (CSPP) APPENDIX E: UTILITY DRAWINGS City of Renton Project No: CAG 13 -177 LWill Rogers -Wiley Memorial Seaplane Base Maintenance Dredging Project SP -51 I r t i APPENDIX A PSSDA SUITABILITY DETERMINATION u D I H, t I CENWS- OD -TS -DM MEMORANDUM FOR RECORD 16 April 2012 SUBJECT: DMMP RECENCY EXTENSION AND DREDGE PRISM MODIFICATION FOR CITY OF RENTON MUNICIPAL AIRPORT SEAPLANE BASE, LAKE WASHINGTON, KING COUNTY, FOR BENEFICIAL USE OR UNCONFINED OPEN -WATER DISPOSAL AT THE ELLIOTT BAY NON - DISPERSIVE SITE. 1. A Dredged Material Management Program suitability determination was issued on April 10, 2007, covering 16,000 cubic yards of proposed dredged material (DMMP, 2007). The entire volume was found suitable for open -water disposal or beneficial use in a marine or freshwater environment. Being in a moderate - ranked area, a 5 -year recency period was provided in the suitability determination, ending in April 2012. 2. On March 22, 2012 the City of Renton requested an extension of the recency period to February 2014 (Attachment 1). 3. There have been no known spill events or changed conditions in the project area since the original suitability determination was issued. The DMMP agencies were consulted and are in agreement that extension of the recency period to the end of the dredging window in February 2014 is acceptable. This recency extension is contingent upon there being no significant changes in the sediment quality at the project site between the date of this memorandum and the time of dredging. 4. The City of Renton also notified the Dredged Material Management Office of minor modifications to the dredge prism (see the figures in Attachment 1). The proposed dredge depth has been changed from +7 feet to +8 feet (Corps of Engineers Lake Washington Datum). The footprint has also been modified, having been shifted to the west and expanded to the south to include the area occupied by the floating docks. These modifications did not alter the total project volume, which remains at 16,000 cubic yards. The DMMP agencies reviewed the proposed depth and footprint changes and determined that the sampling and testing completed in 2006 still adequately represent the modified project. 1 5. A pre- dredge meeting with DNR and the Corps of Engineers is still required. A dredging quality control plan must be developed and submitted to the Seattle District Corps of Engineers Regulatory Branch project manager for this project at least 7 days prior to the pre - dredge meeting. A DNR site -use authorization must also be acquired. 6. Reference: DMMP, 2007. Determination on the Suitability of Proposed Dredged Material from the City of Renton Municipal Airport Seaplane Base, Lake Washington, King County, for Beneficial Use or Unconfined Open -Water Disposal at the Elliott Bay Nondispersive Site. Prepared by the Army Corps of Engineers for the DMMP agencies, April 10, 2007. I'The signed document is on file in the Dredged Material Management Office. David Fox, P.E. Dredged Material Management Office f� t t I �l E� I� r r 1 1 f Copies furnished: Celia Barton, DNR Laura Inouye, Ecology Erika Hoffman, EPA Susan Powell, Seattle District Regulatory Ben Dahle, City of Renton, Public Works Ryan Zulauf, Airport Manager Shane Phillips, Coast and Harbor Engineering Matthew Boyle, Grette Associates I I 'J I L' e Attachment 1 Renton Municipal Airport, Clayton Scott Field March 22, 2012 Public Works Department David Fox, P.E. Dredged Material Management Office Seattle District - Army Corps of Engineers P.O. Box 3755 Seattle, WA 98124 -2255 RE: Recency Extension Request - Renton Seaplane Base Sediment Suitability Determination Dear Mr. Fox: The City of Renton respectfully requests an extension to the recency of the existing sediment suitability determination from April 2012 to February 2014, for the proposed Renton Seaplane Base Dredge (no file # on Memo). Enclosed, please find three figures for the Renton Airport Seaplane Base Dredge area. Figure 1 identifies the location of the dredge material management units (DMMUs) as well as the - original 2007 proposed dredge prism. Figure 2 and 3 depict the revised proposed 2012 dredge prism proposal (Figure 2 shows the dredge area on the old survey data and Figure 3 shows the new dredge area on new 2012 survey data). The estimated volume of material to be dredged remains at 16,000 cubic yards. If you have any questions, or if I can be of further assistance, please do not hesitate to contact me by phone at (425) 430 -7476, or by email at bdahle @rentonwa.gov. Sincerely, 616 W.Perimeter Road, Unit A • Renton,Washington98057 * rentonwa.gov l Ben Dahle, P.E. Airport Capitol Project Coordinator City of Renton, Public Works Enclosures: Figures 1 -3 Dredge Prism /DMMU cc: Ryan Zulauf, Airport Manager Shane Phillips, Coast & Harbor Engineering, Inc. Matthew Boyle, Grette Associates 616 W.Perimeter Road, Unit A • Renton,Washington98057 * rentonwa.gov li t I J, E t e 0 r— m T- r+ e Igo w J" 1 _ % J r W ------- - - - - -- t W r � r' 110- l tit c i r,r w � , I & P _ fit Mj i !ir !r w ! w s w o pQ m N w N N w O --- —__ Q _____ it .� x Q frx t If _ w I I r` �! c 9995 - % G U > _ ;, p tj O F- coo w w ,`'/ II r ,',' 9,11 ¢1$ w p ,., _ is co w a 4 7 $ s p w p of ha� Q U of W Z g Ire a chi) a tpg8��_ I r .i l' i I r m r G U O O O co cw G 0 F- of O M w O U) CL / I I Y f r1 d I,( IJf I+ 1 J f 1 J f., rig I rl, IiJ Ifl Ifj i I!44 ilf! flf fly irJ iyT3 Irl n 111 9 IJ1 Ifi f I f f ff f It a { 5Jl "t y t rr /rr Yr8 �� r rr, 5 Ile I 9sa e � ijl yag IN >r 126 1145; 1 P ;; " UP N LLI C� LL a� W� S C-4� 0 0 0 I I s A 0 a 1 ki 8 e F r-, �l F F� J CENWS- OD- TS -DMMO MEMORANDUM FOR: RECORD April 10, 2007 SUBJECT: DETERMINATION ON THE SUITABILITY OF PROPOSED DREDGED MATERIAL FROM THE CITY OF RENTON MUNICIPAL AIRPORT SEAPLANE BASE, LAKE WASHINGTON, KING COUNTY, FOR BENEFICIAL USE OR UNCONFINED OPEN -WATER DISPOSAL AT THE ELLIOTT BAY. 1. Introduction. This memorandum reflects the consensus determination of the Dredged Material Management Program (DMMP) agencies (U.S. Army Corps of Engineers, Washington - Departments of Ecology and Natural Resources, and the Environmental Protection Agency) regarding the suitability of up to 16,000 cubic yards (cy) of dredged material from the City of Renton Municipal Airport Seaplane Base for beneficial use or for disposal at the Elliott Bay non - dispersive open -water site. 2. Background. The Renton Seaplane Base serves numerous commercial and recreational seaplanes. The in -water seaplane facilities include a floating dock for passenger boarding and offloading and an aircraft access ramp. The seaplane base is located in close proximity to the mouth of the Cedar River and is subject to sediment deposition, especially during winter storm events. Dredging is required to maintain safe operational depth for seaplane operations (Parametrix, 2006). 3. Proiect Summary. Table 1 includes project summary and tracking information. Table 1. Project Summary Project ranking moderate Proposed dredging volume 16,000 cubic yards Proposed dredging depth 7 feet CED1 SAP received October 17, 2006 SAP approved October 31, 2006 Sampling dates November 14, 2006 November 27, 2006 Data report submitted March 28, 2007 DAIS Tracking number RMASB -1 -A -F -229 USACE Permit Application Number 2010 -552 Recency Determination (moderate rank = 5 years) April 2012 'Corps of Engineers Datum - Lake Washington 4. Proiect Ranking and Sampling Requirements. This project was ranked "moderate" by the ' DMMP program based on its location in Lake Washington (PSDDA, 1988). The sampling and analysis plan (Parametrix, 2006) originally called for dredging of no more than 12,000 cubic yards of City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination —April 10, 2007 sediment. In a moderate - ranked area the number of samples and analyses are calculated using the following guidelines (PSDDA, 1988); • Maximum volume of sediment represented by each field sample = 4,000 cubic yards • Maximum volume of sediment represented by each analysis in the upper 4 -feet of the dredging prism (surface sediment) = 16,000 cubic yards • Maximum volume of sediment represented by each analysis in the subsurface portion of the dredging prism = 24,000 cubic yards Since the total volume was less than the maximum volume that could be represented by one surface analysis, the entire dredging volume was treated as a single dredged material management unit (DMMU). Three field samples (two surface and one subsurface) were to be composited to represent this DMMU. 5. Sampling. Initial sampling for this project took place on November 14, 2006. Difficulties were encountered on several fronts. First, a major storm during the first week of November resulted in significant new shoaling at the seaplane base. Newly deposited sediment ranged from 4 to 6 feet deep. The sampling crew had 10 -foot tubes available but shallower water depths prevented their use at some sampling locations (Currie, 2007). There was not enough clearance to stand the vibracorer upright when using the longer tubes. Therefore, 8 -foot tubes were used, but these could not penetrate deep enough to collect Z- samples. A second problem was the nature of the sediment deposits, which appeared to be unconsolidated with high water content. While penetration to the full length of the core tubes was achieved in most cases, the recovery was poor. Finally, the contractor experienced problems penetrating organic debris in the east half of the project. As a result, sediment cores were only obtained in the west half of the project. Parametrix consulted with the Dredged Material Management Office after the first day of sampling. Because of the significant accretion of sediment from the flood, it was decided that the dredging area should be split into two DMMUs - west and east - to accommodate what was anticipated to be an exceedance of the maximum allowable material for a single DMMU (a subsequent bathymetric survey indicated that this was not the case — the total volume is anticipated to be 16,000 cubic yards or less). See Attachment 1. Also, discussions ensued about getting heavier -duty sampling equipment out in the field for a second round of sampling to ensure penetration to the full depth required. However, the shallow water made access by a large rig impossible. A medium -duty vibracorer was therefore acquired and the second round of sampling took place on November 27. Tube lengths were restricted to 8 feet because of the shallow water. Problems with recovery and organic debris were again I encountered. A more complete account of the two sampling rounds can be found in Attachment 2. Table 2 includes sampling summary information. Table 2. Sampling Summary Page 2 of 6 1 LI 11 WEST DMMU EAST DMMU DAIS ID: C1 C2 Number of samples: 2 2 Minimum penetration depth (ft): 6.6 7.0 Maximum penetration depth (ft): 9.3 7.0 Mean penetration depth (ft): 7.9 7.0 Minimum core length (ft): 3.2 4.2 Page 2 of 6 1 LI 11 t City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — April 10, 2007 Maximum core len th ft : 7.3 4.8 Mean core length ft : 5.3 4.5 Minimum recovery % : 48 67 Maximum recovery % : 78 69 Mean recovery % : 63 68 Despite the difficulties encountered, the DMMP agencies concluded that the contractor had made a good -faith effort to collect representative samples, having mobilized twice and having made repeated attempts to achieve good penetration and recovery. Further, the DMMP agencies believe the samples adequately represent the material in the dredging prism. Therefore, the sediment ' samples were deemed adequate to fully characterize the proposed dredged material. 