Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-022 - R.L. Alia Company RETURN TO: PW ADMIN EXT: 2700 ID#: 2—5 �
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DN: PUBLIC WORKS/ GGpItal Pro)eCtS
2. ORIGINATING STAFF PERSON: Ghrdne MIIIIen EXT: X,7,3 3. DATE REQ.BY: 3O-Sep-,O I9
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT(AG#): Iq012 ❑ INTERLOCAL
❑ OTHER Ghanc[e Order#�
4. PROJECT NAME: Downtown Stamcise
5. NAME of CONTRACTOR. RL 06 Gornperly
ADDRESS: 1071n kik Glue S dentM Wa 96057 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: UltO Ob TITLE: PreSident
b. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP.12/31 F UBI# ,EXP. / /
7. TERM: COMMENCEMENT DA'L'E: 15'K-t-,0 I9 COMPLETION DATE: P(0)eCt GIOSIIT
S. TOTAL COMPENSATION:$ �,,G05,45G.00(ong+previous GO#1)+$67x34GO(GO 4,)=S 1 ,69060{mused LIQ
INCLi DE EXPENSES AND SALES TAX,IF A_NY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES W NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES BI NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: OU0I-,X500
9. DocU ENT/CONTRACT REVIEW INITIAL fDATE REVIEWED IVITIA1_1D.xIEAPPROVE.D
7PROJECT MANAGERS
/DIVISION MANAGER
/DEPUTY DIRECTOR
DIRECTOR t
fA
❑ RISK MANAGEMENT (IF APPLICABLE)
/LAW DEPT30 y 7
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: N/0 COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
/SENT TO VFNf OR) (ONTRACTOR DATE SENT: �JIJ` SQ U"�1 1 DATE RECD: ';�o1c-)
o ATTACH: SIGN ATUIZI-AU l'k10 RITY, INSURANCE CERTIFICATE,LICENSES.EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
FLAW DEPT
,SIGNATORY(MAYOR OR DIRECTOR) L °1
CITY CLERK
ASSIGNED AG# AG# 41mmv
SIGNED COPY RETURNED DATE SENT: X11.y
u yl
❑RETURN ONE ORIGINAL
COMMENTS:
EXE " I 'ORIGINALS
I r, e•ra a���d �.I�, °1!�l�urta was�G iF�3 i'('#)l+:�Ir;.�tl��S.dG I�'�Ir,I II;� r nlw:�'x�� s.�u 7 E h l-1 u
LJi4}1 the h v'l�L�rctjUz tQV revised contract zurou-1 and edhr[ix 4-[r 4mj amount i;F;rtr;kd L4 i k,I
ll�J fi,
CONTRACT CHANGE ORDER AGREEMENT
201 02
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
Downtown Staircase Project R. L.Alia
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. UNSUITABLE MATERIAL
The Contractor shall remove unsuitable grey soil materials encountered on site as determined by the
Engineer. Removal of unsuitable material shall occur primarily in locations where structural components
of the project will be constructed (e.g., stairs, retaining wall, plazas, terrace steps, etc.). Non-structural
areas(e.g., landscape areas)will only require over excavation as determined by the Engineer.
The Unit Price for over excavation shall be $55.00 per neat line cubic yard, which includes all labor,
equipment, materials, and other expenses incurred to remove and dispose of the unsuitable material.
The Unit Price for backfill shall be $55.00 per ton, which includes all labor equipment, materials, and
other expenses incurred to import and place suitable material.
Removal and replacement of the of the unsuitable soils delayed the start of site mass excavation,
therefore nine(9)additional noncompensable days shall be added to the Contract.
2. REVISED PAEC PLAZA
The Contrator shall extend the demolition limits of the existing PAEC plaza north of the new PAEC Wall
by approximatly 6-0", per the revised L1.01 Plan sheet issued in Work Directive 008. Standard
Concrete Pavement shall be installed as shown in the revised L1.01 plan. The existing planter
immediatly north of Landing 8 shall be revised to accomodate the new demolition limits per the revised
L1.01. Parking Plaza paving limits shown on L1.01 and L 1.02 shall be deleted and replaced with
temporary grass as shown on the revised 1-1.01-1-1.04 drawings issued in Work Directive 008.
All labor, equipment, materials, and other costs incurred required to remove the additional plaza paving,
set eco blocks, disposal, and excavate the slope to accommodate the footing shall be per Lump Sum in
the amount of$10,546.85.
All labor, equipment, materials, and other costs incurred required to backfill the additional area
excavated shall be per Lump Sum in the amount of$4,000.00.
New limits of Standard Concrete Pavement shall be decreased by 38 SY and shall be deducted at the
Contract bid item unit price.
Additional Cement Concrete Pedestrian Curb shall be increased by 25 LF and shall be paid at the
Contract bid item unit price.
New Seeded Lawn Installation shall be paid at the Contract bid item unit price.
Revision of the demolition limits delayed the start of the PAEC wall construction by three(3)days. An
additional two(2)days were required to complete the backfill of the new PAEC wall. The additional
Curb and Standard Concrete Paving will require an additional five(5)days to complete. Ten (10)
additional noncompensable days shall be added to the Contract due to this change.
CITY OF FEDERAL WAY DOWNTOWN STAIRCASE
PROJECT#201 I RFB#19-002
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 19 Working Day(s)
❑ Decreased by_Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
THESE ITEMS ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
ITEM ITEM QTY PREVIOUS REVISED ADD OR
NO. UNIT PRICE UNIT PRICE DELETE
C01-A Unsuitable Over Excavation 458.53 CY $0.00 $55.00 $25,219.15
C01-B Unsuitable Backfill 902.52 TON $0.00 $55.00 $49,638.60
C01-C Added PAEC Excavation 1 LS $0.00 $10,546.85 $10,546.85
C01-D Added PAEC Backfill 1 LS $0.00 $4,000.00 $4,000.00
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM ITEM PREVIOUS UNIT REVISED ADD OR
NO. QTY PRICE QTY DELETE
66 Cement Conc. Pedestrian Curb 220 LF $50.00 245 LF $1,250.00
73 Standard Cement Concrete 210 SY $90.00 172 SY -$3,420.00
Pavment
TOTAL NET CONTRACT: INCREASE $87,234.60, DECREASE$0.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 2,615,381.00
PREVIOUS CHANGE ORDERS $_ -9,925.00
THIS CHANGE ORDER $ 87,234.60
NEW CONTRACT AMOUNT $ 2,692,690.60
STATEMENT:
Payment for the above work will be in accordance with, applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
r
PUBLI WORKS DIRECTOR DATE
CITY OF FEDERAL WAY DOWNTOWN STAIRCASE
PROJECT#201 I RFB#19-002
FIELD DIRECTIVE
Federal Way
Field Order No. 005
Project: DOWNTOWN STAIRCASE
Project Number: 201
Owner: CITY OF FEDERAL WAY
To: R. L. ALIA
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS"FIELD DIRECTIVE"WHICH MAY CHANGE THE ORIGINAL APPROVED
PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR
PROJECT.
SUBJECT: Over Excavation of Unsuitable Soils
PER THIS"FIELD DIRECTIVE"....:
The Contractor shall remove unsuitable gray soil materials encountered on site as determined by the
Engineer. Removal of unsuitable material shall occur primarily in locations where structural components of
the project will be constructed (i.e. stairs, retaining walls, plazas, terrace steps, etc.). Areas of non-
structural components (i.e. landscape areas)will only require over excavation as determined by the
Engineer. When unsuitable gray soil is encountered after subgrade has been reached, the Contractor will
over-excavate the area until all the unsuitable gray soils are removed, then fill the area with structural fill to
subgrade. Prior to filling over excavated area, the Contractor will be required to obtain Engineer's approval
that suitable subgrade material has been reached.
COMPENSATION TO COMPLETE THIS FIELD DIRECTIVE WILL BE PER....
Work required to over excavate and fill areas where unsuitable gray soils are encountered will be paid by
force account per Section 1-09.6. This work will be tracked and paid under Bid Item#1 Unexpected Site
Changes. Once all costs have been paid that are associated with this field directive, a change order will be
processed to create a new bid item to capture the total costs. Structural Excavation (incl. haul) shall be paid
at the agreed upon price of$55 per neat line cubic yard and includes all labor and equipment costs.
Structural Fill shall be paid at the agreed upon price of$55 per ton as measured by tickets and includes all
haul costs as well as labor and equipment to place and compact the material. Additional anticipated force
account costs include, but are not limited to: any additional material testing the Engineer may require to
confirm suitability of the subgrade. If additional HMA is needed near the Parking Plaza area due to the
slopes required to accommodate a deeper depth, this will be paid under the existing HMA bid item.
It is anticipated that the change order processed after completion of this work will also include additional
working days to complete this work. The City inspector must be present during all force account work and
will track the force account hours. These hours will be used as the basis for calculating the additional
working days associated with this field directive.
Attachments: None
Chelsea Verzwyvelt,CCM
2019 06.12 14:02:10
Prepared By: -07'00' Date. 6/12/2019
Chelsea Verzwyvelt,Resident Engineer
Received By: Lam""'/ _Date.
Contractor 6+H T ARS!K,c W/cz, ✓P
„ • FIELD NOTE RECORD
�r
Project: Downtown Staircase FNR No: 50
_....._.__.._._..... ..._......................._............_
Owner: City of Federal Way PE No: 2
...�---
m _ _.� --- -_� _........
Contractor: R.L.Alia Inspector: C.Verzwyvelt
Project No: 201 Dates of Work:
Fed Aid No: I N/A FNR Sheet: 1 of 21
Description and Location of Work Performed:
Bid Item#1—Unexpected Site Changes
Over Excavation Area(per cy):
West Stair Area=90.59cy
Ramp 2 Area=100.09cy
PAEC Footing Area=14.67cy
Landing 4 Organic Area=160.40cy
Existing Wall W. End Pea Gravel Area=72cy
Main Stair West=20.78cy
Total=458.53 cy
Over Excavation @$55.00/cy neat line=458.53cy x$55.00=$25,219.15
Backfill @$55.00/ton.
Use 35%swell factor and 108 lbs/ft3(1.458 ton/cy)loose per WSDOT Geotechnical Design Manual Chapter 10 for 50%rock 50%
earth material.