6. Chemical Analysis. The approved sampling and analysis plan was followed and quality control guidelines specified by the PSEP and DMMP programs were met, with a few minor exceptions. The data were considered sufficient and acceptable for regulatory decision - making under the DMMP program. ' Sediment conventional results (Table 3) show that the proposed dredged material is predominantly sand. The area to the west of the floating dock is partially protected from currents from the Cedar ' River. The fines content is higher here than in the east half of the project, which is in closer proximity to the mouth of the Cedar River and largely unprotected from its outflow and suspended sediment load. 1 Table 3. Sediment Conventional Results. Page 3 of 6 WEST DMMU EAST DMMU DAIS ID: C1 C2 Volume (cubic yards): 8,000 8,000 GRAIN SIZE % Gravel 0.5 5.0 % Sand 78.5 90.6 % Silt 16.5 3.5 % Clay 4.5 0.8 (clay +silt) % Fines 21.0 4.3 Total Solids, % 63.0 78.7 Volatile Solids, % 4.5 3.2 Total. Organic Carbon, % 1.66 2.06 Total Sulfides, mg /kg 1.4 u 1.5 u Total Ammonia, mg N /kg 96.1 69.5 Page 3 of 6 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination —April 10, 2007 The chemical results indicate that there were no exceedances of DMMP screening levels (Attachment 3; Table 4). Consequently, bioassay testing was not required of this material. Both DMMUs met suitability guidelines, based on chemistry alone, for open -water disposal at either a dispersive or nondispersive site. 7. Sediment Exposed by Dredging. Sediment exposed by dredging must either meet the State of Washington Sediment Quality Standards (SQS) (Ecology, 1995) or the State's antidegradation standard (DMMP, 2001). Comparison of the proposed dredged material to SQS serves as a first - tier indicator for this purpose. Table 5 (Attachment 4) shows that there were no detected exceedances of SQS. However - while undetected - the reporting limits for 1,2,4 - trichlorobenzene and hexachlorobenzene exceeded SQS. The DMMP agencies believe the probability that these reporting limit exceedances could be masking actual exceedances of SQS is low. Therefore, the exceedances were deemed insignificant. Because the source of the majority of sediment in the project area is the Cedar River, there is no reason to believe that the chemical quality of the sediment to be exposed by dredging differs in any way from the proposed dredged material. Therefore, the agencies agreed that there was no need for the collection or analysis of Z- samples for this project. The sediment that will be exposed by dredging is not anticipated to have any exceedances of SQS. 8. Beneficial -Use Analysis. As indicated in the previous section, the proposed dredged material had no detected exceedances of SQS (and only two undetected exceedances, which were deemed insignificant). The Sediment Quality Standards pertain to marine sediment; therefore the dredged material is suitable for beneficial use in a marine environment. To assess the suitability of the dredged material for beneficial use in a freshwater environment, the freshwater guidelines found in the Sediment Evaluation Framework (RSET, 2006) were used. Table 6 (Attachment 5) shows that there were no exceedances of these guidelines. Therefore, the material is suitable for freshwater use. Finally, to assess the suitability for upland beneficial use, the chemical results were compared to the Model Toxics Control Act (MTCA) guidelines (Ecology, 2005). Table 7 (Attachment 6) indicates that the reporting limits for arsenic exceed the Method B guideline for carcinogens. Naturally occurring elevated concentrations of arsenic are found in some sediments in the Puget Sound region. Therefore, while undetected at the reporting limit, Ecology, DNR and the local health district should be consulted if upland beneficial use is contemplated. Lower -level quantification of arsenic may be required. Also, while there is no MTCA Method A guideline for total chromium, the total chromium value does exceed the guideline for chromium VI. Additional analysis may be required for upland beneficial use in order to determine the chromium VI content of the sediment. 9. Suitability Determination. This memorandum documents the evaluation of the suitability of sediment proposed for dredging from the City of Renton Municipal Airport Seaplane Base for beneficial use or open -water disposal. The approved sampling and analysis plan was followed with the exceptions noted above. The data gathered were deemed sufficient and acceptable for regulatory decision - making under the DMMP program. Page 4 of 6 ii 1 ' RSET, 2006. Northwest Regional Sediment Evaluation Framework — Interim Final. Regional Sediment Evaluation Team. September 2006. Page 5 of 6 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination - April 10, 2007 Based on the results of the previously described testing, the DMMP agencies conclude that all 16,000 cubic yards are suitable for open -water disposal at the Elliott Bay non - dispersive site. The dredged material is also suitable, from a chemical and toxicity standpoint, for beneficial use in a marine or freshwater environment. Upland beneficial use would require additional consultation with Ecology, DNR and the local health district. This suitability determination does not constitute final agency approval of the project. During the public comment period that follows a public notice, the resource agencies will provide input on the overall project. A final decision will be made after full consideration of agency input, and after an alternatives analysis is done under section 404(b)(1) of the Clean Water Act. ' If a Section 404 permit is issued for this project, a pre- dredge meeting with DNR and the Corps of Engineers will be required. A dredging quality control plan must be developed and submitted to the ' Enforcement Section of the Regulatory Branch of the Seattle District Corps of Engineers at least 7 days prior to the pre- dredge meeting. A DNR site use authorization must also be acquired. ' 10. References. Currie, 2007. Personal communication with Stuart Currie, Parametrix, April 2007. DMMP, 2001. Quality of Post - Dredge Sediment Surfaces. A clarification paper prepared by Tom Gries for the DMMP agencies, October 2001. ' Ecology, 1995. Sediment Management Standards — Chapter 173 -204 WAC. Washington State Department of Ecology, December 1995. Ecology, 2005. Model Toxics Control Act — Chapter 70.105D RCW and Cleanup Regulation - Chapter 173 -340 WAC. Washington State Department of Ecology, October 2005. Parametrix, 2006. City of Renton Municipal Airport Seaplane Base Maintenance Dredging — Sediment Sampling and Analysis Plan. Prepared by Parametrix, Sumner, Washington for the City of Renton. October 2006. Parametrix, 2007. City of Renton Municipal Airport Seaplane Base Maintenance Dredging — Sediment Characterization Report. Prepared by Parametrix, Sumner, Washington for the City of ' Renton. March 2007. PSDDA, 1988. Evaluation Procedures Technical Appendix — Phase I — Central Puget Sound. U.S. ' Army Corps of Engineers Seattle District, U.S. Environmental Protection Agency Region 10, Washington State Department of Ecology, Washington State of Natural Resources. June 1988. ' RSET, 2006. Northwest Regional Sediment Evaluation Framework — Interim Final. Regional Sediment Evaluation Team. September 2006. Page 5 of 6 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination .- April 10, 2007 11. Agency Signatures, Concur: 4ito/07 ate David Fox, P.E, - Seattle District Corps of /Engineers 4 I a 9, J'- P W/'' Date En a Hoffman - Environment I rotection Agency V0DD to Laura Inouye, .D. - WUashingto Department of Ecology h iy ate Courtney kas on - ashington De artment of Natural Resources Copies furnished: DMMP signatories Susan Powell, Seattle District Regulatory Peter Leon, Parametrix DMMO file Page 6 of 6 One wo 00 Woo 05 C/-) OEM- 0 A R- g VO IL \It j I m A soon on ro it" bpd...... . . . . . . ... . . ...... a i3 s3 a .' tro A CD y \\\I I t Rtl 'o z 3N, cl w . . . . . . . . . . . . LLJ M'r 'E I "I MNM% sm 4 \\\ /,/" ,/ / 1111 1k q J Mm. A, \tLpEyt it I, I I I I I U)/ I F- LIJ It It I I I I L a. 'I C-4 It CD if if 11 x 0 0 C'4 C-11 l/ I 01— 1 Ul a. f a. U- I I I krw a� I I' ll 01 ::EI I i i 01<1 I L-j 11 01 I I fill U C) K O U) m Cn 6 0 < C-) 3: CL I If I I I I Ili fill III/ V 0 < 0 of <1 ------- _j .......... ir SAM, C\l F- L U) Ile LLJ w 0 (L C 04 X CD 01 u 0 C-4 c d LL c 4 0 .00000000oo< U, LLJ .000, LU LLJ 01 > I LLJ t 1001/ I�Oe mar mor mdeff I miff LL 0 w LU F- 0 F- U) .2 w 0 —1 CL E R -W 0 c 0 0 cc Cc 0 rn 0 CL 4w m r- 0 CD U. a. 0 It O F- z w Z 0 w F- ZO =w C/) LL 0<0 0 U. W EL — Ne Oc .Li f3 0 W F- w D F- F:c - z 0 w F- W U) > ZI- 0 > O 0 w U) < Z CV CD 0 0 F- 0 Of Ix a- w jJ g Q' 18 m0 < 0 Z O 0 Z 0 CO W I- z z W w 3 0 W 0 a. w Z 0 W Z z LU w V— E cc zo w W LL z J w < — Z L) C) r m m r m m m m m m m m m m m m m m i Attachment 2 ENGINEERING. PLANNING. ENVIRONMENTAL SCIENCES 1231 FRYAR AVENUE, PO BOX 460 SUMNER, WASHINGTON 98390 -1516 T.253.863.5128 F.253.863.0946 www.pammetrix.com M E M O R A N 0 U M Date: November 30, 2006 To: David Fox and the DMMP agencies From: Peter Leon Subject: Field summary: PSDDA Sampling Event, November 27, 2006 cc: Joe Kurrus, Stuart Currie Project Number: 215- 1779 -026 Project Name: Renton Airport Seaplane Base PSDDA Sampling The summary below was compiled by Parametrix field crew participating in the November 27, 2006 ' PSDDA sampling event at the request of the DMMP agencies. Field summary: PSDDA Sampling Event, November 27, 2006 Background: During the initial sampling event at the Renton Airport Seaplane Base (11/14/06), recent high flow events within the Cedar River resulted in significantly changed field conditions than were expected based upon pre -flood surveys. A large volume of recently deposited material from the Cedar River was encountered on site, and the resulting shallow water depths combined with fast flowing currents throughout the project area to create challenging field sampling conditions and limited opportunities to obtain acceptable sediment cores. Several attempts were made to collect sediment cores throughout the proposed dredging area. Although site conditions allowed successful collection of sediment cores on the western half of the dredging project, shallow water depths and obstructions beneath the sediment surface led to difficulties collecting satisfactory samples from the eastern half of the dredging project. Specifically, two 10' cores were attempted at Station RS -01 in the east dredge area (i.e., east of the north /south floating dock). Due to the presence of a layer or mat of organic debris (leaves, twigs, etc.) in the deposited material both attempts resulted in refusals at approximately 3' penetration, with less than 2' of material recovered from each attempt. The mat of organic material most probably spread the vibratory action of the vibracorer over a larger surface area than normal, effectively stopping penetration. The relatively light weight of the vibracorer used could not overcome the effects of the organic layer to punch through to a greater depth. Penetration may also have been somewhat affected by the strong current from the diverted flow from the ' mouth of the Cedar River. Upon consultation with the DMMP agencies, Parametrix was directed to mobilize for a second field sampling event. Summary from November 27, 2006 Sampling Event: The second sampling event was conducted on ' 11/27/06 with plans to collect two core samples from the east dredge area (Stations RS -04 and RS -05) in order to account for the increased dredge volume. Based on the anticipated water depths and the debris issues at these stations, a boat and sampling equipment from Marine Sampling Systems were selected for this work. The system selected had the capability to use 8' core tubes, with a maximum possible ' penetration depth of 7'. An additional weight of 120 pounds was added to the vibracorer head to facilitate penetration through organic matter mats or layers. It was anticipated that the maximum core lengths possible, assuming good retention, would be in the range of 5 -7'. (Rev. 01103) November 30, 2006 Page 2 of 2 Station RS -05 was attempted first. The boat approached the Station from the north and was able to sample within approximately 10' of the specified location (lat /long position recorded). The water depth at this station was —4 -5'. Full core penetration (7') was achieved, with approximately 70% recovery (recovered core length slightly less than 6). Sediment appeared to be fine gray sand /silt, with some organic material. The core nose did not contain a "plug" of compressed sediment, indicating that some loss may have occurred during retrieval of the core. The recovered core was judged to be acceptable. Station RS -04 was attempted next. Again the boat approached the Station from the north, but was not able to get within 10' of the specified location due to the shallow water depth. The field crew selected an alternative station (lat/long position recorded), situated as close as possible to the specified location and within the North Boundary line indicated on the sample location figure (attached). Water depth at this location was —1 -2'. Full core penetration (7') was achieved, though several short periods of "hesitation" were noted. These hesitations most probably indicated the presence of debris in the core path. The core retrieved had approximately 50% recovery (recovered core length slightly less than 4'). Sediment appeared to be fine gray sand /silt, with some organic material. The appearance of the core nose indicated that debris was encountered (possibly gravel) and it did not contain a "plug" of compressed sediment, indicating some loss may have occurred during retrieval of the core. The recovered core was judged to be acceptable; however, it was decided to attempt a second core at this location for potentially better recovery. The second attempt at this station was similar to the first. The boat maneuvered back to the previous location, within 6 -8' (lat/long position recorded). Water depth at this location was —1 -2'. Full core penetration (7') was achieved, though several "hesitations ", probably due to debris, were again noted. The core retrieved had approximately 50% recovery, though slightly shorter sediment core length (approximately 35) than the first attempt. Sediment appeared to be fine gray sand /silt, with some organic material. The appearance of the core nose indicated that debris was encountered (possibly gravel) and it did not contain a "plug" of compressed sediment, indicating that some loss may have occurred during retrieval of the core. The recovered core was judged to be acceptable. Based on discussions among Bill Jaworski (Marine Sampling Systems), the Parametrix field crew leader on the boat and the senior Parametrix field crew leader, it was decided that recoveries better than achieved were not likely under the existing conditions. Conclusions: All sediment cores collected during the November 27 field event recovered roughly 3.5 -5 ft of material. Given that full core penetration was achieved (7'), we believe based upon best professional judgment that the sediment cores retained materials collected from sediment depths greater than 5'. While some loss of material from the core nose may have occurred, the differences between penetration and recovery are felt to be primarily the result of compression and /or compaction of the loose depositional materials during the coring process. Given that the Cedar River sediment bedload is the primary source of material deposition within the project area, and that site use has not changed significantly in recent history, it is our belief that the samples collected adequately represents the full dredge prism. i t 1 City of Renton-Municipal Airport Seaplane Base DMMP Suitability Determination - DY 2007 Table 4. Chemical results compared to DMMP regulatory guidelines. CHEMICAL SL BT ML WEST DMMU EAST DMMU METALS m Ik d conc QL conc QL Antimony 150 - -- 200 8 u 6 u Arsenic 57 507 700 8 u 6 u Cadmium 5.1 11.3 14 0.3 u 0.2 u Chromium - -- 267 - -- 27.8 21.4 Copper 390 1,027 1,300 1 27.1 19.7 Lead 450 975 1,200 8 2 u Mercury 0.41 1.5 2.3 0.07 u 0.05 u Nickel 140 370 370 29 24 Selenium - -- 3.0 - -- 0.3 u 0.2 u Silver 6.1 6.1 8.4 0.5 u 0.4 u Zinc 410 2,783 3,800 60.9 48.1 LPAH (uglkg dry) 2- Methylnaphthalene 670 - -- 1,900 20 u 20 u Acenaphthene 500 - -- 2,000 20 u 20 u Acena hth lene 560 - -- 1,300 20 u 20 u Anthracene 960 - -- 13,000 20 u 20 u Fluorene 540 - -- 3,600 20 u 20 u Naphthalene 2,100 - -- 2,400 20 u 20 u Phenanthrene 1,500 - -- 21,000 55 17 Total LPAH 5,200 - -- 29,000 55 1 17 HPAH (uglkg dry) Benzo a anthracene 1,300 - -- 5,100 36 11 j Benzo(a )p rene 1,600 - -- 3,600 40 11 j Benzo ,h,i a lene 670 - -- 3,200 24 20 u Benzofluoranthenes 3,200 - -- 9,900 91 20 u Chrysene 1,400 - -- 21,000 56 11 j Dibenzo a,h anthracene 230 - -- 1,900 20 ju 20 u Fluoranthene 1,700 4,600 30,000 110 1 29 Indeno(1,2,3- c,d)pyrene 600 - -- 4,400 21 20 u P rene 2,600 11,980 16,000 80 30 Total HPAH 12,000 - -- 69,000 458 92 CHLORINATED HYDROCARBONS u Ik d 1,2,4 - Trichlorobenzene 31 - -- 64 20 u 20 u 1,2- Dichlorobenzene 35 - 110 20 u 20 u 1,3- Dichlorobenzene 170 - -- - -- 20 u 20 u 1,4- Dichlorobenzene 110 - -- 120 20 u 20 u Hexachlorobenzene 22 168 230 20 u 20 u PHTHALATES (uglkg dry) Bis (2- ethylhexyl)phthalate 1,300 - -- 8,300 200 b 20 u Butyl benz I phthalate 63 - -- 970 20 u 20 u Di -n -but I phthalate 1,400 - -- 5,100 20 u 20 u Di -n -octyl phthalate 6,200 - -- 6,200 20 u 20 u Diethyl phthalate 200 - -- 1,200 20 u 20 u Dimeth I phthalate 71 - -- 1,400 1 20 u 20 u Attachment 3 Page 1 of 2 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — DY 2007 CHEMICAL SL BT ML WEST DMMU EAST DMMU PHENOLS (u /kg d 2 Meth I henol 63 - -- 77 20 u 20 u 2,4- Dimeth I henol 29 - -- 210 20 u 20 u 4 Methylphenol 670 - -- 3,600 39 20 u Pentachlorophenol 400 504 690 99 u 97 u Phenol 420 - -- 1,200 20 u 20 u MISCELLANEOUS EXTRACTABLES (uglkg dry) Benzoic acid 650 - -- 760 200 u 200 u Benz I alcohol 57 - -- 870 20 u 20 u Dibenzofuran 540 - -- 1,700 20 u 20 u Hexachlorobutadiene 29 - -- 270 20 u 20 u Hexachloroethane 1,400 - -- 14,000 20 u 1 20 u N- Nitrosodiphen lamine 28 - 1 130 1 20 ju I 20 u VOLATILE ORGANICS (ug /kg d ) Ethylbenzene 10 - -- 50 1.3 u 1.2 u Tetrachloroethene 57 210 1.3 u 1.2 u Total X lene 40 - -- 160 2.5 u 2.3 u Trichloroethene 160 - -- 1,600 1.3 u 1.2 u PESTICIDES AND PCBs (u /kg d Aldrin 10 - -- - -- 0.98 u 0.97 u Chlordane 10 37 - -- 0.98 u 0.97 u Dieldrin 10 - -- - -- 2 u 1.9 u Heptachlor 10 - -- - -- 6.4 y 10 y Lindane 10 - -- - -- 0.98 u 0.97 u Total DDT 6.9 50 69 2 u 1.9 u Total PCBs 130 - -- 3,100 1 29 ly 16 u Total PCBs (mg/kg OC - -- 1 38 -- 1.8 ly 0.8 u b = analyte detected in an associated method blank j = estimated concentration u = undetected y = reporting limit raised due to interference; compound is not detected at or above this level QL = laboratory qualifier OC = organic carbon SL = screening level BT = bioaccumulation trigger ML = maximum level Attachment 3 Page 2 of 2 1 'J City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination - DY 2007 Table 5. Chemical results compared to SMS regulatory guidelines. CHEMICAL SQS CSL WEST DMMU EAST DMMU METALS (m lk d conc QL conc QL Arsenic 57 93 8 u 6 u Cadmium 5.1 6.7 0.3 u 0.2 u Chromium 260 270 27.8 21.4 Copper 390 390 27.1 19.7 Lead 450 530 8 2 u Mercury 0.41 0.59 0.07 u 0.05 u Silver 6.1 6.1 0.5 u 0.4 u Zinc 410 960 60.9 48.1 LPAH ( mglkg OC) 2- Methylnaphthalene 38 64 1.2 u 0.97 ju Acenaphthene 16 57 1.2 u 0.97 u Acenaphth lene 66 66 1.2 u 0.97 u Anthracene 220 1200 • 1:2 u 0.97 u Fluorene 23 79 1.2 u 0.97 u Naphthalene 99 1 170 1 1.2 ju 0.97 u Phenanthrene 100 1 480 1 3.31 1 1 0.83 Ij Total LPAH 370 1 780 1 3.31 1 1 0.83 Ij HPAH ( mglkg OC) Benzo a anthracene 110 270 2.17 0.53 Benzo(a)p rene 99 210 2.41 0.53 j Benzo g,h,i perylene 34 88 1.45 0.97 u Benzofluoranthenes 230 450 5.48 0.97 u Chrysene 110 460 3.37 0.53 j Dibenzo a,h anthracene 12 33 1.2 u 0.97 u Fluoranthene 160 1200 6.63 1.41 Indeno (1,2,3 -c,d)p rene 34 88 1.27 0.97 u Pyrene 1000 1400 4.82 1.46 Total HPAH 960 5300 27.59 4.47 CHLORINATED HYDROCARBONS (mglkg OC) 1,2,4 - Trichlorobenzene 0.81 1.8 1.2 u z, 0 97 ' u 1,2- Dichlorobenzene 2.3 2.3 1.2 u 0.97 u 1,4- Dichlorobenzene 3.1 9 1.2 u 0.97 u Hexachlorobenzene 0.38 2.3_ _ 1.2 n u '�' -0.97 -' u PHTHALATES (mglkg OC) Bis 2 -eth Ihex I phthalate 47 78 12.05 b 0.97 u Butyl benz I phthalate 4.9 64 1.2 u 0.97 u Di -n -butyl phthalate 220 1700 1.2 u 0.97 u Di-n-octyl phthalate 58 4500 1.2 u 0.97 u Diethyl phthalate 61 110 1.2 u 0.97 u Dimeth I phthalate 53 53 1.2 u 0.97 u Attachment 4 Page 1 of 2 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — DY 2007 CHEMICAL SQS CSL WEST DMMU EAST DMMU PHENOLS (u /kg d 2 Meth I henol 63 63 20 u 20 u 2,4- Dimeth I henol 29 29 20 u 20 u 4 Methylphenol 670 670 39 20 u Pentachlorophenol 360 690 99 u 97 u Phenol 420 1 1200 1 20 ju 1 20 ju MISCELLANEOUS EXTRACTABLES (ug /kg dry) Benzoic acid 1 650 1 650 1 200 ju 1 200 lu Benzyl alcohol 1 57 1 73 1 20 ju 1 20 u MISCELLANEOUS EXTRACTABLES (m /k OC Dibenzofuran 15 58 1.2 u 0.97 u Hexachlorobutadiene 3.9 6.2 1.2 u 0.97 1 u N- Nitrosodiphen famine 11 11 1.2 ju 0.97 u PCBs (mg /kg OC) Total PCBs mg /kg carbon 12 1 65 1 1.8 ly 1 0.78 ju b = analyte detected in an associated method blank j = estimated concentration u = undetected y = reporting limit raised due to interference; compound is not detected at or above this level QL = laboratory qualifier OC = organic carbon SMS = Sediment Management Standards SQS = sediment quality standard CSL = cleanup screening level Attachment 4 Page 2 of 2 I City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — DY 2007 Table 6. Chemical results compared to SEF freshwater auidelines. CHEMICAL Interim Freshwater SQG WEST DMMU EAST DMMU SL1 SL2 METALS (mg/kg dry) conc QL conc QL Arsenic 20 51 8 u 6 u Cadmium 1.1 1.5 0.3 u 0.2 u Chromium 95 100 27.8 21.4 Copper 80 830 27.1 19.7 Lead 340 430 8 2 u Mercury 0.28 0.75 0.07 u 0.05 u Nickel 60 70 29 24 Silver 2.0 2.5 0.5 u 0.4 u Zinc 130 400 60.9 48.1 LPAH (uglkg dry) 2- Methylnaphthalene 470 560 20 u 20 u Acenaphthene 1,100 1,300 20 u 20 u Acenaphthylene 470 640 20 u 20 u Anthracene 1,200 1,600 20 u 20 u Fluorene 1,000 3,000 20 u 20 u Naphthalene 500 1,300 1 20 u 20 u Phenanthrene 6,100 7,600 55 17 j Total LPAH 6,600 9,200 55 17 j HPAH (uglk dry) Benzo (a)anthracene 4,300 5,800 36 11 j Benzo a p rene 3,300 4,800 40 11 Benzo g,h,i perylene 4,000 5,200 24 20 u Benzofluoranthenes 600 4,000 91 20 u Chrysene 5,900 6,400 56 11 Dibenzo a,h anthracene 800 840 20 u 20 u Fluoranthene 11,000 15,000 110 29 Indeno 1,2,3 -c,d p rene 4,100 5,300 21 20 u Pyrene 8,800 16,000 80 30 Total HPAH 31,000 55,000 458 92 PHTHALATES (uglkg dry) Bis 2 -eth Ihex I phthalate 220 320 200 b 20 u Butyl benzyl phthalate 260 370 20 u 20 u Di -n -octyl phthalate 26 45 20 u, 20 u Dimeth I phthalate 46 440 20 u 20 u MISCELLANEOUS EXTRACTABLES (uglk dry) Dibenzofuran 1 400 1 440 1 20 ju 1 20 ju PCBs (uglkg dry) Total PCBs 60 1 120 1 29 ly 1 16 ju b = analyte detected In an associated method blank j = estimated concentration u = undetected y = reporting limit raised due to interference; compound is not detected at or above this level QL = laboratory qualifier SL1 = screening level 1 SL2 = screening level 2 SEF = Sediment Evaluation Framework SQG = Sediment Quality Guidelines Attachment 5 Page 1 of 1 City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — DY 2007 Table 7. Chemical results compared to MTCA regulatory guidelines. CHEMICAL Method A' Method B WEST DMMU EAST DMMU METALS (mg/kg d conc QL conc QL Arsenic, inorganic 20 x,[0:67' ®8= 7 =6= uM Cadmium 2 - -- 0.3 u 0.2 u Chromium total - - -- 27.8 21.4 Chromium VI 9i - -- - -- - -- Copper - -- - -- 27.1 19.7 Lead 250 - -- 8 2 u Mercury 2 - -- 0.07 u 0.05 u Silver - -- - -- 0.5 ju 0.4 u Zinc - -- - -- 60.9 48.1 LPAH (uglkg dry) Acenaphthene - -- - -- 20 u 20 u Anthracene - -- - -- 20 u 20 u Fluorene - -- - -- 20 u 20 u Naphthalene 5,000 - -- 20 u 20 u HPAH (u /kg d Benzo a anthracene - -- 140 36 11 Benzo a rene 100 140 40 11 Benzo(b,k )fluoranthenes - -- - -- 91 20 u Benzo b fluoranthene - -- 140 - -- --- Benzo(k )fluoranthenes - -- 140 -- - -- Ch sene - -- 140 56 11 j Dibenzo a,h anthracene - -- 140 20 u 20 u Fluoranthene - -- - -- 110 29 Indeno 1,2,3 -c,d rene - -- 140 21 20 u P rene - -- 80 30 CHLORINATED HYDROCARBONS (uglkg dry) 1,2,4 - Trichlorobenzene - -- - -- 20 u 20 u 1,2- Dichlorobenzene - -- - -- 20 u 20 u 1,4- Dichlorobenzene - -- 42,000 20 u 20 u Hexachlorobenzene - -- 630 20 u 20 u PHTHALATES (uglkg dry) Bis 2 -eth Ihex I hthalate - -- 71,000 200 b 20 u Butyl benzyl phthalate - -- - -- 20 u 20 u Di -n -but I phthalate - -- - -- 20 u 20 u Di-n-octyl phthalate - -- - -- 20 u 20 u Diethyl phthalate - -- 1 20 ju 20 u Dimethyl phthalate 1 20 ju 1 20 lu Attachment 6 Page 1 of 2 Id i� L City of Renton Municipal Airport Seaplane Base DMMP Suitability Determination — DY 2007 CHEMICAL Method A' Method BZ WEST DMMU EAST DMMU PHENOLS (uglkg dry) 2,4- Dimeth I henol - -- - -- 20 u 20 u Pentachloro henol - -- 8,300 99 1 u lu 97 u lu Phenol -- - -- 20 1 20 MISCELLANEOUS EXTRACTABLES (uglkg dry) Benzoic acid - -- - -- 200 u 200 u Benz I alcohol - -- - -- 20 u 20 u Dibenzofuran - -- - -- 20 u 20 u Hexachlorobutadiene - -- 13,000 20 u 20 u N- Nitrosodi hen famine - -- 200,000 20 u 20 ju VOLATILE ORGANICS u Ik d Ethylbenzene 6,000 - -- 1.3 u 1.2 u Tetrachloroethene 50 1,900 1.3 u 1.2 u Total Xylene 9,000 - -- 2.5 u 2.3 u Trichloroethene 30 2,500 1.3 u 1.2 u PESTICIDES AND PCBs (ugikg dry) Aldrin - -- 59 0.98 u 0.97 u Chlordane - -- 2,900 0.98 u 0.97 u Dieldrin - -- 63 2 u 1.9 u Heptachlor - -- 220 6.4 y 10 y Heptachlor epoxide - -- 110 - -- - -- Lindane 10 770 0.98 u 0.97 u Total DDT - -- - -- 2 u 1.9 u DDT 3,000 2,900 - -- - -- DDE - -- 2,900 - -- - -- Total PCBs 1,000 500 29 y 16 u 'Soil, Method A, Unrestricted Land Use, Table Value I2Soil, Method B, Carcinogen, Standard Formula Value, Direct Contact (ingestion only), unrestricted land use b = analyte detected in an associated method blank j = estimated concentration ' u = undetected y = reporting limit raised due to interference; compound is not detected at or above this level QL = laboratory qualifier fl Attachment 6 Page 2 of 2 I I I Fl I I I I I I I I I I I I I I PERMIT DOCUMENTS n �. Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296 ' WILDLIFE (425) 775 -1311 Issue Date: August 23, 2013 Control Number: 131474 -1 Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A 1 PERMITTEE Renton Municipal Airport ATTENTION: Ryan Zulauf 616 West Perimeter Road Unit A Renton, WA 98057 425 - 430 -7476 Fax: 425 -430 -7472 AUTHORIZED AGENT OR CONTRACTOR Widener & Associates ATTENTION: Ross Widener 10108 32nd Avenue West, Suite D Everett, WA 98204 -1302 425 - 348 -3059 Project Name: Seaplane Base Maintenance Dredging & Enhancement Project Description: Removal of excess sediment in the seaplane base access area to reestablish pre -flood lakebed conditions. An existing floating dock will be temporarily removed in order to dredge the area. Docks will be reinstalled within the same footprint. Mitigation will include shoreline enhancement along 75 feet of Lakeshore directly east of the seaplane base. PROVISIONS 1. TIMING LIMITATIONS: The project may begin August 23, 2013 and shall be completed by August 22, 2015, provided work below the ordinary high water line (OHWL) shall only occur between July 16 to July 31 and November 16 to December 31 of each year. 2. NOTIFICATION REQUIREMENT: The Area Habitat Biologist (AHB), Christa Heller, shall by notified by e-mail (christa.heller @ dfw.wa.gov) within three working days prior to start of work, and again within seven days of completion of work to arrange a compliance inspection. The notification shall include the permittee's name and control number for this Hydraulic Project Approval (HPA). ' 3. APPROVED PLANS: Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife entitled 'CITY OF RENTON SEAPLANE BASE MAINTENANCE DREDGING PROJECT - PROPOSED: MAINTENANCE DREDGING UP TO 1 16,000 CY' dated March 26, 2012, except as modified by this HPA. A copy of these plans shall be available on site during construction. ' 4. PHOTOGRAPH REQUIREMENT: Photographs of this project shall be taken showing the site before work begins and after work is complete. These photos shall be submitted to the AHB by e- mail (christa.heller @dfw.wa.gov) within seven days of project completion. 5. This HPA allows for a one -time maintenance dredging of up to 16,000 cubic yards of substrate materials within the City of Renton Seaplane Base access areas. Dredged material shall be limited to flood deposits from the November 2006 and January 2009 flood events; returning the site to pre - flood conditions, which was approximately 8.5 feet above mean sea level. Work shall include removal and reinstallation of existing floating docks and piles to the extent necessary to access dredge material. 6. Mitigation for impacts of dredging shall be provided as shoreline enhancement to the area Page 1 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296 ' WILDLIFE (425) 775 -1311 Issue Date: August 23, 2013 Control Number: 131474 -1. Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A , directly east of the dredging area and north of the City of Renton runway as described in a letter from Ross Widener of Widener & Associates dated August 15, 2013. Shoreline enhancement shall include: a) Removal of approximately 75 linear feet of existing bulkhead material consisting of concrete slab and creosote wood structures (including piles, treated wood, asphalt and metal); ' b) Installation of clean, angular rip rap; c) Reinstallation (at least 1/3 below OHWL) and anchoring (chain, cable, duckbill, or manta ray anchors) of existing large woody material (LWM); and c) Installation of spawning gravels (to be sloped extending 20 feet off shore at a depth of 3 feet across the 75 foot enhancement area). , 7. Bank protection material shall be installed to withstand the 100 -year peak flow. 8. The toe of the modified bulkhead shall not be placed waterward of the toe of the existing bulkhead at any point. 9. Backfill material shall be completely enclosed within a suitable fabric material and include I adequate soil substrate to support plant growth. 10. Fill materials shall consist of clean, well- rounded spawning gravels. The spawning gravel specification (2 -inch minus) is 100% less than 2 inches, 85% less than 1 inch, and greater than 40% between 0.25 and 0.75 inch. 11. Any existing pilings which will no longer be used shall be removed and disposed of upland such that they do not re -enter waters of the state. In the event that the piles cannot be completely removed, then the remainder of the pile shall be removed with a clamshell bucket, chain, or similar means, or cut off a minimum two feet below the surface of the bed. 12. Abandoned piling holes along the lakebed shall be filled with spawning gravels. The spawning gravel specification (2 -inch minus) is found above (provision 10). 13. Removal of existing structures shall be accomplished so the structure and associated material does not re -enter the lake. , 14. A sedimentation control curtain shall be deployed waterward of the site of the bulkhead repair prior to commencing the repair and maintained in a functional manner during the repair work. 15. All work operations shall be conducted in a manner that causes little or no siltation to adjacent areas. A sedimentation control curtain shall be deployed and maintained in a functional manner to contain suspended sediments at the work site during bulkhead and dredging work. 16. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved disposal site. , 17. All trash and unauthorized fill, including concrete blocks or pieces, bricks, asphalt, metal, Page 2 of 5 Washington HYDRAULIC PROJECTAPPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - See appeal process at end of HPA Mill Creek, WA 98012 -1296 ' WILDLIFE (425) 775 -1311 Issue Date: August 23, 2013 Control Number: 131474 -1 ' Project Expiration Date: August 22, 2015 FPA/Public Notice #: N/A treated wood, glass, and paper, below the OHWL in and around the applicant's project area shall be removed and deposited above the limit of flood water in an approved upland disposal site. 18. All applicable Best Management Practices as described in 'Regional Road Maintenance, Endangered Species Act, Program Guidelines' (January 18, 2002) shall be implemented to assure protection of fish life. 19. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 20. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment -laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the lake. 21. Disturbance of the watercourse and its associated vegetation shall be avoided and limited to that necessary to perform the project. Affected areas shall be restored to pre - project or improved habitat configuration. 22. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or ' water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Agency at 1- 800 - 258 -5990 and to the AHB. I PROJECT LOCATIONS Location #1 City of Renton Seaplane Base WORK START: August 23, 2013 WORK END: August 22, 2015 WRIA: Waterbody: Tributary to: 08.6007 Lake Washington Ship Canal 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: SE 1/4 0 23 N 0 E N 47.500575 W 122.217994 1 King Location #1 Driving Directions From 1-405 take exit 5 towards Park Avenue N. Continue south on Logan Avenue N for approximately one mile. Turn north onto Perimeter Road W and follow it along the airport until the Iake.ionS APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW (formerly RCW 77.20). Additional authorization from other public agencies may be Page 3 of 5 1 Washington Department of .—, FISH and WILDLIFE HYDRAULIC PROJECT APPROVAL RCW 77.55.021 - See appeal process at end of HPA Issue Date: August 23, 2013 Project Expiration Date: August 22, 2015 Control Number: FPA/Public Notice #: North Puget Sound 16018 Mill Creek Boulevard Mill Creek, WA 98012 -1296 (425) 775 -1311 131474 -1 N/A necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and /or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and /or a gross misdemeanor charge, possibly punishable by fine and /or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA. A minor modification to the required work timing means up to a one -week deviation from the timing window in the HPA when there are no spawning or incubating fish present within the vicinity of the project. You may request subsequent minor modifications to the required work timing. A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application fees or be issued a new HPA. To request a minor modification to your HPA, submit a written request that clearly indicates you are requesting a minor modification to an existing HPA. Include the HPA number and a description of the requested change and send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504 -3234, or by email to HPAapplications @dfw.wa.gov. Do not include payment with your request. You should allow up to 45 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you paid an application fee for your original HPA you must include payment of $150 with your written request or request billing to an account previously established with the department. If you did not pay an application fee for the original HPA, no fee is required for a change to it. To request a major modification to your HPA, submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Include the HPA number, check number or billing account number, and a description of the requested change. Send your written request and payment, if applicable, by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504 -3234. If you are charging the fee to a billing account number or you are not subject to the fee, you may email your request to HPAapplications @ dfw.wa.gov. You should allow up to 45 days for the department to process your request. APPEALS INFORMATION If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal Page 4 of 5 ' Washington Department of FISH and WILDLIFE t HYDRAULIC PROJECT APPROVAL RCW 77.55.021 - See appeal process at end of HPA Issue Date: August 23, 2013 Project Expiration Date: August 22, 2015 Control Number: FPA/Public Notice #: North Puget Sound 16018 Mill Creek Boulevard Mill Creek, WA 98012 -1296 (425) 775 -1311 131474 -1 N/A complexity than the formal appeal process. If the informal appeal process does not resolve your concerns, you may advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at (360) 902 -2534 for more information. A. INFORMAL APPEALS: WAC 220 - 110 -340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501 - 1.091; e-mail to HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand - delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal. B. FORMAL APPEALS: WAC 220 - 110 -350 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501 -1091; e-mail to HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand - delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler (34) P2 Habitat Biologist christa.heller @dfw.wa.gov for Director Christa Heller 425 - 313 -5681 WDFW CC: Page 5 of 5 F F Department of Community and Economic Development C.E. "Chip "Vincent, Administrator August 6, 2013 Ben Dahl Renton Municipal Airport 616 W Perimeter Road, Unit A Renton, WA 98057 SUBJECT: Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging LUA13- 000517, ECF, SME Dear Mr. Dahl: This letter is to inform you that the appeal period ended July 26, 2013 for the Environmental Review Committee's (ERC) Determination of Non - Significance - Mitigated for the above - referenced project. No appeals were filed on the ERC determination therefore, this decision is final and application for the appropriately required permits may proceed. The applicant must comply with all ERC Mitigation Measures outlined in the Report and Decision dated, July 8, 2013. If you have any questions, please feel free to contact me at (425) 430 -7314. For the Environmental Review Committee, f4. � �� �- D ,ol _Q . r. Vanessa Dolbee Senior Planner cc: William Colacurcio, Jr. / owner(s) Samuel Stokes / Party(ies) of Record Renton City Hall . 1055 South Grady Way - Renton, Washington 98057 • rentonwa.gov t t srAr i�1F' N 6 ter. o � �r n D��y 1869 a�5 ' STATE OF WASHINGTON DEPARTMENT OF ECOLOGY PO Box 47600 9 Olympia, WA 98504 -7600 9 360- 407 -6000 711 for Washington Relay Service n Persons with a speech disability can call 677- 833 -6341 September 5, 2013 Mr. Ben Dahle City of Renton Municipal Airport 616 West Perimeter Road, Unit A Renton, Washington 98057 RE: Water Quality Certification Order #10080 for Corps Public Notice No. NWS- 2010 -552 to dredge accumulated sediments in the city of Renton, King County, Washington IDear Mr. Dahle: Orr December 10, 2012 the city of Renton Municipal Airport, submitted a Joint Aquatic Resources Permit Application (DARPA) to the Department of Ecology (Ecology) for a Section 401 Water Quality Certification (401 Certification) under the federal Clean Water Act for the proposed Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. On behalf of the State of Washington, Ecology certifies that the work described in the JARPA and the public notice complies with applicable provisions of Sections 301, 302, 303, 306 and 307 of the Clean Water Act, as amended and applicable state laws. This certification is subject to the conditions contained in the enclosed Order. If you have any questions, please contact Kerry Carroll at 360 - 407 -7503. The enclosed Order may be appealed by following the procedures described in the Order. Sincerely, Irenden LM,_�Farland Environmental Review and Transportation Section Shorelands and Environmental Assistance Program Iby Certified Mail 7010 2780 0000 2503 3686 0 Mr. Ben Dahle September S, 2012 Page 2 Enclosures cc: Lori Lull - Corps Karen Walter, Muckleshoot Tribe Christa Heller, WDFW e -cc: Loree' Randall — HQ ecyrefedperinits @ecy.wa.gov Cynthia Walcker, WQ I IN THE MATTER OF GRANTING A ) ORDER #10080 WATER QUALITY ) Corps Reference No. NWS- 2010 -552 CERTIFICATION TO } Removal of excess sediment at the seaplane base City of Renton Municipal Airport } to restore seaplane access in Renton, King in accordance with 33 U.S.C. 1341 ) County, Washington (FWPCA § 401), RCW 90.48.120, RCW )' 90.48.260 and Chapter 173 -201A WAC ) TO: Mr. Ben Dahle City of Renton Municipal Airport 616 West Perimeter Road, Unit A Renton, Washington 98057 On December 10, 2012 the City of Renton Municipal Airport submitted a Joint Aquatic Resources Permit Application (DARPA) to the Department of Ecology (Ecology) requesting a Section 401 Water Quality Certification for the Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Project. A joint public notice regarding the request was distributed by the Army Corps of Engineers (Corps) for the above - referenced project pursuant to the provisions of Chapter 173 -225 WAC on January 10, 2013. The project proposes to dredge 16,000 cubic yards of accumulated sediments near and around the existing docks at the southern shore of Lake Washington and dispose the dredged material in the open water disposal site in Elliott Bay. This will allow for safe seaplane access to the airport. AUTHORITIES: In exercising authority under 33 U.S.C. § 1341, RCW 90.48.120, and RCW 90.48.260, Ecology has examined this application pursuant to the following: I . Conformance with applicable water quality-based, technology-based, and toxic or Pp q Y � gY pretreatment effluent limitations as provided under 33 U.S.C. § 1311, 1312, 1313, 1316, and 1317 (FWPCA § 301, 302, 303, 306 and 307); 2. Conformance with the state water quality standards contained in Chapter 173 -201A WAC and authorized by 33 U.S.C. §1313 and by Chapter 90.48 RCW, and with other applicable state laws; and 3. Conformance with the provision of using all known, available and reasonable methods to prevent and control pollution of state waters as required by RCW 90.48.010. t Order #10080, Corps No. NWS -2010 -552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 2 of 8 WATER QUALITY CERTIFICATION CONDITIONS: Through issuance of this Order, Ecology certifies that it has reasonable assurance that the activity as proposed and conditioned will be conducted in a manner that will meet the applicable water quality standards and other appropriate requirements of state law. In view of the foregoing and in accordance with 33 U.S.C. § 1341, RCW 90.48.120, RCW 90.48.260, Chapter 173 -200 WAC and Chapter 173 -201A WAC, water quality certification is granted to the Applicant subject to the conditions within this Order. Certification of this proposal does not authorize the Applicant to exceed applicable state water quality standards (Chapter 173 -201A WAC), ground water standards (Chapter 173 -200 WAC) or sediment quality standards (Chapter 173 -204 WAC). Furthermore, nothing in this certification shall absolve the Applicant from liability for contamination and any subsequent cleanup of surface waters, ground waters or sediments occurring as a result of project construction or 'operations. A. General Conditions: 1. For purposes of this Order, the term "Applicant" shall mean the City of Renton Municipal Airport and its agents, assignees and contractors. 