458.53cy 1.458ton/cy=668.5367 ton x 1.35=902.5245ton x$55.00=$49,638.85
Total=$74,858.00
How was quantity measured? (field measured,truck tickets,lump sum breakdown,etc)
Field Measured
Initials
ub-
Bid Bid Item Q Plan ml
Item Description Q Units L Sheet Comments #
1 Unexpected Site Changes 74858 LS CV N/A
Prepared by:
Chelsea Verzwyvelt Resident Engine-:er 6/28/19
----------------------
Name Title Date
1 01`1 P-48(Rev. 2019 Mar)
c
O
4-
m
Lo
L)
x
w
> u u u u
O
f0 Ln o v am
W In N 00 Ln
Q N l0 a4 O
M M N Ql
0J
_7
m rq N en FO
i 0
4-
O 0 0 O O O N
V) 0) N N
a- N N N
Ln
v
Ln N
X X
r rf
Ln Ln
X N
L11 X
O Ln
Ln O
X N
Ln Ln
Ln 'D r M N e-I � Ln+ 00
N L n .�-I Ln M X r- cn
I� O O
II II II
It II II II II II
a-I N N
m m m
i Ll i 0rI
Q Q Q m
L
Q
a I
Ln
I I �
a I Ln
CV LD
O CL
Qj
U 0
N X
LM O
L
Q
M
Q $
n
I
Ln
Ln $
O
a`
v
� Q
r
N
m
UJ
L
a
Ln: o Ln
x
x
x
x
in
N N N rN m
x 4-- L5
o Ln
Od
Lm o x a © o
-°
gyp. x oo x n Jn m m
� Er] � x
� Oj C7
II II I! II II II li IE Ei
rl N N �p
CU QJ 0
Q Q Q ~
v-I
R+
L
Q.
A-+
V-
In
0 CL p
u
0
L.
rL
� I
N
�i cu . �
L
f"
m
in a +n
n: n: to
d� � v
U'
YI] N
x x
4f LV-
Ln u�
x n1
Lq x
o srY
tq O
ry n N +,= u
x N to
x
Lq Ln
+ N Ln
N pip
+ n x 1.n x t6 `~
N L r-1 Ln C$' Ln N
f� O CJ x
!I II II II II Yi II it 1I �
.-i N N
f[4 [n N
IL 6�J LY
d ¢ Q
L
cf7
N
M
I I
N
Cl7 Ln
m m LO ei
C -i. to
C] cD cY
l3
cu II
L �
Q
4J
x r• i
6
Q {
91
d
Ln
M
m
a1
N
m
a
Ln Cs: Ln
I,- r•: w
Ct �;
C-7?(CA �
lam, w-,Tb,J 4 STOH RCAsE A 4, y
J
Q
3 4�5.40 �-
4bS,oa
4+ 136 P
X 4E1,oS
v
2
TR m ads
J?
I� _ 466.?z X67. 18 467.2,
tet--
2o,o - A a
40 447.
. 24 z
�
Measured in field and
transposed to plan
sheet on next page.
(4��,r
I w I
�� ❑ TC 477.76 ING)
✓ co o.ri
� BG 477.26 __ Blue outline is limitstsof
%� excavation. Blue
10± TC 478.29 shade is limits of over
BC 477.79
NG} � � excavation.
5 TC 47' Pink area separate
I 47 BC 471 calculation{Landing 4
t B 477.35 Organic Area
TC 477.57 � g ).
'07:5 .�
1 � 3 1 n I T U�
477.81 ; i �N ^ 46 BC 477.03 1 4
KISTING) I I BC 476.89 TC 477.43
BC 476.93
}
465 FG 476.70
I 464
} FG 477.72 - 463 U
�.
D
FG 470.14
77.8±
3TING} FG 461.92 1 -
u_ -
3.0±- I ° FG 464.83
ING}
.0±- v> FG 469.99 IV- - 46 FG 464.83
NG} I I I I ii 461 462 FG 459.00
G 477.72 T G 461.9 S U
S S 1 R6�
FG 474.14 I S
61.92
__
I _ 1
6192 o M- j � � a, � � FG 459.17FG 459.00
'6.7±
� r
TING s3 �6� 1 �� FG 455.35 7 �
- - 1 U U U io
U U 458
- -
-_ 5 FG 455.:
- - -- _. 456
----------_ - - D SD-s S SFG 455
-- S SD--
76.0± p _
DING} FG 455.2
C
O
m
m
U
X
W
y V U U V U u
O 00 N ^ O
i co N a-i L(1 I� O
Q 00 00 N � r�-I O
3
O N M Ln lD 76
} C C C C C +'
O O O O O H
N U U U U U
CL Vn Ln un Ln Ln
EI I I I
m ri N M Ln
C C C C C
O O OO O
it +_ 1p a-+ ++
U U U U U
al a1 aJ aJ w '
VI LA Ln VI N
m
N
r
N
C N
O lD O
U t.6 + N NN
Ln `� $'
00 '
00 M N
W O LD m N
X I, X Lt! 00 M
O Y rl d0 N
Ln N 4J
Z
II II II II II II
ai N M
to
Y
to co O
LJ yl L1 F-
a a a
N
�O aN+-
w
N
O
� 00 n
O 00
Ln
LD rl N M 00
M1.0 N
� N
-" II II II II II
(0 L N
ter. ai to E
.. .. a C 7
OJ
hD >
i f6
L
OJ
a
N
LI1
ri I� N
C U1 M Ln N
O Lo N 14 Lf1
U +
C14 N
� 1
X
N N Ln
N
� ^ ^a-I � Ln
X 00 X N O Ln
N Y 00 X O ri
A `t, r-I N
L
N
a i a-i O
II II II II II II II
r-I N M
Y
OJ N 0J O
L L L F-
a a a
Ln
w Ln
ICT LO:
Ln
I
N
Ln
m I* p�
c nl0 �
O 1.0 ; N �4
v l0 t N N N a-i N
0J i lD rf
NLn Ln
O c-1 00 n n
X 00 p 00 N
N +! ^ X Ln L �--I
Lf1 N r-I Ln O N
a I rI O
II II II II II II
c-I N m
m m ca +'
O
Q Q Q
i
Ln N
00
LD N
N
N Ln N
L(l Nn
a-i ON Lrj
m 00
M m � I N
N
r II II II II II
c6 L OJ
1 00.0
Q C 7
0J
� J ?
T
01
Q
I
Ln
N I� m
O N
aI
O
U
+ N N N
00 m N
O `i L
0 O W ca N
X 1- X Lfl 00 m
�' O +f r-I GO N
Ln N
aN-I Z
m ca to 4'
O
L '
r\
I
l0 LO
N
N
N
o L4-1 m w
N
ar
N Nt � X
M
rl� Ln
N t
X N Ln m
X M
11 N `� N N
N
ci ri O
II II II II II II
a-I N M �p
f9 m m 4-
O
a a a
N
01 N
W
tp
4-1
lD N lD
N N01 O ai
Ci N m
rj M l^O N
� N
_�-- II II II II II
cu do
Q C 7
ai 0J
00 J
m
L
Qu
a
N
N
m Il
O tD N rI
V w + N NNN
vv] d ct $ X
NN N
O 4 00 n n -;t
X 00 00 p 00 N
Ln 4
ar' N � X Lf1 N
Lf1 N N O
r-I r-I O
II II II II II II
ai N M f0
l0 m m 4-
O
iJ L1 LJ H
Q Q a
N
00
� l0.
Ln
w
.,may
s`
I
I
I N
N '
L!1 Ol �
C cn Ol
O w O
ZIt
U
O N $+ N N N
Ln l0
x rnx t.0 �
o0 o0
00 N
Ln M Ln Ln Q l0
ri ami Z
u u u u u n
—1 N m
m co m 4'
Ln N
w N
l0 4-
0)
l0
LD N m
4N rn
u
l0 N LO
I� O Ln Ln
Ln N N 0) O
r j Ln O Z1,
N
II II II II II
f0 t N
Q C 7
41
�
J ;
Lq
tD
N
N
lD 01
C 01 0)
O k O
N
AID + N N N N
V) E1 rf Ct� W 44:f 4±1
M fY1
X X N
Ln C-4 N Q N
�-i rMI Z
II II II II II II
M
f9 m m +'
O
Q Q Q
N
V1 \_
Cl) N
iD
0)
lD
41
Ln
v
01 W N
VI NN p I,
V1 - N lG
lD N � r-I
� N
II II II II II
(U t N
I t
_.
C 7
ai 4!
W >
fC
i
G1
Q
N
N �
Ln I-t
CQ1 lD 01
O V) O
cuI.D + N ++ N N N
V) �' M
I M
x
00 X W
X 01 ++ 00 00
rn Ln 00 N
.--I r I Z
II II II II II II
ai N M
(O !0 m 4+
L1 L L
V)
T
lD Op
LD
i
SAH o- y
3
� n
s
W
� 0
y V
FG
BC 473.96
-- FG 474.15 FG 473.76
- - TC 474.42 Pink area separate
- _ BC 473.92 calculation(Landing 4
iN Organic Area). 1
Up�U FG 473.82 TC 474.31
U-�_Up-• BC 473.81 � I
1 �
2 3
Ln
SG .5 4G64 .5 468.5 Si 9.94
U 469.
D——S --S S`n S v —
.,*Avg 464.23 Avg 466.62 Avg 466.26 Avg 4 5
1
SG 75 G 466.75 3G 467.75 b SG 46900
LOQ
IP
r—
SG 463.0 G 463.5 467 46 G 64. G 46
46 466—
465 '
*4_7)57
461
4 W
W
459 Z
—458
U -
- W
3 I I
BC 474.34 _ TC 475.21
TC 474.67 fi BC 474.71 -
C 474.17 ' - TC 474.67 EG1.7±
6TC 475.30 K (MATT EXISTBC 474.17,
s 70.67 = BC 474.80
FG 470.67 - '
- FG 470.67 -- FG 474.77
FG 472.42
� —-9.99 ft — —
465.6Z— *
. *---- - EG g74.8f
S - FG 474.64
----�-` -- ---
FG 472.42 (MATCH EXIST
r sz-r--- - -
Ss II, Z94@.P667 s a fG 472.42 _I W EG 475.
I �t4W�667 FG 472.42 1 (MATCH
FG 474.77
(fig 0.
W ' 5.4 67
A6
g6)6eP J EG 47
W 464 46,5 66 1 (MATC
Cly 463
4662 FG 474.66
FG 453.75 460 1 I
FG'45375 �s
1 s s
EG
7s. _ nTr
Ai
1 vuW
n
fill
1 i -----
-lit P
r 1 1 q
!_] 11
m _
14
cj
en
0
4
N N
N
LU
Ir
LL
ip6
Z S�
lii ,] ii ! d � �i8
3 ' Lu
Landing 4 Organic Material
n4l
2Df fp
I�C, C,11
G
' S
f
Main Stair West
DIARY(Continued) Downtown Staircase Project Page 4 of 4
Date 6/05/19 Project#201
11ft x 17ft x 3ft=561ft3
=20.78cy
U a4
Unsuitable Soils
Embankment Unstable And Sluffying Off _
mow' y
,
• v _. m
Unsuitable Soils Contain Organic
Materials and Embankment Unstable
Main Stairs West
y
' I
/ r
+
Inspector„ Lee Hedrick
.._._.. �. .................. ...
FORCE ACCOUNT for R.L.Alia
Project:Downtown Staircase Prolpri No. 201 615/2019
uo Unsuitable Sails Over Excavation Main lar,VOE.I rg5Nf: 1 tnr ts,Embankment Ursiahle
_ __.. _ ;
1 1.C1 7 X:_ D:;:>cr-�C.3 CY!2:_rads Stock riled
I
LABOR COST'S ..� '-1 :.:.i:hanged RAA L anrAuf,e5 i l,'_k.,mu l aii AIVOuNTS
Name Classification Reaular Overtime Q Regular Overtime Total
Dan Redwood Operator 1.00 j $76.49 76.49
Bill Brunell Truck Driver 1.00 $7037 70.37
Tat91s
Total Labor Cost: ]5 146.86
EQUIPMENT RENTAL COSTS
HOURS HOURS RATE RATE AMOUNT
Contractors Equipment Regular StandbyRegular Standby
Komatsu PC 200 1.00 $98.22 98.22
Mack 363 Solo Dump Truck 1.00 $56.29 56.29
Sub-Total Contractors Equipment Cost: $ 154.51
Rented Equipment
5
Sub-Total Rented Equipment Cast: $
Total Equipment Cost: $
MATERIAL COSTS
Supplier Material Type UNIT QTY UNIT$ AMOUNT Sales Tax
$ $
$ $
$ $
Total Material Cost: $ $
SUBCONTRACTOR COSTS
Subcontractor lWork Description UNIT CITY UNIT$ AMOUNT
HR $
HR $
$
Total Subcontractor Cost: S
SUMMARY OF FORCE ACCOUNT COSTS
ITEM AMOUNT TOTAL+.MCii;TS
Labor Costs $ 146.86
29%P&O on Labor
Subtotal: Labor - - -
Equipment Costs $ 154.51
Material Costs $
21%P&O on Equip&Materrol
Subcontractors $
12%P&O on Subs t3a,Subtotal: Equipment.Material.&Subs
TOTAL 3rP
Lee Hedrick Leith Lycksell
City Representative Contractor Representative
Existing Wall W. End Pea Gravel
FORCE—ACCOUNT for R.L.Alia
ProjoY u Downtown Staircase project No.201
_ascn ion Over-Excavation West existing Retaining Wall!Pea Gravel&Saturated Sal
2-''t f 6'X 4 Dt"f,
T a t x 1 rift' x iff = 1 g441`,2
I
LABOR COSTS CURS cher rRAT�—izaudcs 1"(CA.MC.L61 AMOUNTS
blame Clasa icatlon R ular Overtime Regular Overtime Total
Den Redwc,- ODerator 1 00 576.49 576.49
Bill Brunell Truck Driver +^0 569 77 $69 77
i
'.orals:
Total Labra Coat;
EQUIPMENT RENTAL COSTS
`.QRS HOURS RATE RATE 7 AMOUNT
ContractorsEcruipr^,t?t° _ -- ular Standby I Regular Standby
I
Cv i 13 uur..c1 00 S5629 S
matsu PC 200 1 00 59822 $ y5 2L
S
S
S
Sub-Total Contractor's Equipment Cost: S15451
Rented Equipment
15
IS -
5
3
I� S
Sub•-"�tat Pent:•.i�;i:r,�..,:,.r'_:st S
Total Equipment Cost
MATERIAL COSTS
Supplier Material Type UNIT CITY UNIT S AMOUNT Sales Tax
S S
$ $
5 5
5 - S
Total Material Cost S
SUBCONTRACTOR COSTS
Subcontractor lWork Description UNIT QTY UNIT S AMOUNT
HR
HR
S
Total Subcontractor Cost
SUMMARY OF FORCE ACCOUNT COSTS
.7EA,1 AMOUNT 7:77�_.L%*0',:a[-"s.
Labor Costs
29%P80 on Labor
Subtotal-, Labor
�Equ cmenl C Wsts
Materiel Costs
21%P80 on Eauio&Material
Subcontractors S
12%P'0 on Subs $
Subtotal: Equilgirnent.MaterialiL Subs 4
,.TOTAL
Lee Hedrick _ Leith L7ckselt
City Representative Contractor Reorese?,t3ti-v.
CITY OF
FIELD DIRECTIVE
Federal Way
Field Order No. 008
Project: DOWNTOWN STAIRCASE
Project Number: 201
Owner: CITY OF FEDERAL WAY
To: R. L. ALTA
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS"FIELD DIRECTIVE"WHICH MAY CHANGE THE ORIGINAL APPROVED
PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR
PROJECT.
SUBJECT: Revised PAEC Plaza N. of PAEC Wall
PER THIS"FIELD DIRECTIVE"....:
The Contractor shall extend the demolition limits of the existing PAEC plaza north of the new PAEC Wall by
approximatly U-0", per the revised attached 1-1.01 Plan sheet. Standard Concrete Pavement shall be
installed as shown in the attached revised L1.01 plan. The existing planter immediatly north of Landing 8
shall be revised to accomodate the new demolition limits per the revised L1.01. Parking Plaza paving limits
shown on 1-1.01 and L 1.02 shall be deleted and replaced with temporary grass as shown on the revised
1-1.01-1-1.04 drawings.
During excavation of the footing of the PAEC wall, it was discovered that the demo limits in the plans were
not sufficient to maintain a legal slope from the north edge of the wall footing to the plaza level without the
use of a shoring system. In lieu of shoring, additional removal, excavation, backfill, and plaza paving are
required. The additional demolition impacted the adjacent planter are north of Landing 8. This planter area
was not addressed in the plans because it was part of a future development that is no longer pending. It
was decided to revise the planter island to maintain a finished looking project. Furthermore,the Parking
Plaza concrete paving will be replaced with temporary grass due to the unknown plans for future
development on the adjoining parcel and to eliminate an ADA compliance issue that was discovered with
the Parking Plaza as originally designed. No additional irrigation will be required for this new grass area.
COMPENSATION TO COMPLETE THIS FIELD DIRECTIVE WILL BE PER....
All labor, equipment, and materials required to remove the additional plaza paving, set eco blocks, and
excavate the slope to accommodate the footing shall be per Force Account per Section 1-09.6 of the
Specifications.
New limits of Standard Concrete Pavement are approximately 53 SY and shall be paid at the bid item unit
price.
Additional Cement Concrete Pedestrian Curb is approximately 25 LF and shall be paid at the bid item unit
price.
Additional Seed is approximately 815 SF and shall be paid at the bid item unit price.
Additional concrete pad around AL-9 shall be per Force Account per Section 1-09,6 of the Specifications.
Provide lump sum pricing for additional fill required on the northside of the PAEC wall where additional
excavation was required. The lump sum price shall include all labor, equipment, hauling, testing, and
materials required to install the additional fill.
Attachments: Revised Sheets L1.01, 1-1.02, L1.03, 1-1.04, E1.03 all dated 8/1/19
Chelsea Verzwyvelt,CCM
Prepared By: 2019.08.01 13:52:05-07'00'Date: 8/1/19
Chelsea Verzwyvelt,Resident Engineer
Received By: Date: 9-Z3-/l
C�anlravlur
IRS
A
R. L. ALA COMPANY Pdmecm
GENERAL CONTRACTORS PUMPING STATIONS
107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON,WA 98057 E-MAIL: gjpank@rlalia.com CONCRETE STRUCTURES
(425)226-8100 OFFICE dpank@rlalia.com UNDERGROUND UTILITIES
(425)226-8649 FAX LARGE DEWATERING EQUIPMENT
9/23/19
City of Federal Way
33325 8th Ave South
Federal Way, WA 98003
To: Chelsea Verzyvelt
Re: Downtown Staircase(21"Ave S Pedestrian Connection)Field Work Directive No. 008
Chelsea,
Regarding Field Work Directive No. 008, Alia proposes a price of$4,000.00 for the backfill.
Thanks,
Gary Pankiewicz
R. L. Alia Company
CONTRACTOR'S LICENSE NUMBER RL-AL-IC*104PT
I LEGEND
PERFORMING ART ART -- -_ --
m
FUTURE------ '
AND z� ' 0 CE CONCRETE-(BROOM TRIED)
/- r .L �mPe� me�a�
EVENTS CENTER
J....._._ •. 0 ncE"91i GIP CDNCRETE 11.1 AND TERNACES-(PROOM.1.TOP WIN 5100tH FACER)
��ES@hN PLF20. i 0 UP CONCRETE TERRACE&ACRS (MEDIUM SANOWAST FININ ALL AIRFACES)
OR 2 J POLITE MREDLJM SANDBLAST(DARK GRAN,LGART FIRAN FOR LANDMGSRAND PLAZAS) ALCEBLBIE
—_— _
SIR
OOPS �_`/.' Tefi I PROPERttUtR
$ 16
DULECk
s_ .. 4M -)I
�Ir Tr� - Is[Y19i£F�REFERENCE NOTES SCHEDULE
1 .a _ 5vMBGL DEBCRP1
UTYPE AND TYPE 5
—eIL
FN SHES(SEE STRUCTURAL)
NFORCED CONCRETE PAVEMENT TIRE 3rtl
V I FEED(2'1 2 SAWCUT JTS.) `l
✓ Cr (7y '1 l�_� ]J _�- _ • ❑2�} HANDRAIL �t
Jo Try O CONCRETE TERRACE BLOCK.-TYPE 4 FINISH
_ — 2� F �� I (SEE STRUCTURAL)
e O DETECTABLE WARNING SURFACE
- d ) bF -�� ❑J © CORTEN STEEL ETO
DC NG
r' S, _ -
_ m
, AREA DRAIN
_ 3• —' m® RE NFORCED CONCRETE PAVEMENT TYPE 2
�� - _ FNSN(ACCESS BLE ROUTED
a 26
- 15 ( WASTE AND RECYCLING RECEPTACLES
/ 1 III (� l- _r- N
e❑tO5 BOLLARD TW.