2. For purposes of this Order, all submittals required by its conditions shall be sent to Ecology's Headquarters Office, Attn: 401 /CZM Federal permit coordinator, P.O. Box 47600 Olympia, WA 98504 -7600 and /or lipre461@ecy.wa.gov. Any submittals shall reference Order #10080 and Corps Reference # NWS -2010 -552. 3. Work authorized by this Order is limited to the work described in the Joint Aquatic Resources Permit Application (DARPA) received by Ecology on December 10, 2013. The Applicant will be out of compliance with this Order and must submit an updated JARPA if the information contained in the JARPA is voided by subsequent changes to the project not authorized by this Order. 4. Within 30 days of receipt of an updated DARPA, Ecology will determine if the revised project requires a new water quality certification and public notice or if a modification to this Order is required, 5. This Order shall be rescinded if the U.S. Army Corps of Engineers does not issue an individual 404 and /or Section 10 permit for the project. 6. Copies of this Order shall be kept on the job site and readily available for reference by Ecology personnel, the construction superintendent, cons_ truction managers and lead workers, and state and local government inspectors. 11 1 I I t Order ##10080, Corps No. NWS -2010 -552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 3 of 8 ' 7. The Applicant shall provide access to the project site upon request by Ecology personnel for site inspections, monitoring, necessary data collection, and/or to ensure that 1 conditions of this Order are being met. 8. Nothing in this Order waives Ecology's authority to issue additional orders if Ecology determines that further actions are necessary to implement the water quality laws of the state. Furthermore, Ecology retains continuing jurisdiction to make modifications hereto through supplemental order, if additional impacts due to project construction or operation are identified or if additional conditions are necessary to further protect water quality. 9. The A pp licant shall ensure that all appropriate project engineers and contractors at the project site have read and understand relevant conditions of this Order and all permits, tapprovals, and documents referenced in this Order. The Applicant shall provide Ecology a signed statement (see Attachment A for an example) from each project engineer and ' contractor that they have read and understand the conditions of this Order and the above - referenced permits, plans, documents and approvals. These statements shall be provided to Ecology before construction begins at the project. t10. This Order does not authorize direct, indirect, permanent, or temporary impacts to waters of the state or related aquatic resources, except as specifically provided for in conditions of this Order. 11. Failure of any person or entity o comply with this Order may result in the issuance of tY p Y Y civil penalties or other actions, whether administrative or judicial, to enforce its terms. B. Water Quality Conditions: ' 1. This order does not authorize temporary exceedances of water quality standards beyond the limits established in WAC 173- 201A- 200(1)(e). a. The area of mixing established for projects working within or along lakes is a 150 foot radius surrounding the in -water activity. Turbidity occurring outside that r zone that is more than 5 nephelometric turbidity units (NTU) over background when the background is 50 NTU or less, or a 10% increase in turbidity when the background turbidity is more than 50 NTU is a violation of the turbidity water quality standard. b. Visible turbidity anywhere at 150 ft point of compliance from the activity and /or the disposal location shall be considered to be an exceedance of the standard. Order #10080, Corps No. NWS- 2010 -552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 4 of 8 C. la Water Quality Monitoring 1. The Applicant shall submit a water quality monitoring plan to Ecology per Condition A2 at least 14 days prior to dredging. This plan shall be approved by Ecology prior to any in -water work. The plan shall include at a minimum the following information: a. Name and contact information of the person or firm responsible for monitoring; b. Map of sample locations including background, 75 feet, and point of compliance at or near the surface and bottom depths. For this project the point of compliance is a radius of 150 feet from the in water activity. c. Parameters) to be monitored: turbidity d. Sample method; e. Frequency, and f. Steps to be taken if monitoring results indicate an exceedance has occurred. The amount of the exceedance and the reason for the exceedance shall also be reported. 2. Turbidity monitoring reports shall be sent weekly to the 401 /CZM Federal permit coordinator. The permit coordinator shall be contacted within 24 hours if an exceedance occurs. Dredging and Disposal: 1. All dredging is to be done using a clamshell bucket mounted on a spud barge. Use of any other type of dredge requires preapproval from Ecology. 2. All dredged material will be transported to the Elliot Bay USACE approved open water site. Use of any other type of disposal method or location requires preapproval by Ecology. 3. For material being taken to open water disposal sites, all debris (larger than 2 feet in any dimension) shall be removed from the dredged sediment prior to disposal. Similar sized debris found floating in the dredging or disposal area shall also be removed. 4. Dredging operations shall be conducted in a manner that minimizes the disturbance or siltation of adjacent waters and prevents the accidental discharge of petroleum products, chemicals or other toxic or deleterious substances into waters of the State. 5. Dredged material shall not be stockpiled on a temporary or permanent basis below the ordinary high water line. 6. During dredging, the Applicant shall have a boat available on site at all times to retrieve debris from the water. 7. A pre - dredge meeting is required to be convened prior to the start of dredging. A Dredging Plan is required and shall be submitted to Ecology to the 401 /CZM Federal t t r] Order #10080, Corps No, NWS- 2010 -552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 5 of 8 permit coordinator at the address shown in Condition A2 for review and approval 2 weeks prior to the pre - construction meeting. 8. Piles removed from the substrate shall be moved immediately fiom the water onto a barge or onto upland. 9. The Pile shall not be shaken, hosed off, left hanging to drip or any other action intended to clean or remove adhering material from the pile. 10. The deconstructed dock shall be stored in an upland area with appropriate BMP's in place to prevent stormwater runoff to discharge to waters. E. Timing Requirements: 1. All in -water work shall be completed by the work window identified in the most current HPA issued for this project. Any project change that requires a new or revised HPA should also be sent to Ecology for review. 2. If dredging and disposal cannot be completed prior to February 15, 2014, the DMMP agencies have determined that additional sediment testing will be required. The DMMO Project Manager must be contacted regarding this testing. Dredging and disposal beyond February 15, 2014 cannot occur without written documentation of the additional testing and approval from the DAMP agencies. 3. This Order shall remain iii effect for a period of 5 years from the date of issuance. F. Notification Requirements: 1. The Applicant shall provide notice to Ecology's 401 /CZM Federal permit coordinator at least 7 days prior to the start of construction and within 14 days after completion of construction at the project site. Notification should be made using all the information required in Condition A2. G. Emergency /Contingency Measures: 1. The Applicant shall develop a spill prevention and containment plan for this project, and shall have spill cleanup materials and an emergency call list available on site. 2. Any work that is out of compliance with the provisions of this Order, or conditions causing distressed or dying fish, or any discharge of oil, ftiel, or chemicals into state waters, or onto land with a potential for entry into state waters, is prohibited. If these occur, the Applicant or operator shall immediately take the following actions: a. Cease operations that are causing the compliance problem. Order # 10080, Corps No. N WS -2010 -552 Renton Mu►iicipal Airport, Seaplane Base September 5, 2013 Page 6 of 8 b. Assess the cause of the water duality problem and take appropriate measures to correct the problem and /or prevent fiuther environmental damage. c. In the event of finding distressed or dying fish, the applicant shall collect fish specimens and water samples in the affected area within the first hour of the event. These samples shall be held in refrigeration or on ice until the applicant is instructed by Ecology on what to do with them. Ecology may require analyses of these samples before allowing the work to resume. d. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a potential for entry into state waters, containment and cleanup efforts shall begin immediately and be completed as soon as possible, taking precedence over normal work. Cleanup shall include proper disposal of any spilled material and used cleanup materials. e. Immediately notify Ecology's 24 -Hour Spill Response Team at 1 -800- 258 -5990, and within 24 hours of spills or other events Ecology's 401/CZM Federal permit coordinator at (360) 407 -6076. f. Submit a detailed written report to Ecology within five (5) days that describes the nature of the event, corrective action taken and/or planned, steps to be taken to prevent a recurrence, results of any samples taken, and any other pertinent information. 3. Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc., shall be checked regularly for drips or leaks, and shall be maintained and stored properly to prevent spills into state waters, including wetlands. 4. If at any time during work the proponent finds buried chemical containers, such as drums, or any unusual conditions indicating disposal of chemicals, the proponent shall immediately notify Ecology using the above phone numbers. You have a right to appeal this Order to the Pollution Control Hearing Board (PCHB) within 30 days of the date of receipt of this Order. The appeal process is governed by Chapter 43.21B RCW and Chapter 371 -08 WAC. "Date of receipt" is defined in RCW 43.21B.001(2). To appeal you must do all of the following within 30 days of the date of receipt of this Order: • File your appeal and a.copy of this Order with the PCHB (see addresses below). Filing means actual receipt by the PCHB during regular business hours. • Serve a copy of your appeal and this Order on Ecology in paper form - by mail or in person. (See addresses below.) E-mail is not accepted. You must also comply with other applicable requirements in Chapter 43.21 B RCW and Chapter 371 -08 WAC. 1 t t t r 11 k t Order #10080, Corps No. NWS- 2010.552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 7 of 8 1 L I ADDRESS AND LOCATION INFORMATIQN Street- Addresses Mailin Addresses Department of Ecology Department of Ecology Attn: Appeals Processing Desk Attn: Appeals Processing Desk 300 Desmond Drive SE PO Box 47608 Lacey, WA 98503 Olympia, WA 98504 -7608 Pollution Control Hearings Board 1111 Israel RD SW STE 301 Turnwater, WA 98501 Pollution Control Hearings Board PO Box 40903 Olympia, WA 98504 -0903 CONTACT INFORNJATIQN - _ _ - - Please direct all questions about this Order to: Kerry Carroll Department of Ecology P.O. Box 47600 Olympia, WA 98503 -7600 360- 407 -7503 Kstr461 @ecy.wa.2av I Or Kerry. Carroll grecy.wa.gov 1 I ,MORE INFORMATION • Pollution Control Hearings Board Website www.eho.wa.gov/Boards PCHB.aspx • Chapter 43.21B RCW - Environmental and Land Use Hearings Office — Pollution Control Hearings Board http://apps.leg.wa.gov/RCW/defatitt.ast)x?cite=43.2 1B • Chapter 371 -08 WAC -- Practice. And Procedure littp://apps.leg.wa.gov/WAC/default.aspx?cite=371-08 • Chapter 34.05 RCW — Administrative Procedure Act http: / /apps.leg.wa.gov /RCW /default.aspx ?cite --34.05 Order #10080, Corps No. NWS- 2010 -552 Renton Municipal Airport, Seaplane Base September 5, 2013 Page 8 of 8 C T SIGNATURE`> - LL . _ Dated this 5th day of September, 2013 at the Department of Ecology, Lacey Washington Brenden McFarland, Section Manager Environmental Review and Transportation Shorelands and Environmental Assistance Program Headquarters . 1 1 11 • Chapter 90.48 RCW — Water Pollution Control http: / /apps.leg.wa.gov /RCW /default.aspx ?cite =90.48 • Chapter 173.204, Washington Administrative Code (WAC) Sediment Management Standards http://Nvww.ecy.wa.gov/biblio/Wacl73204.htinl • Chapter 173 -200 WAC Water Quality Standards for Ground Waters of the State of Washington littp://www.ecy.wa.gov/biblio/wacl73200.html • Chapter 173 -201A WAC Water Quality Standards for Surface Waters of the State of Washington littp://www.ecy.wa.gov/biblio/w'acl73201A.html T SIGNATURE`> - LL . _ Dated this 5th day of September, 2013 at the Department of Ecology, Lacey Washington Brenden McFarland, Section Manager Environmental Review and Transportation Shorelands and Environmental Assistance Program Headquarters . 