13
t n
/ • �/ o E CABLE SAFETY RUL
s
i
13 t
� ] t
OCONCRETE TERRACES E t AND TYPE 5
»"��'��'•��'• ��ar� FNISNES SEE STRUCTURAL)
• r O ONCRETE RETA UNG WALL TYPE 5 FNSH
% yU (SEE STRUCTURAL)
LADS.E _ RETAPIWC WA�RA N, Iz O TREE GRATE vn�
flETAIt9N6 WALL tRi E%IBiING NEW END OF JI
O C'F 9DEWAlK E%LSDNG EgSRNG
- \._ / ❑9 15 TRENCH DRAM
a 1�6 PLANING TOPSOIL(SEE L1.0'1)
TO 0 2 - -- L Ig m O CONCRETE CURB AT PLANTER TYPE 5
TO
; 6 —ABANA ; 14 I O 18 CABLFINFAR
---
DID
DTEM TABLE
S316THSBID DT ITEM
--.F-,._._..�...,-..' s. ,..... ^..•.-:»..�.__ "���ff WALK
RUIs
s
NEY
ITEM
ITEM
® EXISTING E BET(RELOCATED-CENTER AT
s I EDGE BETWEEN PLANTERS)
KEY9 NOTE NOTE @EXISTING TRASHJRECYCL RECEPTACLES
D O RE PNDEM NPIGMENTEDT ® SITE FURNISHING 11 PTREK DRAINS RELOCA ED-CENTER ON PLANTER)
a �2 JOINTS
HANDRAILTOPSOIL TYPE AT
E]O EXPANSION %2 um
® SITE FURNISHING TYPE CDRTEN STEEL TOPSOIL TTPE A2 1 �a� M.......
❑O 22 CONTROL JOINTS AND 1' SAWCUT.AkNTS
• � 1 BLACK CR059NO i PER PLAN um
1 AN RAMP fi. 1
❑i SITE FURNISHING TYPE AREA DRAINS CEMENT CONCRETE PEDESTRIAN CURB - • • • m 23 STANDARD CDNCRETE PA4EMENT-NESH TYPE 1
• RAP
s
SHE FURNISHING TYPE WASTE AND 5 CABLE TREWS SYSTEM 1 N
c ❑D RECYCING RECEPTACLES O --T — —� --- 24 AN FLASHING BEACON(SEE ELECTRICAL
❑6 STE FURN SH NG TYRE.GUARDS 1�h STRUCTURAL E%LAVATION CLASS A 1 1 DID
)
$ i6 y _77 _ ti 25 51REETVL LIGHT WELL(SEE ELECIR CAL)
3 ❑T CABLE SAFETY RA UNG STANDARD CEMENT CONCRETE PVMT 1 -- 1'
❑9 STE FURN SH NG—1 TREE GRATES O CEMENT CONCRETE PLAZA CURD - ������ I 0 26 CEMENT CONCRETE PLAZA CURB TYPE 1 ri1ltlMall Wd..y..
_ -- -r--�><+�+ F N 5H CaII Metore you dig.
RCA.BY EJC Approved by CITY OF FEDERAL WAY DRAWWG NO. L1.01
BemerARAM a:,dW �6 D..IGN BY Deni RA""GLR SA DOWNTOWN STAIRCASE PR
,�Federal W aEGT N0. A,6 DDD,
333Oi mh_,W, SPUR,Sone 3W CHECK 8Y _ [mhmlm Opprtvn� E"rILT A DALE: 11Y28t,8
S wav,we
sNW:DUR)DrzsoD eAMi1,e° "'"""""" PA. MATERIALS PLAN
m CZW)43,2300 Par.(256)x3,-22m PROJ MGR LES SKEET N0. SB OF%
NOTES FUTURE FUTURE HOTEL NEC clwL FOP ASF•xuT REPrADEMENt tirP-) LEGEND
m 1 REFER TC SPECIFl SEE 11 FCR f \ / EDZSAIR AN - � i p CDNC.4ETE (BROOM FN Ri)
All,TE CIXDR AND F N SH MQ 1/
Z3 Ty E ICIA CNCREtE STAIRS AND TERRACES-(BRCRN FINISH TOP WiH Su001N FACES)
f} b
3.F 2R � DNCREiE TERRACE BLOCNS (MEMIMI SANDBLAST FINISH ALL SURFACES)
_ -1— L (�-t P SETERED WNCRETE (DARK AUDIT TIGHT SPERN FLASH FCR ACCESSBIE
- — {I x-j RUE.NED NM SANDBLAST FINISHFCu
SH R uDNGE AND PLnns)
--- PROPERTIUK
DEVELOPMENT: REFERENCE NOTES SCHEDULE
0 - 1 sYti,ROI. DMSCRPTDN
X2 �\IL
y�>`. y' '�� �` TI'r• _1 T 10 I O CONCRETE STARS TYPE I AND TYPE 9
FLASHES(SEE STRUCTURAL)
2 P
RENFGRC C N RETE AVE T TSE a—�
` i�!^( I,.L 13 m O FIN SH(28X 2 SAWCUTJTSJ�
- _ BANORAL n
Tb - - — -
2 \ ilii i �4 CONCRETE TERRACE BLOCK TYPE a FINISH
/\i' _HY-
TIP- \ O DETECTABLE WFRN)NG SURFACE
�1 RETMENTNG
G °o GGRTEN B EEL EDG NG
- -� N wA � ❑* � AREA DRAN
RE
E ®Ob REINFORCED CONCTE PAVEMYP
ENT TE 2
FLASH(ACCE—LE ROUTE)
9 I
w M i O WASTE AND RECYCLING RECEPTACLES
CABLu¢
M
Z �,ua_+ I ❑i 1O1 BO £RAL
BAFETY R
nsht a) — ——-- �7
�
UNRE,E TERRACES-TYPE i AND TYPE 5
IS� �P _ I � FNSNES(SEE STRUCTURAL)
GNCRETE ft[TAry WALL TIRE 5 FINISH
_ {SEE SttiUCTURAL}G
14 i � ❑B To TREE CRAZE
I
vas
®O TRENCH DRAIN
10 PLANTING TOPSOIL(SEE L'I.DT)
_ 1
scale feet i —J ®Q
OUNCE IS CURB AT PLANTER-TYPE R
- -- -� -
S 316TH ST
FINISH
------�❑ _ I a O CABLE TRELLIS
BID ITEM TABLE BID ITEM TABLE i WA NG BENCH(REL TE - EN
1 I EDGE BETWEEN CALAI
C
GET Ely I
NOTE BID ITEM DESCRIPTION NOTE BID ITEM DESCRIPTION 20 EXISIINO TRASHJRECYCL RECEPTACLES
$ TEXTURED AND PIGMENTED CEMENT g SITE NRNIEHING ttPE TRENCH DRAINS -_ -_ -_I I O (RELCGATEA-CENTER ON PLANTER)
g ❑ CONCRETE PAVEMENT ❑
ExPANSiON JO NTS
s ❑ NANDA L o TOPSOIL TYPE A, -�� �
a TE FURN SH NG TYPE CORTEN STEEL tt ! I T-"` ——I-- _ _ - ❑22 PER PLAN NIS AND T%2 SAwCLT,10N
❑ EDGNG 11 TOPSOIL TYPE A2 CDNTRD TS uol.
p
❑
SITE FURNISHING TYPE AREA DRANS 0 CEMENT CONCRETE PEDESTRIAN CURB ; �__{ I m 23 FTANDARD CONCRETE PAVEMENT TYPE 1�
SITE FURNSHING TYPE WCABLE IREtLS SYSTEM
WASTE AND
ETA
SH
© G/J RECYCL NC RECEPTACLES © LL1 I O RAPD FLASHING BEACON(SEE ELECTRICAL
i ANGEL)sTRUCTURAL EXCAVATION CLACE AbSTE FURN SHN6 TYPE 00LURDS —1=1
Q �J
1 25 STREET LIGHT WELL SEE ELECTRICAL)
❑ CABLE SAFETY RA LING O STANDARD CEMENT CGNCRETE PYMT. ~ T6 20 CEMENT COIs
NCRETE
SITE FURNISHING TYPE TREE GRATES t6 CEMENT CONCRETE PLAZA CURB
❑O PLAZA CURB-ttPE i I(RVA'whet's b6IOW.
e❑ ❑ FINISH Call oeroreyeu mg,
Approved by CITY OF FEDERAL WAY
BergerABAM eon�+ DRA BT E B RA Ll IT ND L�D2
DesIGN BY-QEN+_ DOWNTOWN STAIRCASE "Ll IT NG als.00al
Federal W PR
A,
A n N Su - CHECK BY DEW Cm+ln,N m DATE 11128118
3xso1 m we ed MATERIALS PLAN
<"�iao�`F a�+T zz a L,•.,•a'� w MGM oaf acT M.,+AHER DA
SHEET NII
BD OF ea
\\ T I LEGEND
a X
CONCRETE PA4FMENT Al SDEMILK
tt /
� � I yyJ���. RTCREIE TERRACES
TCR 1.11 PRESCRAP A.I.-I PL AN — PROFERTt LINE
/\ OTEIMI C
- CN MATERIAL A ATE i i
O9 E%TFNT UNESBT
Il
� e� � � KEYNOTES
VINES A.ON TOP OF WW'FIXr-_
X ELS AL . rmALL ANEs cpNeaEiE mmA'ua1, O PVPE ME BoinN caL NAME of ME PLANT uiu DE INBEeiEo IN ME euNK
AT TAT FACE AT BALL,
,AEE wEa
_ I — 1 RRENT�ING NOTES
A
1 Ofl ALIGNMENT Min ME FACE
STAIII
IED
IOTIMSE
2 ANSE OREOCABL LTRELLS S WALL BE NALAL ED00NLY IF THE CABLE TRELHA 610 TATTERATYE
N ALL INSTALL ALL TREES nNp SHRDRL x DIRECT
11NE LL
3 SEE RROATON PLANS ANO CODRIXNAT:INSTALLADON CF IRRIODSTIN MM ME PLANTINGS.
. AIL a. SEE ELECT TAL ST:PLAN EOR LGHTNG.
S GRADES IN LANDSCAPE AREAS MCN
U BE STEEP N SOME AREAS CTRACTDR IS REWIRED
1 �O CTC
TO INSTALL LANDSCAPE PLANTNOS AND EMPLOY STABLIZATDN MEASURES AS NEEDED 10
HESCTYEhG1TM REVENi EflOLON IN AREAS THAT ARE$IEfP
I .
NIFECF
Gq(AiES XT O.,Sa:E CCNCRET( (1YP) ;;`: ACQ.bYBIE RED, 6. USE 15.06 AND 15.0'/FOP PLANING OETA LS AND LANDSCAPE PLANTING NOTES
ppDOt JQk DODO ® a71
SOP 00
ERETAINING MALL _— _
STT .1_
1AINS
IXSiMG _
� SIOEMALx\y _
_ L
3
EDL PIN L D APE -- -- .._ Y • ,
RENTRACTE SHALL PRESERVE AND PRO CT EXPLANG
PLANT M0. L
6ER AL AME GRE ESi EX ST POSSIBLE-
ANY PLNT MATERIAL DAMAGED OR REMOVED SHALL BE POLL('PE) HIGHT POLE/PLAMEA
1
AEPLACED T)MATFU IN IONO 1 1 WELLS(m)
S 316TH ST
_ TONTRACTw SHALL REMOVE U.snxc PwaT'ATEPUL •.. �.i _ - •.•.•_ ---�Y-------�
IN TS ZONE,STORE.MAINTAIN AND 1RANSPLANi BACK MID-BLOCK
UPON COMPLETOT DF STOPM NE IMISMMENT3 IN MI5 —= (BOSSING 1 i
AREA-MULCH TO HATCH NEWIMPROY£MENis 1
1
scvie It Call before yrou dig.
Approved by CITY OF FEDERAL WAY
�� I £Tl�l� a'ad DRawN BY eJc H �N�N.NwER e. oRAw,No No.. L1 A3
oEsiEN BY etc DOWNTOWN STAIRCASE 1111 IT No.—All""
....
EG BY DEW Federal Way EN
,p oww m DATE „a0„B
n
LOO"”. Fac(206)431-22s0 b�onmfP' PROJ uGR DJ$_ E[T MANArc:z ory PLANTING PLAN SHEET N 6i OF 94
PLANTING NOTES
LEGEND PLANT SCHEDULE
L aONTRACTOR SHAu INSTALL ALL TREES AND RHROBS IN DIRECT ALIGNMENT VAM ME FACE
ll—PAxESEE IRRYENT CR SIDE-1 THE TERRACE STEPS AND STAIRS ALLESS NOTED OTHERWISE. 7@EFS 91Y CdBICN NAYF Gdl.
R. IDATDN PLANE AND COCROINATE INSTUAARGN IF IRRIGATION ATM THE PLANTINGS.
CONCRETE TERRACE, 3 AYEIANgNEN AR6gSA'AUIUYN BIgllANCE OOYNY SEAMY 25'GAL 2S'CM
3. SEE ELECMICAL SIE PLAx FOR UMRNG
--- — PRWER UNE A GRADES N LANDSCAPE AREAS Mt1 BE STEEP OYE REAS CONTEACT S REQUIRED 6 PRIMUS%14OGFH99'AXFOCNO' ROAEAN6 C.— 29'CAL 25'Gd.
KEY NOTES To PRENTAATIL LANDSCTAPEERPLANTNG9 ANN EUPL9 ABI z L N YEAETIREs E NEEDED TDAJ W� .
TIE O 'EAS TEAT AIDE STIEF
21 RGB.41A PSEVWACAgA TMoV FPoSIA LOCUST w CAL WOKE
9K _ PLANTING NOBS. _
ME BOi NCM1L NAYS OF ME S SEE CP ED AND IAT FOR PTANTING DETA LS D NEACA E
.1&�W-.m W THE✓1LiNl(,
I. CMC9ETE SlAM9 InT) t.'':.�•' 1 GLL ILTAeR.� Cg1Yg1 NAPE
NciF
135 ACE.gGAIltE1Ai'ftOL91iASiIX' —T ADI &w 4'-0'O.0
ti 1
} � on..Ntu xauc Cpetq{_wy�N, 5VE �yp�
m CORMJS"CEA 9tEt w NflSEll WGW000 i 6AL 21'O.C.
E�_91HVB ffi BoruW.CY pub .IIAYE 92E �A4M1G
". gZ569�1iWlF ,a
(np) F i -i� i .._• Q 22 --A e..TA PPol£T NGHEYAA]R£ J CALL H�J __ •��__i. ® 10.1 YAHCNIAtONW'JA q£WN CRJPE I OAA 2A'0.0.
'-T£RMACES(TI) �. i- A3 R1105PORVY TGRNA'M1dE1,ER'C 01YN6' ONARP Poli09MR1Y 3 GAL W OC.
R09 FRIINUS LMIROCgU9JS'OTIO WREN' Wl%ENS L4mEL 3 GAL 38'O.C.
®�p®® — o �
D5 EDR, ®fl Q� 0 fl T -- _ J` '.' 'EO*OG& 4T1 @IIINIGfl.tlBNE rmml xar 9S. X"
GNAkACR051i5 X-,P,-XAI&.FttR51ER' NNNE R PFfD gtAiS 1 GAL 45'O.C.
-------------
AN® ®®�
G• _ aD000 115 YKCANMU9 S90-YHM—ucir —A4RAS5 ICAL
AS 195 YUTAENBERgA CAPgUAt'REGAL Ylsr To ulg{Lr 1 GAL 2+'0.C.
_ O 89 PEIo— WAYEtx' N..OWAR!"igRLIA91 gtA55 To. 21'O.0
on caswisI am sum
E11PfWRgA 1 6K tY 0.0.
-
SIDEwALN STREET TRE£ UCH,POLE/PIAxiER CgKRETE TERflACE -- —� - A59 FlLAGItlA CtNLOENSNi a,AD,51RAK%1&Y 1 DAL 1A'0.C.
WEaS ETm) WELLS I-) BLax(rn)
# coN Aam sxna RE LIVE AND'ETTEGT EnfiGNG
LANT IAAiFR FATEST E%TExT PG550LE I.5)1 UAIOPE SRCATA OUR.lAY NAF 1 CAA, 1Y 0C
'
ANY
REPLACED GED CR RENDVED SHALL BE _
-
0
S 316TH ST — — —�� smtsEm_ Qn BGT Nl x �2e¢.xexE sm
I. --- Y xAYF
BID ALTERNATE
I _-. ',- -25Z-SF SEES(9EE SPEC61CAiWNS} PDADSmE NESRWAIMM ABJc YID
—_.
i0�II ff II [[II kkII c� ZAM
fill �YGNNA= 5m
' "'Y"' 11 gfYAl15 M6IA19W'91OPoRNT El£RCAFEI!pEl1Ai5 3 CAL N1 o.O.C.
Call before YOU dig,
scale feet
5 TAN IT eJc Approved by CITY OF FEDERAL WAY APAINIP No. 1-1.04
BergerABAM aodW oescN eY etc IxEEre�Nc xa�ACEre D. DOWNTOWN STAIRCASE oLEGT No. a19.GDD1
Federal Way ENC
It A, CHECK ev LISW /RBite
a wvmiv ns.gr` eeaaizwN bam1,Nvn 0yoeiu""' ec*N..NAMN D.. PLANTING PLAN TE. 11
11 'KIND (206)431-x3Uo Sex.w5)<Si-a25c PROJ MGR D
62 OF 94
—� _ � ______ ''^-s•�.-...amu,s.,
B
Ialrunse ---
=
a • 4 , i
17
17
y fir% I I I�xl —
GENERAL NOTES
,mases sr�sTes.m roReoxourrnrv°e°xoocroa Rssns. _______��--- -
f
CONSTRUCTION NOTES 316TH STREET
Q xewnte,duxcrrox eox.utsx�TesuewaoeraL.
AQ xewttee2E.KT rvsox.sE—lTlNN0R eruL.
R NEY NOTES(ALLWORKTHIS SHEET) ® ---"-- —.
o cmPLRe�rELD xma«n� nt umx ,,� ._Y_,
Q L xLeeaiunsi Essesn0ae+neiroi,r>usn, NruEs'jL \ \\';
lj
BID ALTERNATE#A2-ONSITE DECORATIVE ILLUMINATION AND LIT HANDRAIL PLAN �, \ I /e-• \-x�.
seise ,o zD .. � '��
KmvwbarI IM.
Callb0olywdie.
fi
DRnwn er J N_ Approved by CITY OF FEDERAL WAY oRnmxc xo E1.03
g �l BergerABAM DescN er FMDOWNTOWN STAIRCASE PRO—T NO A,aDw,
CHECK BY�_ Federal Way
g z Flea rrce _ Ed
r�alwm,weds«gmrc reset-2soo .� D�«"'Lr Ec*ur.rvacfa oA BID ALTERNATE#A2-ONSITE DECORATIVE o<TE: 1112az,e
bl 1 REBIDn Roe)adr 2- Fm:(mb)anT¢sss '0^'�pO alp I'Rox r+GR ILLUMINATION AND LIT HANDRAIL PLAN
5 SnEET N Ne OF B4
RETURN TO: PW ADMIN EXT: 2700 ID#:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIV: PUBLIC WORKS/
2. ORIGINATING STAFF PERSON: EXT: < 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT(AG#): q-0;u ❑ INTERLOCAL
❑ OTHER Ghcroe 0rder#
4. PROJECT NAME: Downtown 1'tal(cxe
5. NAME OF CONTRACTOR: �L Olin,GOmpGry
ADDRESS: 1 11.111EntOrl.WO g6O57 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: WO 0110 TITLE: PreUdCrt
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# EXP.
7. TERM: COMMENCEMENT DATE: 15-Mar-)c Iq COMPLETION DATE:
S x,015,58100(0(19)
8. TOTAL COMPENSATION:$ -H_°x• 500�GUkk )=S 6U�X5600!r2vred oti�U (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: a RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To:
9. DOCUMENT/CONTRACT REVIEW INITIAL I DATE REVIEWED INITIAL/DATEA„PPFQVED
r)IV[%'(�N \I \`.\<<I-R
3'DIRECTOR ? �✓
❑ RISK MANAGEMENT (IF APPLICABLE)
x LAW DEPT rl�
10. CODUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING y�
❑ SENT TO VENDOR/CONTRACTOR .A DATE SENT: DATE REC'D:-7-Al*24!)
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICEN' .EXHIBITS JJ
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR l MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
LAW DEPT
>R[,SIGNATORY(MAYOR OaJlAKc ) 1
yZ,CITY CLERK
In ASSIGNED AG# AG �Q
❑ SIGNED COPY RETURNED DATE SENT: .
❑RETURN ONE ORIGINAL
CONI M E.NTS:
L'�xLcu-I-E OjuGiNALs
CONTRACT CHANGE ORDER AGREEMENT
201 AG 19-022 01
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
Downtown Staircase Project R. L. Alia Company
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. DELETE AMELANCHIER ARBOREA `AUTUM BRILLIANCE'TREES
The Contractor has attempted, without success, to find the Amelanchier Arborea `Autumn Brilliance'
trees or a suitable substitute. Due to the inability to find a suitable tree, and concerns about the root
structure's proximity to the storm drain, it has been determined to delete these trees from the project.
This direction was previously provided to the Contractor in Field Directive 001 (see attached).