1 1 11 ATTACHMENT A Statement of Understanding of Water Quality Certification Conditions for City of Renton Municipal Airport Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging Water Quality Certification Order #10080 I have read and understand the conditions of Order 410080 Section 401 Water Quality Certification for the Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging project. I have also read and understand all permits, plans, documents, and approvals associated with the project referenced in this order. Signature Print Natne Company Title Date t 1 1 i i i 4 v- w �resof NMFS Tracking Nos.: 2012/04582 Science Kilner Acting Regional Environmental Officer FEMA Region X U.S. Department of Homeland Security 130.228th Street SW Bothell, WA 98021 -9796 UNITED STATES DEPARTMENT OF COMMERCE National Oceanic and Atmospheric Administration NATIONAL MARINE FISHERIES SERVICE Northwest Region 7600 Sand Point Way N.E., Bldg. 1 Seattle, Washington 98115 October 31, 2012 Re: Endangered Species Act Section 7 Informal Consultation and Magnuson- Stevens Fishery Conservation and Management Act Essential Fish Habitat Consultation for Will Rogers -Wiley Post Memorial Seaplane Base (Renton Municipal Airport) Dredging (6th Field HUC 171100120302 Cedar River (Lake Washington), FEMA- 1817-DR-WA, PW 1905) Dear Ms. Kilner: On October 4, 2012, the National Marine Fisheries Service (NMFS) received your request for written concurrence that the proposed funding to the City of Renton under the Public - Assistance Infrastructure Program by the U.S. Department of Homeland Security's Federal Emergency Management Agency (FEMA) is not likely to adversely affect (NLAA) species listed as threatened or endangered or critical habitats designated under the Endangered Species Act (ESA). The NMFS prepared this response to your request pursuant to section 7(a)(2) of the ESA, implementing regulations at 50 CFR 402, and agency guidance for preparation of concurrence letters.' The NMFS also reviewed the proposed action for potential effects on Essential Fish Habitat (EFH) designated under the Magnuson- Stevens Fishery Conservation and Management Act (MSA), including conservation measures and any determination you made regarding the potential effects of the action. This review was pursuant to section 305(b) of the MSA, implementing regulations at 50 CFR 600.920, and agency guidance for use of the ESA consultation process to complete EFH consultation.2 Because FEMA determined that the action will not adversely affect EFH, consultation under the MSA is not required for this action. ' Memorandum from D. Robert Lohn, Regional Administrator, to ESA consultation biologists (guidance on informal consultation and preparation of letters of concurrence) (January 30, 2006). 2 Memorandum from William T. Hogarth, Acting Administrator for Fisheries, to Regional Administrators (national finding for use of Endangered Species Act section 7 consultation process to complete essential fish habitat consultations) (February 28, 2001). project, the normal level of activity around the area, and ambient noise levels (including jet aircraft landings and take- offs), effects to listed fish are expected to be insignificant. Similarly, disturbance of listed fish via activities (motion, vibration, in -water activity, etc.) is not expected to greatly exceed existing conditions or be at a level affecting fish. Therefore, effects from these sources are expected to be insignificant. Water quality on this project is a concern since it can be degraded by turbidity and pollutants. Dredging will occur for a period of up to 160 hours on no more than 20 days during the in -water work window (July 16 -31 and November 16- December 31). Chemicals leaking from equipment operating over and near the water can be sources of petroleum -based and other chemicals getting into fish - bearing waters. The project will have a spill prevention and control plan and related spill materials. Turbidity associated with the piling replacement is expected to be minimal. Turbidity from dredging will be minimized by using protective techniques during the operation — like sideboards on the transport barges and `slow' dredging to reduce spillage. The project has been designed to minimize negative water quality effects so turbidity limited to within state water quality standards. Qualified staff will conduct on -site turbidity monitoring during all in -water work. If water quality limits are exceeded, project actions will cease and management practices altered to reduce turbidity to within standards, including installation of a turbidity curtain restricting dispersal of turbid water. Because of the effects minimization measures, timing, localized nature of the project, and limited duration of the in -water work, NMFS anticipates impacts to water quality will be insignificant. The NMFS analyzed the potential impacts of the project on PS Chinook salmon and PS steelhead and determined that the impacts will be discountable and insignificant. The effects will be discountable because PS Chinook salmon and PS steelhead are unlikely to be in the area and thus will not be exposed to the project. Work will be conducted July 16 to 31 and November 16 to. December 31, when rearing juveniles are gone from the area. The work will be conducted in an continuously active area with planes landing and taking off, away from the main migration corridor, near heavily modified shoreline, lacking natural cover - making the area not particularly suitable for rearing juveniles. If a few salmon or steelhead occur in the action area during the project, effects, if any, are expected to be insignificant. Conclusion Because all potential adverse effects are discountable or insignificant, NMFS concurs with the FEMA determination of "may affect, not likely to adversely affect" for PS Chinook salmon and PS steelhead and critical habitat of PS Chinook salmon. Reinitiation of Consultation Reinitiation of consultation is required and shall be requested by the Federal agency, or by NMFS, where discretionary Federal. involvement or control over the action has been 4 A 0 0 retained or is authorized by law and (1) new information reveals effects of the action that may affect listed species or critical habitat in a manner or to an extent not previously considered; (2) the identified action is subsequently modified in a manner that causes an effect to the listed species or critical habitat that was not considered in this concurrence letter; or if (3) a new species is listed or critical habitat designated that may be affected by the identified action (50 CFR 402.16). This concludes the ESA portion of this consultation. Thank you for your effort to protect ESA - listed species and EFH. If you have any questions, please contact Doug Rushton of my staff at (360) 753 -9090 or via email at doug.rushton @noaa.gov. Sincerely, -�, 11 cc: Ben Dahle, Renton Municipal Airport 5 Denis Law p Y Mayor vi { July,% 2013 m Department otCocnmun €ty:and Economic Development C E: "Chip ",Vincent, Administrator Ben Qdhle Capital Project Coordinator Renton Municipal Airport _ 616 -West herimter.Road; Unit A. Renton; WA 98057 SUBIECT ENVIRONMENTAL (SERA TNRES.HOLD DETE.RMINATlC1EV Will. Rogers -Wiley -Post Memorial Seaplane, Base Maintenance Dieedging wA13- 000517, °ECF, SME " i ,Dear Mr. Dahle; - - This, letter is written on behalf of -the Environmental Review Committee °(I dto advise, , u that the have -coal lked -their review of the subject project a d'have issued a- O ec ect n threshold Determination of Non- SignifiieancemMitigated Witti Mitigation Measures. ' Please refer to the enclosed ERC Report , -for. a.list of the Mi #igaiion Measures. Appeals of the eniiirohnhental deterrhinatio'6 must, be filed (n Writing on orbefore 5:00 p.m. on July 26, 2013, together with the :required•fee with e Nearing ,Examiner, City of kenton,"i055 South .Gradji_'Way; Rent on, 'V1(A 98057:'App eali tP the. E"a_ iderare ; governed by RMC-4 -8 -110: and information regard -ing the appeal process maybe ' obtained from the City CierVs Office; (425) 43.0 - 6510.; Ifthe- Environmental Determination is appealed, apublic hearing- dateewill :be set -and all artiesnotified. If: ou li'ave an further questions' lease call the at (425),4 30 -7314. For.the fnvironme�tal.Review,Com_mittee, ' Vanessa Dolbee Senjo.r'P,Ianrrer - Enclosure . ' , ,_ . • .. - CF. Samuel Stokes /Party(ies) of Reeord - Renton City Hall' • 1055 South Grady Way . Rentori,Washington 98057- . rentonwa :ggv ' Q DEPARTMENT OF COMMUNITY Pj Ciryof AND ECONOMIC DEVELOPMENT ENVIRONMENTAL (SEPA) DETERMINATION OF NON - SIGNIFICANCE - MITIGATED (DNS -M) PROJECT NUMBER: LUA13 -000517, ECF, SME APPLICANT: City of Renton, Renton Municipal Airport PROJECT NAME: Will Rogers -Wiley Post Memorial Seaplane Base Maintenance Dredging PROJECT DESCRIPTION: The applicant has requested SEPA Environmental Review and a Shoreline Exemption for the Seaplane Base maintenance dredging, located at 616 West Perimeter Road, Renton Municipal Airport. The project would be located in Lake Washington just off the north shore in the Seaplane Base. The project area is 76,000 square feet across. four parcels; two extending into King County and DNR leased land. PROJECT LOCATION: The north end of the Renton Airport, west of the Cedar River near the southern shore of Lake Washington, the project extends into King County to the west. LEAD AGENCY: City of Renton Environmental Review Committee Department of Community & Economic Development The City of Renton Environmental Review Committee has determined that it does not have a probable significant adverse impact on the environment. An Environmental Impact Statement (EIS) is not required under RCW 43.21C.030(2)(c). Conditions were imposed as mitigation measures by the Environmental Review Committee under their authority of Section 4- 9 -070D Renton Municipal Code. These conditions are necessary to mitigate environmental impacts identified during the environmental review process. Because other agencies of jurisdiction may be involved, the lead agency will not act on this proposal for fourteen (14) days.' Appeals of the environmental determination must be filed in writing on or before 5:00 p.m. on July 26, 2013. Appeals must be filed in writing together with the required fee with: Hearing Examiner, City of Renton, 1055 South Grady Way, Renton, WA 98057. Appeals to the Examiner are governed by RMC 4 -8 -110 and more information may be obtained from the Renton City Clerk's Office, (425) 430 -6510. PUBLICATION DATE: July 12, 2013 DATE OF DECISION: July 8, 2013 SIGNATURES: Gregg i mer an, Administrator Mark Peterson, Administrator Public or Department Date Fire & Emergency Services Date /17 -7/8 11-2 fy Terry Higashiyama, Administrator C.E. "Chip" Vincent, Administrator Community Services Department Date Department of Community & Date Economic Development [17 1 t t APPENDIX C EXISTING FACILITY DRAWINGS t I t li t I I IM ` iij '\ I �� N �y a6� \ r ) 7a 11 m V Wif DA — rn o oil Icy 9 ov I� 11N III IN 00 I sip lit oil lit Mi lu Ai y mill To N ��DI I �� ov I� 11N III IN 00 I sip lit oil ri r rn 13 q�R ui ELL z ZO 6 c T OwLgm rD 14w im mq iL �g N6 I IP g'. rn n is (} \/ ? \� \ \ ® \ »r !$ « : t: 1a r- 0 qj i I J �S r ' o X` r .. \[� \an \pJp \pE51GN \�0J0- OB.dwy {y @�I 7771 � �• F N a W Tc v�iAmm �a �o o Y 6 / ° m; ° 4 gm o= s2a m ' • T F tz z >x - �1 2"� 1 1 161 ' I ° 1 1 1 1 ! 1 1 1 i I I ! a' � m _ I- m IAFy I C pF C m o I ��j-���j 17m Ism `o /f Z /= r >\� a C � m t f, IT 1 fill� C I IN T 00 C. n m 4m m r'Em pm rte, jomAm m mp 3N ° W voii 7771 � �• F D A to ° Z D gm .TI I D r -- ' m =- tz z °�oA s =o�� m + I 0 � I I i I f � o I ��j-���j 17m Ism `o /f Z /= r >\� a C � m t f, IT 1 fill� C I IN T 00 C. n m 4m m r'Em pm rte, jomAm m mp 3N ° 7771 � �• e spy D A to ° z gm 4' -0" MIN. EY ' t tz MIN BED INL - SEE NOTE MIN.. li m C m Ap Z. F \1 Q - SNA�'�O• i n,,,.•q i ^ v z om £ G tl B <s° E m °o NN� co �n1 �F y9 om .A o Z x Fm m ag` tmiv m ox m IF cm n ` F i- imzm� FOO n 2, -6.-mi " p Sig _ 1 ° 1. gz z�' FF o2R 1 .� 6f std Di. /^ !✓ 6i a r1p 06 D° m wS mg..cG •• oomRrF ECm myz NEV 6£ A 1 z F 4 m 3 K m 3. z= � �• Rr d � °' .• a i� � N ^� F D A to z gm u N R z r tz oz o <F� �z °m z r o zo m C m Ap Z. F \1 Q - SNA�'�O• i n,,,.•q i ^ v z om p' 2 < yP� a r a g 9 z m om _ o = m IF cm n ` F i- imzm� 2, -6.-mi " �i� Sig _ 1 �n�z J SA SS -O" MIN. 2' -6 1 F a r1p m wS mg..cG •• ECm myz NEV Ff X pp m x° N m W • ��9 ..zt O I� �� d�! rl f ii man _ . 'ELECTRic.aLA AM°OFhmicACCnsmxtiunU � � � T ' _ OP ° 4 Y � • As- dam! <r - °- 'y 7 CRY OF RE ON - SEAPLANE BASE 128 134th Street SW Suite 2W o Everett, Washino,n 98204 Gh 425 741 -3800 " ELECTRICAL, WATER & FIRE PLAN a AND DETAILS I:\z4\ee\GS0\0ESIGN \4830 -0 d. 6 T IM o o m iN vnOm of cl m� ° : °' i m I I r 1 1 m U—j, r 1 __- r -"1 - -i j aims m `_ Z L, � z —r >o F ^z\ Z z oa= l pEY ZO N. A \a yuP lz o0 �$ o EXPOSURE z Y Nom' I oso. V V 9 I �\xp \ vr3 CIF I, m P a " s pz Qo _ z fo a�yelo 0 x c n r A __ Z Z 1 I i'✓11J - u A A C�� mfg ° m z e - °zO aeF I o Fi -_ 1 '� o . ;p p 4 0 z 3 CUT BACK - -- - -- -... -- - — m r - -: F / oR o H 0 lo• - m m Z �r z � ••� ••� O',•• � � r E 7 � m m of Ml _ o .,• ar. f, Y _ LiP�I, nwrwe xrnke cW.e.n�ra �� R.c.oL D Nr• • As- ate, <T - _ , p d X CITY OF RENTON -- SEAPLANE BASE 728 134th Street SW SuOe 200 1 1 1 ' 1 Everett, Washingto 98204 £ s z ELECTRICAL AND WATER DETAILS Fk 425 741 -3800 CO • O O 0 1 0 N -0 � 0 0 0 z m m M7 O z Z R Z� '- -.o -4 - , Z vamp 0 o F Z o o z2 z o2z 8 Im W yc� 0 -0 0 m z M CA CO 120 I M f7 Z, oz �m, 01 110 vz 4-1 a a, -zo Z.2- too "' - 2, - - ---- CO M: R Cl) A.1 I Z�5 > ul 01 W�-q zo A-M %6w C.m gn m m w CD -n m r- r- M. c-, �,r, 'M. P, 0> m 'F-) �,- - < z 3a, 01 E5 - -r,, 4 Z -9 > > C", > z m M > m w > -4 z, z 0 - > M- c-, R z > m -j 0 0, --' ". 