Bid Item #47 (PSIPE, Amelanchier Arborea `Autumn Brilliance'): The estimated quantity shall be
decreased from 3 EA to 0 EA.
-3 EA x$475.00/EA=$-1,425.00
2. DELETE UPLIGHTING AND FESTIVAL OUTLETS ASSOCIATED WITH TREE DELETION
The Contractor shall delete the festival outlets, uplighting, and associated conduit and wire
corresponding with the above deleted trees as outlined in Field Directive 003(see attached). The credit
proposal provided by the electrical subcontractor(attached) includes a breakdown of labor, equipment,
and material costs associated with the reduction in work.
Bid Item #A1-1 (Festival Outlet System, Complete — Onsite): This lump sum bid item shall be
decreased in the amount of$1,348.57.
Credit to Festival Outlet System—Labor $ -983.99
Credit to Festival Outlet System—Equipment $ -62.00
Credit to Festival Outlet System—Materials $ -302.58
$-1,348.57
Bid Item #A1-2 (Low Voltage Landscape Uplight System, Complete—Onsite): This lump sum bid
item shall be decreased in the amount of$7,151.43..
Credit to Uplight System—Labor $-2,243.15
Credit to Uplight System—Equipment $ -136.60
Credit to Uplight System—Materials S -4,771.68
$-7,151.43
The time provided for completion in the Contract is
® Unchanged
❑ Increased by_Working Day(s)
❑ Decreased by_Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No
CITY OF FEDERAL WAY DOWNTOWN STAIRCASE
PROJECT#201 /RFB#19-002
MODIFICATIONS TO UNIT PRICES:
THESE ITEMS ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
ITEM ITEM QTY PREVIOUS REVISED ADD OR
NO. UNIT PRICE UNIT PRICE DELETE
Al-1 Festival Outlet System Complete- 1 LS $20,000.00 $18,651.43 -$1.348.57
Onsite
Al-2 Low Voltage Landscape Uplight 1 LS $78,500.00 $71,348.57 -$7,151.43
System, Complete--OnSite
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM ITEM PREVIOUS UNIT REVISED ADD OR
NO. QTY PRICE QTY DELETE
47 Amelanchier Arborea'Autum 3 EA $475.00 0 EA -$1,425.00
Brilliance'
TOTAL NET CONTRACT: INCREASE$0.00 DECREASE $9,925.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 2,615,381.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ -9,925.00
NEW CONTRACT AMOUNT $ 2,605,456.00
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE"
1 1117 6 1 �)) [ k �
PUBLI WORKS DIRECTOR DATE
CITY OF FEDERAL WAY DOWNTOWN STAIRCASE
PROJECT#201 /RFB#19-002
CITY OF FIELD DIRECTIVE
Federal Way
Field Order No 001
Project DOWNTOWN STAIRCASE
Project Number: 201
Owner: CITY OF FEDERAL WAY
To: R. L. ALIA
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS"FIELD DIRECTIVE"WHICH MAY CHANGE THE ORIGINAL APPROVED
PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR
PROJECT.
SUBJECT: Delete Amelanchier Arborea 'Autumn Brilliance' Trees
PER THIS"FIELD DIRECTIVE"....:
The Contractor shall delete the 3 trees in Bid Item 47
As discussed in several RFIs, the Contractor has attempted to find the Amelanchier Arborea'Autumn
Brilliance' trees or a suitable substitute. Due to the inability to find a suitable tree, and concerns about the
root structure's proximity to the storm drain, it has been determined to delete these trees from the project.
COMPENSATION TO COMPLETE THIS FIELD DIRECTIVE WILL BE PER....
This deletion will be captured in a future Change Order in accordance with Section 1-04.4 and 1.04.6 of the
specifications.
Attachments: 1-1.03 and 1-1.04 Dated 5/8/19
Chelsea Verzwyvelt,CCM
Prepared By: 2019.05.21 14:44:17-07'00' Date 5/21/2019
Chelsea Verzwyvelt,Resident Engineer
Received By. rte~-` _ Date 6
Contracpr � Y r (1�NIGleU/Ic�� VP
� � Q
� Y
Gi WSW ¢ N
it 7 a ui
AWG ? - 3 a
Ca
C4 ~
co
Lu
LLI
wO 3aniuya�a uo
- I Y a
3NIl H31VM
at
WWu
5 t; 'Ilv q�l
Tie-
Mi •ea
f
s., �f �, >1 � I• � 9 m
-----
�1— a 'o
1
r� I
,-4t,..�',
� c I
�5 -� � I •RJ�ttie � �y3z
U-2
[O
b�
c
5� y}� �U c
e n o r e 6 e o w
b i
31 R �yJ � F b H
3 w
c � a
° Z a
I �
El El D Ell
b �
a
a
r =
W
W
� J
r m 0 :
Ali
:n
t� �� �•,
W � _
f ,� WJ i3m
w
o �� a s sQL-
CL
� S3AVl$1Z
I = U #141
c
LU
z
cU
W az
Y O 1 � N •( � I'- �1 1 e
c
LU UJ
N 11 133HS 33S 3NIl HDIO
r.=..,,,.a;+mrmn.e+q�,s.x,,• �...... a+.-.�-ar.,,�R..::,a.....«�........,�,.v,.......e--...-,...«d...
CITU OF
FIELD DIRECTIVE
Federal Way
Field Order No 003
Project: DOWNTOWN STAIRCASE
Project Number: 201
Owner: CITY OF FEDERAL WAY
To: R. L.ALIA
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS"FIELD DIRECTIVE"WHICH MAY CHANGE THE ORIGINAL APPROVED
PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR
PROJECT.
SUBJECT: Delete Up Lighting and Festival Outlets
PER THIS"FIELD DIRECTIVE"....:
Field Directive 001 deleted the 3 trees in Bid Item 47. The Contractor shall delete the festival outlets,
uplighting, and associated conduit and wire corresponding with the deleted trees per the attached E1.02
drawings dated 6/7/19.
COMPENSATION TO COMPLETE THIS FIELD DIRECTIVE WILL BE PER....
Provide a detailed Lump Sum CREDIT including all labor, equipment, and materials for this deleted work
within 14 calendar days for review and approval. This deletion will be captured in a future Change Order in
accordance with Section 1-04.4 and 1.04.6 of the specifications.
Attachments: E1.02 Dated 6/7/19
Chelsea Verzwyvelt,CCM 6/7/2019
Prepared By: 2019.06.07 10:05:10-07'00' Date:
Chelsea Verzwyvelt,Resident Engineer
Received By: �� Date:
Contractor
a ^�
CD ZyY
+y' ^ LQL z
Q W
I L) .s
� Il Cz
y W
Uj
41
_ � a
, m
C 1 =
o _
u
Illy I I I yII O
W �S
101
a a-
r.
r75
Oil
Ulee
„ �+r.5i,in n.u..,..ai, •n...,,y ...-r:-�w.n..�.d,e..--c�.w.�.r.rr.„n� .. -, ...... ..«-,�.«,.,.....,.
7/15/2019
Ref 944
w r p
20111208th AVE SE
RENTON,WA 98058
LIC.EC WESTCCS8928G
Quote prepared by,
Jon Mogensen (206)595-6656
Gordon St Peter(206)718-1303
Project#FW11 Bid Date:1/10/2019 Q 10:00 am PST
Downtown Staircase(21st Ave S pedestrian Cunnection),Ci)y of Federal Wa_v,WA#19-002
Field Directive#3 Credit Proposal-Festival Outlet/Up-Lighting REVISED
Addendum's#1,2,3&4 Acknowledged
Bid Item oesrr;pt nn Unit Qty Unft Pike Amount
Bid Alternative Al
Al-1 Festival Outlet System Complete-On Site Labor LS 1 5 (983 99) $ (983.99
Al-1 Festival Outlet System Complete-On Site Equipment LS 1 S (62.0 ) 5 (62.00)
Al-1 Festival Outlet System Complete-On Site Materials EA 3 S 100 e S 302.58
A1-2 Low Voltage Landscape Up-Light System,Complete-On Site Labor LS 1 5 (2,243.' S (2,243.15)
A1-2 Low Voltage Landscape Up-Light System,Complete-On Site Equipment LS 1 $ (136.6., $ (136.60)
A1-2 Low Voltage Landscape Up-Light System,Complete-On Site Materials EA 6 S (795.28) S (4,771,68)
Total Alternative Al 1$ (8,500.00)
Ina.aions•
Credit For Trenching,Conduit,Wire,Three Outlet Assemblies,Six Up Light Assemblies,
Tax Rule 171.
Exclusions:
Traffic Control,Hard Surface Removals&Replacement,Select Backfill/Bedding,Hand Railings
Spoils Removal,Power Connection Fees, Street Use Permit,and Bond.
Conditions:
Owner to Provide Lay Down Area for Materials and Equipment
WE AREA LICENSED AND BONDED ELECTRICAL CONTRACTOR.
ALL QUOTATIONS ARE SUBJECT TO CHANGE 30 DAYS FROM
QUOTE,IF NOT ACCEPTED.
RETURN TO: PW ADMIN EXT: 2700 ID#: 3t,/ 3 CP az/81
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC OP
/ S 1 I +e.e�
2. ORIGINATING STAFF PERSON: Uf ri&7' I"`u,t(e'(1 EXT: X-2-12� 3. DATE REQ.BY: ASA r v
3. TYPE OF DOCUMENT(CHECK ONE):
CONTRACTOR SELECTION DOCUMENT(E.G. RFB RFP,RFQ)r3kte
X.PUBLIC WORKS CONTRACT 54,51 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
' ❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE o RESOLUTION
❑ CONTRACT AMENDMENT(AG#): 0 INTERLOCAL
❑ OTHER }� Y\ /�
4. PROJECT NAME:Dt W l t LU3 O- rl�. . (2\ PSt c S t?C.dek-rn8rNCOfneG+ on-
ir 5. NAME OF CONTRACTOR: •L•A f;
5. i /J�4i, _O A
ADDRESS: S / ' • ��Ji. ,I Ai - S e.•)/1 At .$• TELEPHONES ZZ'o•&Lib
E-MAIL: / �}. FAX: y,
SIGNATURE NAME:y I +u - l(, TITLE: 7 ma(�51-Cia/'ki-
G. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIltEMENTS/CE
RTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSSES 0 PRIOR tC�ONTRACT/AMENDMENTS
Pi
' CFW LICENSE# C)1\ /
45 BL,EXP. 12/31/ UBI#1000 Net ,EXP. it /_k/11
7. TERM: COMMENCEMENT DATE: 3-15 -,9,019 COMPLETION DATE:l YCIJ�Jc.+1 C1se_ 12-I 1 �2o
8. TOTAL COMPENSATION:$2,(P/'5,U(3l • 00 (INCLUDE EXPENSES ANDDSALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES ,,NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YE N.INIO IF YES„.$ PAID BY: o CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: 130,7W/. El RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
(
PURCHASING: PLEASE CHARGE TO: .�1{9 LSOI"i�{(Joo
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
PROJECT MANAGER U 6-Noy-20 to � t-0.C'V
tikDIVISION MANAGER ,.y-U , `J Jam) (�
DEPUTY DIRECTOR �. S )�S1 a
DIRECTOR j� _�/ 1 , l(�IIV ��`'e-.- 3It3 tat
❑ RISK MANAGEMENT (IF APPLICABLE)
/LAW DEPT ©1((!ti/l$ rr /.2/
0 21/3/11 •t10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: 2/4 Iti I1/1' COMMITTEE APPROVAL DATE: Iw+/pr
SCHEDULED COUNCIL DATE: {{{ 1.61 i� / COUNCIL APPROVAL DATE: O(1 49,((1
11. CONTRACT SIGNATURE ROUTING of
ye4SENT TO VENDOR/CONTRACTOR I DATE SENT)` =-i ` / DATE REC'D: 3 ' ICI
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
EN
LAW
SEND
SIGNATORY(MAYOR eRB €TOR) `, �
� ` i
CITY CLERK j�_ / a •
ASSIGNED AG# AG• n-Oo7a
DATE SENT: 3. C\.\ t /y,4
RETURN- ORIGINAL5 /��J
63Qr
COMMENTS: twb
EXECUTE" "ORIGINALS
8-NOV-2-0‘b*,Dr0. -kC:oh t docs -�o re• b d Sto,.'irc.o e �ro6ec,}. - t1' ho
been mod‘*fed current. 'R. --i3 cdoc (5-\6 vev-5�(>r>-> beccL.use.
1-1Sye.rs‘or\ UO3 Vi c. Lo-V--12-,-) bid becrcre. In spr\c\r� ar.: \i . ,
21-Feb-2019: This is final contract doc for legal review. This is a conformed set which includes any addendums duringbidding includes the contractor's bid. Once
approved we will send 3 copies to contractor For execution. Council approved award of this project on 19-Feb-2019. cjm -
ORIGINAL CONTRACT#1 OF 3
CITY CLERK
1 CITY OF
Federal Way
1 BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
1
1 DOWNTOWN STAIRCASE
(21st Ave S Pedestrian Connection)
PROJECT# 201
1
RFB # 19-002
1
City of Federal Way
U Public Works Department
3325 Eighth Avenue South
Federal Way, WA 98003
CONFORMED DOCUMENTS
FEB 2019
I
I
1
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
I
DOWNTOWN STAIRCASE
I (21st Ave S Pedestrian Connection)
I PROJECT# 201
RFB # 19-002
I
Bids Accepted Until 10:00 a.m., January 10, 2019
I
Bids Opened 10:05 a.m., January 10, 2019
At: of WAS
tiP LEE City of Federal Way ,�F, \,, J. SACq 410
�wo� WA 0 4 Hylebos Conference Room ��'oP ad X641 lb 02
o, 33325 Eighth Avenue South 1U/
I 9 :,',%<
., - Federal Way, WA 98003 ^„z_
,ado ?�42800„9 , �'cc` 1G I I 9 44'
1 LISTER G� Prepared By: tis 9�, ti1)\ .j` p��
CONAL BergerABAM Fo cAN s ApE Pry ry
I
11/28/2018 33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003
I
S A.
( .<4. 4 ,,,vOi,
A vo,,a`; \
1 cn
lG w ,,,
ti 35381 cf.
i11/28/18 l'
NN
I
J
I
TABLE OF CONTENTS
I PAGE
REQUEST FOR BIDS 1
I
BIDDER'S CHECKLIST 3
SECTION 1: INSTRUCTIONS TO BIDDERS 5
ISECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 12
ATTACHMENT A: NO BID RESPONSE FORM 17
IATTACHMENT B: BID FORM 18
ATTACHMENT C: BID SCHEDULE 20
IATTACHMENT D: BID SIGNATURE PAGE 26
ATTACHMENT E: BID BOND FORM 27
IATTACHMENT F: SUBCONTRACTOR LIST 28
ATTACHMENT G: COMBINED AFFIDAVIT& CERTIFICATION FORM 29
IATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT 31
ATTACHMENT I: CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION 32
I ATTACHMENT J: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 33
ATTACHMENT K: PUBLIC WORKS CONTRACT 34
I EXHIBIT A NOTICE OF COMPLETION 48
EXHIBIT B CONTRACT CHANGE ORDER AGREEMENT 49
EXHIBIT C NOTICE OF NONDISCRIMINATION IN EMPLOYMENT 51
IEXHIBIT D CONTRACTOR'S RETAINAGE OPTION 52
EXHIBIT E RETAINAGE BOND TO CITY OF FEDERAL WAY 53
IEXHIBIT F CERTIFICATE OF INSURANCE 57
EXHIBIT G PER.ORMANCE/PAYMENT BOND 58
1 EXHIBIT H TITLE VI ASSURANCES 61
AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
ISPECIAL PROVISIONS BLUE PAGES
APPENDIX A: WSDOT STANDARD PLANS WHITE PAGES
IAPPENDIX B: CITY OF FEDERAL WAY STANDARD DETAILS YELLOW PAGES
APPENDIX C: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES
I APPENDIX D: STRUCTURAL ENGINEERING CALCULATIONS WHITE PAGES
APPENDIX E: GEOTECHNICAL ENGINEERING REPORT WHITE PAGES
APPENDIX F: EXISTING RETAINING WALL DETAILS WHITE PAGES
I
I
REQUEST FOR BIDS
DOWNTOWN STAIRCASE (21ST AVE S PEDESTRIAN CONNECTION) RFB# 19-002
' SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids
through January 10, 2019, at 10:00 a.m., at the City Hall Purchasing Office or by US Mail at City
of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003.
Proposals received after 10:00 a.m. on said date will not be considered.
' BID OPENING:
All bids will be opened and read publicly aloud at 10:05 a.m. on January 10, 2019, at City Hall —
Hylebos Conference Room (2nd Floor), 33325 8th Avenue South, Federal Way, Washington, for
' this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
' Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within
the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of
Federal Way.
DESCRIPTION OF WORK:
This project shall consist of: Construction of sidewalk, a Downtown Staircase, and associated
' pedestrian walkway ramp, illumination, landscaping, irrigation improvements, and other work for
the "Downtown Staircase" to be located on 21st Ave S (S 314th St to S 316th St).
The Contractor shall complete all work within 100 working days.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents. Any prospective Bidder desiring an explanation or interpretation of the Bid
' Documents, shall request the explanation or interpretation in writing by close of business three
business days preceding the bid opening to allow a written reply to reach all prospective Bidders
before the submission of their bids. All requests for explanation or interpretation must be
directed to the attention of Christine J. Mullen, PE, Streets Project Engineer, by letter at 33325
8th Avenue S, Federal Way, WA, 98003 or email at Christine.Mullen@CityofFederal Way.com.
BID DOCUMENTS:
' Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders
List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and
clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room
provides Bidders with fully usable online documents with the ability to: download, view, print,
order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-
off tool. It is recommended that Bidders "Register" in order to receive automatic e-mail
' notification of future addenda and to place themselves on the "Self-Registered Bidders List."
Bidders that do not register will not be automatically notified of addenda and will need to
periodically check the on-line plan for addenda issued on this project. Contact Builders
' Exchange of Washington at (425) 258-1303 should you require assistance with access or
registration.
CITY OF FEDERAL WAY RFB-1 PROJECT#201 /RFB#19-002
' DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
An informational copy of plans, specifications, and addenda are also available for viewing only
at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the
Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of
' Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively
ensure that in any contract entered into pursuant to this advertisement, disadvantaged business
enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color,
national origin, or sex in consideration for an award. The City encourages minority and women-
owned firms to submit bids consistent with the City's policy to ensure that such firms are
' afforded the maximum practicable opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and contract time shall begin
on the date stated in the written notice to proceed provided to the Contractor. Regardless of the
date of award or Notice to Proceed, the Contractor must complete all work under this project
within the authorized number of working days.
RESERVATION OF RIGHTS:
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth
in the bid documents. No bidder may withdraw his or her bid after the hour set for the opening
thereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the day of , 20_
' Dates of Publication:
Daily Journal of Commerce: December 7, 2018
' December 14, 2018
Federal Way Mirror: December 7, 2018
' December 14, 2018
1
CITY OF FEDERAL WAY RFB-2 PROJECT#201 /RFB#19-002
' DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
BIDDER'S CHECKLIST
IThe bidder's attention is especially called to the following forms, which must be executed in full
as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid
I
not so complying.
❑ Bid Form (Attachment B)
I
The Bid Form shall be completed and fully executed, including filling in the total bid
amount.
❑ Bid Schedule (Attachment C)
I The unit prices shall be set forth in the space provided.
❑ Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
❑ Bid Bond Form (Attachment E)
I This form is to be executed by the bidder and the surety company unless a certified
check is submitted with the bid. The amount of this bond or certified check shall not be
less than five percent (5%) of the total bid amount and shall be shown in both words and
Ifigures.
❑ Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
❑ Combined Affidavit &Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the
Ibidder.
❑ Contractor Wage Law Compliance Certification (Attachment I)
IThis form must be filled in and fully executed by the bidder.
❑ Proposal for Incorporating Recycled Materials (Attachment J)
IThis form shall be filled in and executed by the bidder.
❑ Contractor's Certificate of Registration
I The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
ILl Contractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state
excise tax registration number.
1
1
I
CITY OF FEDERAL WAY RFB-3 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
SUCCESSFUL BIDDER'S CHECKLIST
IThe following documents are to be executed and delivered to the City within ten (10) calendar
days after the Bid is awarded:
I ❑ Public Works Contract (Attachment K)
The successful bidder will fully execute and deliver to the City the Public Works Contract
I ("Contract") from these Bid Documents.
❑ Contractor's Retainage Option (Exhibit D)
The successful bidder will fully execute and deliver to the City the Contractor's
I
Retainage Option.
❑ Contractor's Retainaqe Bond (Exhibit E)
IIf the retainage bond option is chosen, then the successful bidder will fully execute and
deliver to the City the Contractor's Retainage Bond.
I ❑ Notice of Nondiscrimination in Employment (Exhibit C)
If this applies, the successful bidder will sign and post copies of this Notice in
conspicuous places available to employees or applicant for employment.
I ❑ Certificate of Insurance (Exhibit F)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
Irequirement set forth in the Contract.