0 m M - -04 C, � > m -n -- 0 0 z 0 )b. z m z ch = Cl) > r7- > F > Z cy z m M 0 -1 --I , > > > 0 r, Z F m u) 0 cn -4 0 m co 4 r- co S60C - 0 Wal .,F.p > 0, z 9. m > mmmma o Z Ca o p I I I I 11 I I I I I ___ oe/ os) i0o�: is- n�� \�ASe\ono \ocva�.eaa- o,.e.c i i - Z5$ x s _ - G).'' -_ o. -- - Y• Yi o0r. - O9__ — — s y 4 �'s o �F 560€ - Oti ` Ual 1I I I 718 -134N Steel -.SN- :Sole 200 QJ 141-JtlW - --.+ 11 11 4 �J i i 11 11 4 �J - .. -o F, yam _ N E, n F ao z 0 I II k mI� - m ED IR - O F -�� Z Fla —1 40- _ LIP\ c.. I C� 1 o _ F F \ — CITY OF IZDgQN. - - - C P2 '4341V' iel SW Swle PW SEAPLANE BASE -._ .. .. 291 DEMOLITION DEMOLITION " PLAN 800 - 460£ Of 1131 P t e\ I Anal � l t 5 -'86- r II , r ,A \q Onz crry OF BENTON, SEAPLANE BASE J41h Sve¢I SW Su ite 200 cmu gliTar, DREDGE PLAN _ Pt25 At 3000 ot, —.(tai jj p p p p p tr 1 j f Q 71t L In mo P i NO 'g 773: Y-o s Z MIN. p P p -I -,- A I I I I I I I Onz crry OF BENTON, SEAPLANE BASE J41h Sve¢I SW Su ite 200 cmu gliTar, DREDGE PLAN _ Pt25 At 3000 ot, —.(tai jj tr 1 j f Q L Onz crry OF BENTON, SEAPLANE BASE J41h Sve¢I SW Su ite 200 cmu gliTar, DREDGE PLAN _ Pt25 At 3000 ot, —.(tai jj tr 1 L mo Onz crry OF BENTON, SEAPLANE BASE J41h Sve¢I SW Su ite 200 cmu gliTar, DREDGE PLAN _ Pt25 At 3000 ot, —.(tai jj tr 1 pit P i 'g Onz crry OF BENTON, SEAPLANE BASE J41h Sve¢I SW Su ite 200 cmu gliTar, DREDGE PLAN _ Pt25 At 3000 ot, —.(tai jj ----------- R,� - o z -- --------- (t D - 5 W67- nb HE 7_ 12'. ED. ED. SM -SP C.- -S. ED. -EO. 12- R 1-71W All I 24- --- OF MY RENTON, yto ------ 1211 1 a SW Sme 200 '4r is 41 SEAPLANE BASE FLOAT PLAN, SECTIONS AND DETAILS E� 41im o z -- --------- (t D - 5 W67- nb HE 7_ 1-71W - ------------ 7� 24- --- OF MY RENTON, yto ------ 1211 1 a SW Sme 200 '4r is o z z z (t D - 5 W67- nb HE 7_ z z 24- --- OF MY RENTON, - ------ 1211 1 a SW Sme 200 41 SEAPLANE BASE FLOAT PLAN, SECTIONS AND DETAILS E� 41im Ot, Gal ­77 - -- m /oe /aooass -em— �F'alee \wc \orscu \1e>o -o cQ I 1' l � I i In - r' _'Aff to 1 I. rj Z I I `I �r I I I I I. cQ I 1' l - -'O In I � to Z `I �r I I cQ l - -'O _ Z `I �r I I o wi do »_eo -,m -_ \24\9e\—\( .728') Mr. Sheet SW Suite ZW I: ' I _ I _a r� G � I........,_ _.... __ _. _ Tj Q _ O to H ju, 4 Q 1 a _ WU Kkc ¢C v. ° Q' -'a d.: ".,.R, O� a�.,�th M - z+. ILI M.' % 4 std. tii ; a z* Gltt OF RENTON a28, l3llh Streei SW "Smle 2W .. _.. -_ SEAPLANE BASE - - _ 1 I Everett Mlashlrgton 98204 ILL L a -- I =- BOX CULVERT SECTIONS AN DETAILS'_ - 'Ph -'42 1SJ 3808- S60£ - oV - Gal z AE Ww"R ffl Z U ; /) a lit fA\ i I i L t Fn I WA F/ �e IF to c Leo fray I �...1 1 Fo ° ° A� ?o m �m B y' - _ - -Nisr MIN st STY ✓ � � EIENDINLI IN t� - - .. wou s� EAR A.. 1 its will °. FF � 6JK6DF fs � �J - O ZEE V -a.m4 -F. z - o - x— N z gy gkv WEIg - R F S g N Ew RN gQE �y m g go lit i vAll _ y °T - CITY, OF .RENTON -- i - . -- _ 728 -134U Street SI Suite W .. a _ -_ - -_ SEAPLANE BASE - 2 - ._ - - _ - i, 1 1 - Eveall WasMrglon 981W. ELECTRICAL, WATER & FIRE- PLAN. 1'n 445141 38W - -60C Ot- Gal -AND DETAILS - — - - — - I� II Fl, APPENDIX D ' CONSTRUCTION SAFETY & PHASING PLAN (CSPP) 1 C t t t 11 APPENDIX E UTILITY DRAWINGS gp*euaIs - lqnj aiuelaw (q Wd 4E:Z - £TOZ 'ST Isn6nV :pallold Wd ZUZ - £TOZ 'ST Tsn6nV :pa3A!P3 6mp•TAa'd SM TOSTL -ZT ]NI 'dnoijo 9NI-d33NION3 VN3IS r it m r m m= m m m m m m m m m m r m gp,eua!S - IUnj aiuelaw (q Wd b£ :Z - £TOZ 'ST Isn6nV :pa:90ld Wd ZT :Z - £TOZ'ST Tsn6ny :pauip3 6mp•T -'d SM TOSTL -ZT 'JNI 'dnodg 9NM3NI9N3 VN3IS o c W „ J„ Gi •U ii Q w > a » E-' w „ r �^ O m C d Q Yi '� « O Z L 2m�E'°'Atw s s CLn 31f1 O Q HS a L..?' a o° E�gcoLLN3= ._ c„ G „ :Eij :6 U;5 —�O`;r .-0 '^ ° < a i- W Q'�'awiq�o ® LA �'Ulr1 W w w vv v aw '^ E o _ ^ a �A waaNev =�. =_ `�V .}r /I Q` ' a �i 3 3 N z w saE�o <� d C CN dj 'o m "w r� «cco vY, m�uo wog a_�1D¢ CU Z 3= r aZ D O �$ ° -�6muo �° mss„ +O+Y� o on 0 ww <” wm a� „� °ae «wr �o¢ °. w; ” "�«°°`z ��w "�o„ O W %`1 LL1� }z f� cd ZO OZ J }O R <<gaNW�t 5waz JoaaNi 5 •• .� 61C C "�O oG E aai c wm o m Nw r cmau''=md- F¢ w Maio -�d 'Ao� "Y,- a'V`oo O aEa��a= �ac z O E t i��- 1 I o 8 = ^�oz� w m o f-w we a w} m ~ a ° °a ° -5� ° -W Z�z 00 W f6 Oa-7 �t0 „`o�- o« r5'�'a �w =`o_a NOO. as le W °5 g �a Q =..� oC °uJ�as� LJ ~ �O N a „E�'oE m E o 7 N°” o r n ze °LLG s w0 z u w ~ol z Q z °ry _EmENmco ° E w° w° ° a' "� °a °E 3 a °ao K W (L !s az s O_ O O O O N Op O ( I + O i i 00 I I - .... _.._.......... ._ ............................I i 0 m � 00 9 I 3 F9z3i I w m Q O D I w Z I aw m W X °o j a ( �._a..._._...� + } I � O i I II o O ' . 1�� ! J Z \ I L J Q I O U C-4 3N U'-i o w > Y O ..................._ ....__........__... - — — — .— ._4_._.................... _...__ �.__.... - - - -- - -- -.._... ....L............._._.......... - -- - - - -- w + a .... U Z J W m n F- O i 00 w af > O I - - - -- _ I _..__..._........_._...._._._.. .............................. _ ...... __._. ; r 0 D m I i ........... _.. -- - - . .............. _ ........... . - -- � -- O + O i CO m \ i I ! O m m w J I O I LO 1 m m 1 j O O O O O O O 00 Ih N i N I gp,eua!S - IUnj aiuelaw (q Wd b£ :Z - £TOZ 'ST Isn6nV :pa:90ld Wd ZT :Z - £TOZ'ST Tsn6ny :pauip3 6mp•T -'d SM TOSTL -ZT 'JNI 'dnodg 9NM3NI9N3 VN3IS 1 i � Q °a /J !6 Z g8 O o O 0 g CD Y ° W DO CO 0-) � o 00 N $ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ O o s` 1 i 1 Z g8 S8 g Y ° W _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ s` \ � i gg �i R-- \ — — _ — — _ — — — _ / \ I / \ 1 \ \ \ L a. \ \ I Z O W O =Z a Y �y N 3<�ipn 2 Y Ig ? �s w P. Cc a< W � ww ? a e � o � � E (nZ aR E Z - O SN °�uS Y N O 2 � O � �I O O R 2 h O u v `v o E o v m O O n y i 3 ca oagi _yE mxm ° v ; c c] mm �m o o � F UL C�- O O O N 2 a v o r a c � u •6 C ¢ v U w � O 1 1P 8.aa Q t h3W VP %P Ia� I� I I ' I I I �I� a I Z I I 1 b { I II II; W Q I� IZ v I d j I b I I I I I 2ti0�- tiff W -h3Wl II hU . W� 2 ° y �4 ,1111 0 /' ay III ul mg wW ti o 11'_H `I ci 1\ cmc ai I/II % am I ° I t \V a yl II / �W° III ICI III I.I \ � b l A QWti 0e h h3 w��h� h SCOW �ZW 4 W2 l�iY��+U W I a u H ¢ H f z 0 N O x W a N ! \V N N Q e 0 U Z a O � t— Z u I W U o ti 1 h VQ Whr1 WW x � 2 tW �. w w o s I- III LL,v e a LU I� _J Jo y qo Is y a O Z f 1 1 ! }1'{1I11 y W V W N l O f ZN Y °z W C7 wyc,W a Z�0 2Q° w ,. Z Q F 2 K ! h 1!Ij} III .il a a a W J O 3 / ,N w U � Qoa 14W JU a a I I i�: �� U III O Yti& Z Z ji.l 11}x✓ I, m m ,� II II I - lillj ° Qa I Z l °3 gz j� A m y W r oQ F z o w N ! \V N N Q e 0 U Z a O � t— Z u I W U o ti 1 h VQ Whr1 WW x � 2 tW �. w w o s I- III LL,v e a LU I� _J Jo € y a z 1 1 ! }1'{1I11 y Z ai Ory a ` la �W a a a W J O I I i�: �� -I III ZO ! W 1 > � d � _ ji.l 11}x✓ I, Ili ,� II II I - lillj y Z W h - y -j t F p L ! \V N N Q e 0 U Z a O � t— Z u I W U o ti 1 h VQ Whr1 WW x � 2 tW �. w w o s I- III LL,v e a LU _J Jo € y a z 1 1 ! }1'{1I11 y Z ai Ory a ` la �W a a a W J O I I i�: �� -I ZO ! W 1 > � d � _ ji.l 11}x✓ I, Ili ,� II II I - lillj y Z W h - y -j t F p L II °3 gz j� A m y W r oQ F Ill !'I Ilil 11 Il p� �v Z l I If. I I�I I �l !I Illy I' h am .lil{ I I II W� i+ •Il: ..I Ili 1111 I' ! ( I' og a i,�l II 113 dllkl III 111.1 VFW :Ill �� 111 1 1 1�/ ',11 i I °U? Z I V Y •' I I' H !l e�A I W W W' ^ - III 1!1111111 111 a I I' 11 1 Ill o W It \ I I r II °3 I a ll MH l tie r� m MIMEM n n F P 0 � oE:?o. x3j� ti o °o o y :M : �I 11114 11H. ik kF Hi ga j I ILI, M1110A II WAN lli 11H III III + JU 11 �Ill 1j II i 1i HUHN HT cr R W _j 'r to 3: 0 w X C'J N III!, Ilk lil I I H11 II .,tee X I Pill I! i I I i I .IIII 1 ill . i I ; I :: 1 0 w II I, W 11 Lill'i Hill I i it I III it -III I H IIII 1 II > 0 H111 III 11,11i 'III hil 1'.1 Ihi IIII" I III ICI !it IIIH 1141!11. 1 1, IN- I 11 Ill I lit HIT III it W I U ma II 4 1111M m MIMEM wool I ik ga j I ILI, M1110A II WAN III ■1 LLJ' uj W J- i 0- t Nil Milli Ram 'lk 11' V J41 I ik ga j I tit S pW mj Z m m W Wy __ ________.iii VIA mo OUJ ioh c �im cr 111 im Lu z -j K ILL -j Z z cr >. >. ca c P-✓ o-1? 1-4 C z DU all 0 lmilm OPm NO Z� ow in. Z, mm I, I _j Z m m W !In __ ________.iii VIA Y;,j OUJ IMININNIII Ill �im cr 111 im Lu z -j K ILL -j Z z cr >. >. ca m Iz P-✓ o-1? 1-4 z DU all 0 lmilm LIM NO Z� ow in. Z, mm I, I _j Eli W V) In illillilluRill 0 ra 1 pill I on SOME I NN 1111111 Hill ilillillol I I 110101 Uj WHO 10 1 111 M11110, � mii�� li 14 N 1 NINE 1.. I How-.mmooffolousi 1H HH1IH Z m m W !In __ ________.iii VIA Y;,j OUJ IMININNIII Ill �im cr 111 im Lu z -j K ILL -j Z z cr >. >. ca m Iz P-✓ o-1? 1-4 z DU u) 0 lmilm LIM NO Z� ow in. Z, mm I, I _j Eli W V) In illillilluRill 0 ra 1 pill I on I NN 1111111 Hill ilillillol I I 110101 Uj WHO F- � mii�� li NINE 1111, lillid, 11 !iII1,111., 111 I 1H HH1IH IT I Him lie: IN __ ________.iii IMININNIII Ill �im ION 111 im R lmilm LIM NO 01mma.l.r in. I BOOM In illillilluRill 0 ra 1 pill I on 1111111 Hill ilillillol I I 110101 WHO � mii�� li NINE I 1H HH1IH I Him IN NO MEL I mi m ill IIIIIIIIIIII Ulli 11111110 11 HIME 1 m in 0 1 OPINION 1111 1 IN INN IN Will 0 Hill Him M, 1111111111111111 mum I Howl 1 IN 0 limillillimmilliumi mniimilmlmmlilRul Hill NO I flu 1101 mui 11 1, MR m 1110111111111i IH11H1HN1RH1RH 1111111 RHIN III 11 H1 11 In I Im, 1 11 111,,, INN E. SESSEN ym WV NN mp ti yid n O ti W 0 LU oQ w O Z 2� Ic Z K) W Z W Ju Z d ('r in OD z 0 z w It w . i a INHIR Jim U, Z (Do ( C) uj LLj 0� U) Z MEMO10111111 43 o ICI w w Ii r -i Q2 I Lu Mj t Rilloillmomill iis.om (3 �4 11 RIM iiiimi Ilmor 11111 1111110 mmIN1011111 1.IE!Iiiil IBM M911milm LLJ HIE VIL IQ a mimil mi IN llN=Im li?ulimill lllllll HIE LI LU oQ w O Z 2� Ic Z K) W Z W Ju Z d ('r in OD z 0 z w It w . i a 0 z IL U, Z (Do ( C) uj LLj U) Z z 43 o ICI w w -i Q2 Lu Mj t (3 �4 U, LLJ VIL IQ QQ LLJ z -j 2 � in huh n$ pe a ir fi) 0 0 z -T z ZW Ow 0.— Ve 3� Z Z U, Z (Do ( C) uj LLj U) =wW w Ni N N W Z Q (U �-c O / Q W a_ I 0 —4 w Q � Om� ~ W Z cc W a U z w6 5 0(Lo \ 3 t'tt F-WQ Z J v a 0 o— — N(6 UJZ O U C, — !2 W .. I U a�, W �� U Q Joo W o O J. � � W w CL J .m Cf) 0 °n Z 17 u) ~ � u) Qz ol .j OL ® O J Z , o Z o O mo �a o J d' J W W F a �3 Z WD Q Zo W W o 0 Pq 3F m� f4zo� Q Z _ O W I Z ZJa 4z > w < a ~ dw z� Q \ to O d N Q -< CL U Y� O O QM z Z¢ U F F o_ x O 0O 0 U L w U N Z w V1 O N O W _ zo� W ~ z U z ° O �� <> EL J U) J Nz~u a'�9zo z - z i WNmza < z2 ow �oQ Li 03 I , — A,�� LLI O 2 0 W O � W U o a a a Z (nr O (n m Q � P 0 Z o��, a ° of Q o w D u, J Z a W w W � 0 0 w m co < ly 0 0 U � W Y H of � Q 0 N o o M a o a V) V) � V) (If Of LL) U z a z } r Z Q m m Co m w E 0 0 o E LLj w Z W' Y W W U W U � � V,1 -WOO FILL, U W d 9 -1s34s 019 80�F auoldoaS uoluab SZ60£l0Z \PJopuo3S - g -lsl4s u6isa0 jad gfi auo,doaS u0l-8 L16WLOZ \u6!sa0 - L \uoluaa to L3!0 -7777731U D I � 1 � I a a I w 0 x LD 1 Q w 1 O °p I Z a W L 1 Q Z >- W I a) Z Z Q Of 0 1 W z J .................................. ............................... .......... ............................................... ............................... ........ W W \ N \ .......................................................................... ............................... ...... 0 J' ................ _ 1 w 1 d z - o Ww S ° CO ti\ Q - f. d ua :rz, o Y` z> w �° �1 I .Ui ' vw) w 1 � � w W z w n 1 0° \ fb o z °z 1 > a z O' �Zo \�\ I O v) a O r m aWa Q LLI LL) �u 5 ly Q �m0 W1. of Z,- '1 N O + 3 A: _ - �-- -� -- Lj cyl- O rill / /,� ^� zo u) 1 1 a II 1I;f -uj A 11 cr �//;;%9 Q� / m1 /� //� v .v I/ /il „ /r /ll1 r-/ / / /j /i /; /ii m -� oll l�lX I z ll o 1 I .l'Nd/ /ii�a /i / /i�F ;a /llr I Z 0 O i// ,/ , _w z is \\ \V A I I IIII �•I�lijl /�/ w d,,. p? i A 1 I / )J1 /Ill'I,111�!v- Qw�o w °U C`7 OZ 1 . {• ..�• j1'Yr, 1 _ O O ' z _ F vi F�f Z lwl, o�Wn 0 m M 0) J W r N Of U N F� w ZO w II "i U UU))Zco F_ OM U )H CD W Q L.j > 00 O_'zJ� Q- W w z 4F s 00 N O N N W W J W J o 3 v O W w � Q Q ,c 3 a 3 S 3 U = O } } Of Of Q Q Z Z 00 0 0 w Of ` z O Z F t� O wJ U M w� V W U r , o z ' U a-s l'{ app U Z M 0 Of A Z _ -� i 0 Z D fn W 0 o 0 W Lv Y W U-- F W Z x W U w �3 r a F- Of Z z ° W M a W d :-IJ ON a N < KZ W N� O O Owa O_ O Oz O W ZaOQ J bj Q (7 1 w Q �w �vo nom wQ on o }a W a ¢� oNmF OZ w 1 0 w < OF0 of cn< Lj U > of U z W d 1 Hvi WZ •... oo zcnwN oa U) _OW wof OZQ W° cr O�JO y A W O D_m a0 O f LLI ODUN } 0_ OU W Q N U7J Y>OZa K. X N °0 Q O OOlwi mF w w 0_U 00' FO F W wS WU zaZS +. Z 0_z� a W W Z z o co (n< w �FN a` aQOF L) Q ax 2 x �v) U �i H za �i N c��° Z cai3 0 J = na N i ° o m d w a o m D_ M Q 0 w o z p �z a ° F v v V) W W U 0 z w n N O z J W �_ 0 Za S O v)E V7 Q W X m m W.z W W �z Uv) J d- Z v) 0 + N Z 0_ v) J Q o } z W Z Q W F U) w c) J Y N 0 w vi J W S w Y O N U Z m F ° W + J J 0_ 2 } Q F J U a J �' Q O x U } ° a Z O F W m d J amQ OQS Z F_ O off- ° HOW Q U) F }Z a F- �FU Q OO W W O O F m 3 W} 0_ a-~ F 0' w Y z: O r^ w�J >> }U W w L`�N O F uto 230_ 1-W U_ ZJ i 3 S J Z 0_ Z O a s O J Z o r O w x 0 O W wN v' W Q W Soo F w Wo Z Z �Np J1=� aF� wO H � f x J� Uw ZZF W SO O o U x ir a x o z J z Q z J avi J U a� W O ��QO Q O UQv x> Q D- w W OUOw- Z I I I I ( Z m: aH O V)FFO o0O OD_ "z a'ww W 1 Q 25 =0) °°aa ado I I ° I o>a oo �_ aX° �'Zo� ° _' Z W O Z Y K M d' a x Q a O W Q W W !Qi J I W °bo Xw Joao oo< �c2aa °z owd owao WxNJ w0_ Q 0000 oMo JJQa W L/)Q L, m aw 0 N M Q u7 O r W D I � 1 � I a a I w 0 x LD 1 Q w 1 O °p I Z a W L 1 Q Z >- W I a) Z Z Q Of 0 1 W z J .................................. ............................... .......... ............................................... ............................... ........ W W \ N \ .......................................................................... ............................... ...... 0 J' ................ _ 1 w 1 d z - o Ww S ° CO ti\ Q - f. d ua :rz, o Y` z> w �° �1 I .Ui ' vw) w 1 � � w W z w n 1 0° \ fb o z °z 1 > a z O' �Zo \�\ I O v) a O r m aWa Q LLI LL) �u 5 ly Q �m0 W1. of Z,- '1 N O + 3 A: _ - �-- -� -- Lj cyl- O rill / /,� ^� zo u) 1 1 a II 1I;f -uj A 11 cr �//;;%9 Q� / m1 /� //� v .v I/ /il „ /r /ll1 r-/ / / /j /i /; /ii m -� oll l�lX I z ll o 1 I .l'Nd/ /ii�a /i / /i�F ;a /llr I Z 0 O i// ,/ , _w z is \\ \V A I I IIII �•I�lijl /�/ w d,,. p? i A 1 I / )J1 /Ill'I,111�!v- Qw�o w °U C`7 OZ 1 . {• ..�• j1'Yr, 1 _ O O ' z _ F vi F�f Z lwl, o�Wn 0 m M 0) J W r N Of U N F� w ZO w II "i U UU))Zco F_ OM U )H CD W Q L.j > 00 O_'zJ� Q- W w z 4F s 00 N O N N W W J W J o 3 v O W w � Q Q ,c 3 a 3 S 3 U = O } } Of Of Q Q Z Z 00 0 0 ... .. �.....�... 1 i \ ) 1 r/ /1�13.�......:. V...�1 �,� .� / �: —i a \ \ l [j / /// f \ I /...f....�.• \ w O w �1 1 .A..A..... A...A. �.... Z 3Q La I lL/ ...•, /.I .. l i I 30 ao0w / Vi i' Qw m / � 1 \ � I II ,z w0O Q a wJ m I 1 / o � _ l z uw) a z X ww / / i ii , O F U 2 V1 1 / I l \ ( ( (ir �' \.�, 'L A F 0' LLJ �w0 z a a � / / / � �� ✓ 1 A; ' �' Z�00 3W LLI wZO W L< 2/ �3} a O O F J4� 0 z / �' Z z o ��a \z \ \ \ !h1 0 �< V / 1, aw , F- a0F 0 / O eJ - r z W / F / Z_ a t . 'ts' /.t` fitW n''1 / F a :�.. a ` 4 w Of ` z O Z F t� y wJ U M w� V W U r , o z ' U a-s l'{ app U M 1 Z Z w A _ -� i 0 Z D fn W 0 o 0 W Lv Y W U-- F W Z x W U F U O w cL F U O a- A5- 6-n Jad Rfi auold -a uo]uam - /LAn( Ln7 \u615an - Auoiu- to .(- - CAC() \:M :-IJ N < + J W d 1 w Q ~ f ° J 1 0 w < � U O N 70 Q U z W d 1 Hvi •... oo zcnwN oa t p- �' m x' Oa N N3: } y A a W a D_m a0 O f LLI ODUN Q O N 4io ' F— O J o Z J w W W K. X N °0 z C\1 W FON 0MFLr! aF LL, w w >w °z..•. a +. 0_z� a W W Z U O O Q •' a` X o ax W ... .. �.....�... 1 i \ ) 1 r/ /1�13.�......:. V...�1 �,� .� / �: —i a \ \ l [j / /// f \ I /...f....�.• \ w O w �1 1 .A..A..... A...A. �.... Z 3Q La I lL/ ...•, /.I .. l i I 30 ao0w / Vi i' Qw m / � 1 \ � I II ,z w0O Q a wJ m I 1 / o � _ l z uw) a z X ww / / i ii , O F U 2 V1 1 / I l \ ( ( (ir �' \.�, 'L A F 0' LLJ �w0 z a a � / / / � �� ✓ 1 A; ' �' Z�00 3W LLI wZO W L< 2/ �3} a O O F J4� 0 z / �' Z z o ��a \z \ \ \ !h1 0 �< V / 1, aw , F- a0F 0 / O eJ - r z W / F / Z_ a t . 'ts' /.t` fitW n''1 / F a :�.. a ` 4 v) °% o x w i w U 45o� U ¢Q0_ Ty a V)0 Q Q U z a <zW U a J W z W o o w 0- U IL w0 ¢W z 0 o z na o i MAN tT �wm wiz V1 Z Z Z W � I `-J =NO ID N N iU W Cc I CL /z/� i v /W� LL W Z Q Z Z_ Q W'^ VJ QM W O O O $� iq <m . ZZ O N � Qxx z a Z p �a V Z J a_ W V) Z V) X W °off N U Q > J ~O Z_ rn x21.0 U v o o r z <Z- ur z z ty a a w hNaj > -ZOV aan Y 5 mix w M m F a (n o � 0 � V) ( w Of O } z O Z F t� y wJ U w} Ow w� V W U r , F o z ¢ U a-s l'{ app U M m m M Z Z w z a v) °% o x w i w U 45o� U ¢Q0_ Ty a V)0 Q Q U z a <zW U a J W z W o o w 0- U IL w0 ¢W z 0 o z na o i MAN tT �wm wiz V1 Z Z Z W � I `-J =NO ID N N iU W Cc I CL /z/� i v /W� LL W Z Q Z Z_ Q W'^ VJ QM W O O O $� iq <m . ZZ O N � Qxx z a Z p �a V Z J a_ W V) Z V) X W °off N U Q > J ~O Z_ rn x21.0 U v o o r z <Z- ur z z ty a a w hNaj > -ZOV aan Y 5 mix w M m F a (n o � 0 � V) ( w Of O } w 0 z ¢ M m m M Z Z w z a _ -� i 0 Z D fn W 0 o 0 W Lv Y W U-- F W Z x W U F U O w cL F U O a- A5- 6-n Jad Rfi auold -a uo]uam - /LAn( Ln7 \u615an - Auoiu- to .(- - CAC() \:M :-IJ m m m m m m m m =wW W _ W r Z Z Q w wO (�'` (f) < t T (L ZQZ00 0 Q ZwW CD O EL Q r �w wpW Y p O aZ° w 0- �WQ = oW W7 zZ UJZ `io Jo 0 W W I- ZU (L a OJ 3 j I C6 Q ,^ V/ W w Cl' > a a.. C� w w z w L J m < J w a' J < a w z z O N 0 0 U U Y �o J m a:: ii•,� <n x < ° O W J Q a � w t- w Q _ I+I 4J Z O p w + %� U 0 U 0 �', z '� Uo Z J a- 3 < U> & -A W Y < J w° J W o a E x " uj J W wU .. Lo Z O m ww m N Z o za O S ? < 3 ao Vi �. o o W�. x N fz U u Z 0 Y � h r D 00 O <r z z >> w < z a U < < 0 r W U < W pSO v 1�9 0��8 r� J J < W nzos� .O k U "iai _T__ ,ys ° W "_ 4w w Y 0 v�.)1 Q < =� =o U a ut x_g j e IE Y O ZO y i _ It m m r C) < W Z Z N '' mQON o .sy se 10 w 1 0 h J . wU J w F- > r� " Ld N O o. < U H m C) , 0 L') ?S° LLI .. If IOw° �o �0 x O U. OH W Z ° w > W j�UZ' Z U lJi� 3 Z U z a a o w0 Q Y OO w m COI J W W Q) O W +, Z > J W w o w < sue° Z U Of Z O M N O N Z < m J < o w U af rr wt < J z N w Z C < Cn w rrrZZ mmmw� < W of O p 0 H W H O W Z O w w Y W U W Z v w - z w o = m 0 w 0 W U d d g -L.14. 01B 210j —ld-S uo1uaa 9Z60MZ \p,opu.jS - 9-1.jgs u61sa0 gad 95 auoldoaS uOIuaa L160MZ \u61sa0 - L \uOJuaa JO ,Q10 - £8£0 \:M :31IJ m m m m m m m m Z - ' Q N U O O W } Q Z 0 W m O z ON r Q z Q Y Q O W m p p 0 J H J Q O w � LL) Q J w J� O� Ozvwi I-O jU -- < - �Nw z Z p H O W } Q } Q O ~ z J O a LL, C 7 Z a O LL. Q p m Q U w Z LLI o ~ m J v) ~ Q © o l n Z W W Y Z O w � M w 0 3 U Z Z �O o, Wr O x~ w z U Q U Q o W o m 4 J z(Qj° O I_ V) U Z w7� W 0 w W z Z W Ul 3 V W = U Q Q (n .w.. O(L' Np Z w, U W F QQU) W Z Z U W K o - o N z W QO Ov7 FW- 00_ z Y >O 005 HO o w a jw 3 m w� w c� Q LL, w >o rp ozm az Jzw ova QWx No + O m J Q H J Z 0_ O Q af O Q m Q W jNZ W W 0_Nw Z �O mHQ U�° Off} aQ _j ae w W O O Q Wr 0_' Q UO O o } f N°NW� }H LJwH O �a YJZ H_J� Ld. pUm dZ F m 3 0_~ ��.I >iZ 0_.Z ?� F Z O� WW o W Z J V1 O Z L) -M = pO0_ WHU 7Q Opp 00_� WOJWp pO Do x J O Q O d' H W o O U = w a x v) I z O o d',, per. 0_ o Q H m o J Z7 d r ar °Q QZ W mN d' m,L`v "N� V owo 3wm r JQU d'QU) �o�z W~ > Q H ozoo co o �m Q oazp zm} QWv) LLI �Qw 04 ZWm z�zu a - -,m Qio Z I m Op -v) (If of dw �m> U�- UQ JJ OJS ZO_Y Odw Ov)cL o WO- (% ~00 (� 'd0�z W W om v SlWi3° w' Lj V)) w�_V v)Q z)L, VJ O QJ 0vw)m W Doa wmQa ¢ml u o o¢ W N M U© 0 0 0 0 O O U O M z M r- 0 ID O UcD N O m 0 Q M, to -tt No)Noo W Z n O M U) N I'M Ih Q I-cD oo u70 oD It ONM N 0)O MM r- OD 00 NN W v) O O O o)o)00 o) � Fo MM W a0 W of co r r a0 W n m ao 00 m J w rnrnrno)o)o)o)o)ornrnrno)rn m N N N cq N N N N N� N N N N U NOOL,) Nd c))DNOO mN O Z N�rdOO V7N�M)p Map ISO O) M � 'D OD O) o) N N F m N CD W CL O)D OOMo r, NOD tD F O O m. co 00 oD W oD O oo Do Eorrm O u'7NUtOOU LnLr)oLOLOU 7u7 Z Z mOD W mDOmm W Dum00m OJ D7 Y O ° Z Z�N M,,t u) ID I-- co o) OWN M� O / 1 J 1 � / (rzyj of z Ld i I r r yv 1 � w � ( � 1A W a ! Z / 3 o z ' "�'Y , 1AV U m O W0 Z °Z )- m w w (� V o v Y Z 3w N¢� �Lu� Q I I zQ <Lu ;'w45 Q, J W W1 / II / ' Z / / F O I Z 1 -2, )I W LLI of IL --moo i Y��2.�t / m I w / - - -W 1. .� 4H:1VI. [ /J �/ r /,' / /lI / /J i J' i it I�. �+ r = •�' .1' O p of '(. .i� Llj /how _ - o . ./ r p u) / t i' " Lu /� o Lu Lj �o / owO / / / / I C / Q V LU �N I w0_ / / i NZ p O FL m Qw + 1 / / / y v 1 W \/ :.......... / 1 ' Q .. / u) 1 / U 0 d / ~k O £ i .. / { Ld O / / / , •/ lye � 1 -.1...... -�- / J'1 \ t`1 \' Q -O) _ z - - ' / 1 J 1 � / (rzyj of z Ld i I r r yv 1 � w � ( � 1A W a ! Z / 3 o z ' "�'Y , 1AV U m O W0 Z °Z )- m w w (� V o v Y Z 3w N¢� �Lu� Q I I zQ <Lu ;'w45 Q, J W W1 / II / ' Z / / F O I Z 1 -2, )I W LLI of IL --moo i Y��2.�t / m I w / - - -W 1. .� 4H:1VI. [ /J �/ r /,' / /lI / /J i J' i it I�. �+ r = •�' .1' O p of '(. .i� Llj /how _ - o . ./ r p u) / t i' " Lu /� o Lu Lj �o / owO / / / / I C / Q V LU �N I w0_ / / i NZ p O FL m Qw + 1 / / / y v 1 W \/ :.......... / 1 ' Q .. / u) 1 / U 0 d / ~k O £ i .. / { Ld O / / / , •/ lye � 1 -.1...... -�- / J'1 \ t`1 \' Q -O) _ z - - ' ii + < f' 1 � Q O . (A. -•ate' w F . -0 / i•�J I �n U :1V \ I- I I, I ,I .I I I. I I r / I I I' 1 I� I / f 11 / •" D1' z w o Yli o w a W � o g -s,ys 018 210 avoldoaS uo }uaa SZ60£lOZ \P "opuol 0_ Q w z Q J 0_ Q w N 0 m Q w m 0 W O vv') W Z_ U V � Q U U Ld J:..: v) J Qp Q w w J Y � J W m W m v) J Q H 0 0 Ld W m V Z 0 U U Z X W I a CDr f- Q CD z z Q cn N LL) U U Q 0 Z H Ul w Z Fr- w 0 O Z ° W Q' W O r H w a 0 d v) 3 O J w m W O -� J Z W O_x ~ U Q� U O oz J X J O J Q a Iw- D- 0 Q O - g -s,ys u61sa0 gad 135 auOldoaS uO,uab L U) V) W U U Q Z Q LL) o LJ 0- O O N O N N + + W w J W 3 3 J o J W w Q Q H 3 Q 3 U = o Q Q z z 00 ZI o Q `D 0- W v w Z O Z M W Q J Q ir N 1610 ��w w wig iQO Di rc � w Z Q EL w Q W) /w o V/ a Ir 0- Q pg0 w who: a:Fo wpw U (L U W Q U J w cr Q O () lli m �� ♦ y Vd v.m91 1J 4 y'a. o $� 3� W 8 W M . dwZ O sa V Z Q CD Z D W 0 ,mo? t z- - J ,$NZ -V Q LLj 2 0 QN V ; V ZQUQ 2 K K Q O N O x � - M rn °I.I,I °I.- W (� LLI z Q a m r m z m m w � LIJ o o t L) LLI U W U N F W O O w Z S owUn -m Jo AIQ - £g£0VM :3l1d _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ld ViniV0 s)i001 30VSfl) AMIIWMI u� ° _2 NOU22oo I 1 1 10 I I I I I 3dOlS 3003x0 '0'1 13 '(Wf11V0 sN001 3OVSn) AMl1WM1 N O o O o o l I I I 0 O / M U Cep o Z W J 00m LO 0' W O O <r V N W N z I w Q JJ w w uj w wa o 0 Q w H n O / p U n W z_ O Of Lo U W I U J o N Z w 0 � LL) w OJ > r` F n ° W ° W O o x Z-9 W WU1 I Q o� w o oa m, I o o3 o I N Q Ld J m Q I I o Q w W m O 0 w W 0 0 O N O N v ~ w w W of 0 v) U ° W O o N O of Ld S d O N N W Q O Q O of uj Q Of 3 \ +I W i 0 0 o n o U Cep o Z W J 00m O i (o ml 0' W O O <r m ° w � W Z W O o w ~ w O w w uj I u7 W' U O O U 0 O Z n O / u] Z Oo � Q N N CJ; 3 �� w Q x 0 I = o- OJ r` W ° F i O N Z-9 W O 0 I Q I O 0 N U o N u7 o I o 0 �o a W m O 0 o 0 W w o o n o n o o n o O x N N I N Z J I I I g ml3 '(WfllVO SN001 30Vsn) AMl1WMl iU) V z w 3dOlS 3003x0 30 301 I d O oV uj w O O i (o ml 0' W O I woo I U Z Z o o W w N W O o N z O O I uj O 00 uj U J za 0 C� U Q Q Z m N / W a Oo � Q N N vJi 3 � x 0 I = o- o r` W ° N I Z-9 W W p w m I ° 0 K O w ly ° mN O ~ n 0 �o a W m O 0 w o O N v ~ w w 0 v) U ° W of Q N �u? I oaQ Ir ° N o 0 W w o o n o n o o n o O x N N I N Z J I I I g ml3 '(WfllVO SN001 30Vsn) AMl1WMl iU) V z w 3dOlS 3003x0 30 301 I d O oV I ° Li I z 0 I J w 0Q 3dOlS 3003aG 30 301 < a a z < u-) � H r V Vi 000 U m L 31wo 3dOlS 3003x0 '0'1 a V) a Of o C"") I o I I I I u4 I N I 0o I Z o I Ld Wo 0 °m o Zp N N O N O U 0 0 0 I I U z? 13 '(Wf11V0 SN001 30Vsn) AMIIWMI wOf w0 x N U Q z W Q 0 w "o m m r Q Q W W 1 ZQ 0 z \ w wm mQ Li ao o_ W m 0 O "0/ w Uj Ea �o / W J / ao / L) / U w i O W o 3dOIS 3003aO 30 301 W c� 0 o J o J m U w Q Ln r Q Q W ui W J O ~ U V o z z 3 FL a Q Q 0_ W O O W 0 O 0 0 N O N N J J w w J w J = 3 0 0 ii w w� Q < � = 3 V = O r r Q Q Z Z O O 0 0 13 '(WfllVO SA301 30Vsn) AMIIWMI O 0 m O m 0 0 0 u7 O 7 N N I NN I woo I U Z Z o o W w N W O ... W N O w uj 00 I F ° � U o to C� U Q Q Z m N / Z >U ° ° I = o- o ° N ~aa v) v) w m (n ww F� m W 0 mN O ~ n W w o V I O O I 0Q� 0 v) N U o N �u? I oaQ w� Q l of o I �QJ 3 \ +I o3 0 0 I W w o Of N to m o nw Q I J NN O I I w ^ v w u� C')' m Q X I O wl �rnI n +I O w �wl M Ld ��I cr U La o UI LLj U z a W �o' N 1Q W I\° LI �m o Z ° o N I � L �` Z w l O w w 1 N _ ~ ° Z W N Z ( N Q N W Ld I O a V 0 Ld of N ° N I I o ° 0 3 m� Q W I K Q W I O W Of v r p 0 I Z I 3 W O O Q w 0_ N 3 J J Q m O m 0 o 2 ° um, O O II o O N 0 0 X W N o I I ° Li I z 0 I J w 0Q 3dOlS 3003aG 30 301 < a a z < u-) � H r V Vi 000 U m L 31wo 3dOlS 3003x0 '0'1 a V) a Of o C"") I o I I I I u4 I N I 0o I Z o I Ld Wo 0 °m o Zp N N O N O U 0 0 0 I I U z? 13 '(Wf11V0 SN001 30Vsn) AMIIWMI wOf w0 x N U Q z W Q 0 w "o m m r Q Q W W 1 ZQ 0 z \ w wm mQ Li ao o_ W m 0 O "0/ w Uj Ea �o / W J / ao / L) / U w i O W o 3dOIS 3003aO 30 301 W c� 0 o J o J m U w Q Ln r Q Q W ui W J O ~ U V o z z 3 FL a Q Q 0_ W O O W 0 O 0 0 N O N N J J w w J w J = 3 0 0 ii w w� Q < � = 3 V = O r r Q Q Z Z O O 0 0 13 '(WfllVO SA301 30Vsn) AMIIWMI Ld W Of of l ° ' V Q \ � m l w Z w w I Z 3dOlS 3003x0 d0 301 of J woa Q L, o 0 w °o o w � 0 0 3dOlS 3003x0 '0'1 I uoluaa SZ60£ am <� Q � V) W V) Z O Q � ao Qz (° O m_ x a Q O W Li w U F O z z U N Li Q` w 0 o ° U N 0 U� U) Q 0 z o O o � J w 0 Q N O N F- W Q J U O 0_ J W ww �������I O O 0 m O m 0 0 0 u7 O 7 N N I O N O O Lo O 1 1 o o W w N W O / N O w / 00 O w C� U Q Q Z m N / Z -:S ° o / N I� I w W o V 0 v) N U N �u? w� l m l of 0 3 \ +I o3 0 0 O �JI m o nw NN O ° w ^ v w u� m m Q X I O wl Ld W Of of l ° ' V Q \ � m l w Z w w I Z 3dOlS 3003x0 d0 301 of J woa Q L, o 0 w °o o w � 0 0 3dOlS 3003x0 '0'1 I uoluaa SZ60£ am <� Q � V) W V) Z O Q � ao Qz (° O m_ x a Q O W Li w U F O z z U N Li Q` w 0 o ° U N 0 U� U) Q 0 z o O o � J w 0 Q N O N F- W Q J U O 0_ J W ww �������I O K N 0 m O m 0 0 0 u7 O 7 N N I j 0 oe I ld '(WfllVO SN001 30VSfl) AMIIWMI o W w W O Oz F Q w 00 w C� U Q Q Z m OO U0 Z -:S - 9 -Lsl4s u61sa0 jad 96 auoldoaS uoluab LL60£LOZ \u61sa0 - L \u =ww w w WIZ low= N Z N N W Z J ~ aU QW W mm J a- Q � pga Z w W Z i a O ZW �Wa N U J W a W 0 W Q Q . m P4 N OO � 3F vi <,4Z a LW 8 C:6z� rH hz��d �WZ O a U °a J Z Uz a o'S zo U U N U U N Z Z Qa Q a 2 w zN 2 r\ r` U � a � z O cn m fr O x W CWO z Q rcjz m m m w :2 O p o F H Z W W U U U W U W z x (i_ of 0 W U d d I- APO - 9990 \ :M : ;lll _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ =ww W Ni N N C w Q JV IL w QW W �cr a- CI LLI D— zwww cn o � o a w 0 W (/7 0CLz O w � U w Z cn Cl) �! o as w� CI Q -u /I w O M N Cl) LV Q O N J O a a r Lr) Ld ¢ ¢ J O /� W w Q J VJ l., O V) W O 0_ O of Q O Z_ F¢ N a N W O �f a m U S N a a O 0P w !� 4 Al v � Z 0 a Y J ¢ N p $� pql1 3 `V z Ep xWe� z N HZ <1 o dp W / Zor Z W \ r / JZ_ _U J Q io CL U < D W Q U N V 4 V V Z�Q Q O o < NUQ O� ¢ a. ZoYi1 Qan P 0 w bo V) Cl) Oct Om F-- 00 0_ Z a z w w 0 a m ¢ O z Z _O 3 In O > N m W Y In lr ckf O0 W 0 m r 0 _O O J OW Q rOU, Cl) L 0 tLrO p W OL,O� r Ml 0�U (V Lo a 0r^- 0 V J O O W W H 0 r> O }Qw mOOO 0 � CL 0 N < -r 0 - H O r j0 (No `7>� p oo 0 O ,n (n ON z O w m J Oa �o za w z.z^ "J c�z 0 } } }Z¢ z� �_¢r0_ m m m W N wa0000 �OOrr awwaaa Z W W U U } r n¢ a a Y w w r a v o r m N F w 0 0 w z = a 0 w U a a g -1s34s 018 210 auoldoaS u0luaa SZ60iWZ \PjopuDjS - g -lslgs u6lsa0 jad 96 auoldoaS uoluab L160£LOZ \u61sa0 - L \uoluaa 40 6710 - £8£0\ W 311-1