❑ Performance/Payment Bond (Exhibit G)
I The successful bidder will provide a fully executed Performance/Payment Bond as
appropriate.
Business License
IL]
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
I
I
I
I
I
I
CITY OF FEDERAL WAY RFB-4 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
SECTION 1: INSTRUCTIONS TO BIDDERS
I1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. local time on January 10, 2019, to the
I Purchasing Office of the City of Federal Way (the "City"), located on the second floor of
City Hall, or received by US Mail at City of Federal Way, Purchasing Office, 33325 8th
Avenue S, Federal Way, Washington, 98003-6325, and will be publicly opened and read
I aloud in City Hall — Hylebos Conference Room (2nd Floor) on January 10, 2019, at
10:05 a.m. local time.
' The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The
bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of
fault. Late bids will be returned unopened.
I
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the
Idate and time indicated above.
1-2 Bid Form
I Bids shall be made on the "Bid Form" (Attachment "B") issued by the City as part of
these contract documents, without reservation or amendment. Bids must be typewritten
or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and
I
any requested information shall be placed in a sealed envelope. On the outside of the
envelope, place the bid name, bid number and the time bids are due.
I 1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the
name, signature, and address must be shown. If the bid is made by a firm or partnership,
I
the name and address of the firm or partnership and the signature of at least one of the
general partners must be shown. If the bid is made by a corporation, the bid shall show
the title of the person authorized to sign on behalf of the corporation, his or her title and
I the address. The City reserves the right to request documentation showing the authority
of the individual signing the bid to execute contracts on behalf of anyone, or any entity,
other than himself/herself. Refusal to provide such information upon request may cause
Ithe bid to be rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
I Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are
delivered to the City within forty-eight (48) hours prior to the opening of bids.
I1-5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
Iwriting, executed, and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents— Bidder Responsibilities
I The submission of a bid shall constitute an acknowledgment upon which the City may
rely that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local
I
CITY OF FEDERAL WAY RFB-5 PROJECT#201 /RFB#19-002
I
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
statutes, regulations, ordinances and resolutions dealing with or related to the equipment
i
and/or services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents.
1 No claim for additional compensation will be allowed which is based upon a lack of
knowledge of any contract documents, statutes, regulations, ordinances or resolutions.
Bidders shall visit delivery and service locations(s) as required. Bidders shall become
I familiar with and verify any environmental factors, which may impact current or future
prices for this requirement.
' 1-7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or
contract documents and no oral communications will be binding upon the City. Any
I
prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business three business
days preceding the bid opening to allow a written reply to reach all prospective Bidders
before the submission of their bids. All requests for explanation or interpretation must be
I
directed to Christine Mullen, PE, Streets Project Engineer, by letter at 33325 8th Ave S,
Federal Way, WA, 98003 or email at Christine.Mullen@CityofFederalWay.com. Any
interpretation deemed necessary by the City will be in the form of an addendum to the
I
bid documents and when issued will be sent as promptly as is practical to all parties on
the BXWA planholders list. All such addenda shall become part of the bid.
1 1-8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued
during the bidding period on the Bid Form.
I1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract
including, but not limited to, furnishing all materials, equipment, tools, freight charges,
facilities and all management, superintendence, labor and service, except as may be
provided otherwise in the contract documents. All Washington State sales tax and all
other government taxes, assessments and charges shall be included in the various Bid
I
item prices as required by law. The offer shall remain in effect ninety (90) days after the
bid opening. In the event of a discrepancy between a unit price and an extended amount
and/or the total price, the unit price will govern and the extended amount and/or total
I
price will be corrected accordingly; however, downward correction of a bid, which would
displace the apparent low bidder, will only be permitted if the error made and the
intended bid price can be determined solely from the bid documents.
I1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
I
announcing such postponement at any time prior to the date and time announced in
these documents.
1-11 Rejection of Bids •
' A. The City reserves the right to reject any bid for any reason including, but not limited
to, the following: any bid which is incomplete, obscure, irregular or lacking necessary
detail and specificity; any bid which omits a price on any one or more items on the
I Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of
the City; any bid accompanied by insufficient or irregular bid bond; any bid from
bidders who (in the sole judgment of the City) lack the qualifications and/or
I
CITY OF FEDERAL WAY RFB-6 PROJECT#201 I RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RF8 ver. 5-18
responsibility necessary to perform the work after considering the elements in
I Section 1-14.B; any bid for which a bidder fails or neglects to complete and submit
any qualifications information within the time specified by the City and as may be
otherwise required herein; and, any bid submitted by a bidder who is not registered
1 or licensed as may be required by the laws of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and/or to reject all
I bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
I 1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
I
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic
or telephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
I If, in the opinion of the City, there is reason to believe that collusion exists among
bidders, none of the bids of the participants in such collusion will be considered. All
bidders are required to submit the Affidavit of Non-Collusion (Attachment G) with their
I
bids.
1-14 Evaluation of Bids
I It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
IA. Responsiveness — The bidder must complete all required forms and bid documents
and provide all required and requested information. Refusal to provide such
I
information may cause the bid to be rejected. The City will consider all the material
submitted by the bidder to determine whether the bid is in compliance with the bid
terms and documents and responsive to the requested work.
I B. Responsibility—The City will consider all the material submitted by the bidder, and
other evidence it may obtain including information from previous project owners, to
determine whether the bidder is responsible. The bidder must meet the following
I bidder responsibility criteria and supplemental bidder responsibility criteria to be
considered a responsible bidder:
I 1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance
with Chapter 18.27 RCW, which must have been in effect at the time of
I b. bid submittal;
Have a current Washington Unified Business Identifier(UBI) number;
c. If applicable:
Have Industrial Insurance (workers' compensation) coverage for the
Ii.
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
I required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW;
I
CITY OF FEDERAL WAY RFB-7 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
d. Not be disqualified from bidding on any public works contract under RCW
I 39.06.010 or 39.12.065(3).
e. Within a three-year period immediately preceding the date of the bid
solicitation, the bidder shall not be a willful violator, as defined in RCW
I 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as
determined by a final and binding citation and notice of assessment
issued by the Department of Labor and Industries or through a civil
Ijudgment entered by a court of limited or general jurisdiction.
2. Supplemental Bidder Responsibility Criteria
I a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects
during the previous three years, that demonstrate a lack of effective
I
management by the bidder of making timely and appropriate payments to
its subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed
projects of a similar size and scope as required by the contract
documents for this project. The City will evaluate whether the projects
were "successfully completed" and of a "similar size and scope."
c. The bidder shall have evidence that it is able to begin and complete the
work and com tete it in a time) fashion.
P Y
I 3. As evidence that the bidder meets the supplemental bidder responsibility criteria
in paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves
the right to request such documentation from other bidders also. Refusal to
provide such information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed
within the previous three years and include for each project the following
Iinformation; the owner and contact information for the owner; a list of
claims filed against the retainage, payment, or performance bond for any
of the projects listed; a written explanation of the circumstances
I surrounding each claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the
I following: the owner and contact information for the owner; the awarded
contract amount; the final contract amount; a description of the scope of
the project and how the project is similar to this project; the bidder's
I assessment of its performance of each project. The information should
include any information regarding performance in the following areas;
quality control; safety record; timeliness of performance; use of skilled
personnel; management of subcontractors; availability of and use of
I appropriate equipment; compliance with contract documents;
management of submittals process, change orders, and close-out.
The bidder shall furnish acceptable evidence of the bidder's current ability
Ic.
to perform, such as firm commitments by subcontractors, equipment,
supplies and facilities, and the bidder's ability to obtain the necessary
personnel.
I d. Under penalty of perjury, the bidder shall provide certification that the
bidder is in compliance with the responsible bidder criteria in section 1-
14(B)(2)(d) and referenced wage payment statutes under RCW
I
CITY OF FEDERAL WAY RFB-8 PROJECT#201 /RFB#19-002
U
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
he
39.04.350(1)(g) and (2).
1 ' 4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (B)(1) and (B)(2) above and is therefore not a responsible bidder, the
I City 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
24 hours of receipt of the City's determination by presenting additional
I
information to the City and meeting the requirements of section 1-20(B). The City
will consider the additional information before issuing its final determination. If the
final determination affirms that the bidder is not responsible, the City will not
I execute a contract with any other bidder until two business days after the bidder
determined to be not responsible has received the final determination.
C. Lowest Bid—The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the
City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice
I of Award, the bidder whose bid is accepted, shall furnish the required performance
bond, certificate of insurance, execute the contract and perform all other acts
required by the bid and contract documents as conditions precedent to formation of
Ithe contract.
1-15 Procedures When Only One Bid is Received
I In the event only a single responsive bid is received, the City reserves the right to
conduct a price and/or cost analysis of such bid. The sole bidder shall provide such
information, data and other documentation as deemed necessary by the City for such
Ianalysis. The City reserves the right to reject such bid.
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
I A. Attachment A— No Bid pp
Response Form, if applicable.
p
1 B. Attachment B— Bid Form.
Attachment C— Bid Schedule.
IC.
D. Attachment D— Bid Signature Page.
IE. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List, if applicable.
IG. Attachment G—Combined Affidavit and Certification Form
H. Attachment H—Contractor's Compliance Statement.
II. Attachment I—Contractor Wage Law Compliance Certification
IJ. Attachment J- Proposal for Incorporating Recycled Materials
CITY OF FEDERAL WAY RFB-9 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
1-17 Conflicts of Interest and Noncompetitive Practices
IBy submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
I that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and/or provided
under this contract and that it shall not employ any person or agent having any such
I interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest, it shall immediately disclose such
interest to the City and take action immediately to eliminate the conflict or to withdraw
I
from this contract, as the City may require.
B. Contingent Fees and Gratuities
I1. That no person or selling agency except bona fide employees or designated
agents or representatives of the Contractor have been employed or retained to
solicit or secure this contract with an agreement or understanding that a
Icommission, percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
1 given by the Contractor or any of its agents, employees or representatives, to
any official, member or employee of the City or other governmental agency with a
view toward securing this contract or securing favorable treatment with respect to
I the awarding or amending, or the making of any determination with respect to the
performance of this contract.
I 1-18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in
an amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment
I B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like
amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and
liquidated damages in case the bidder fails, neglects or refuses to enter into a contract
for the faithful performance of said work (including the providing of any evidence of
I
insurance and/or performance bond required herein), in the event the contract is
awarded to them, within ten (10) days after the award is made. If a bid bond is submitted
in lieu of a check, it shall be executed by a corporate surety authorized to transact
I business in the State of Washington and in the form prescribed in Attachment E, "Bid
Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued
as an irrevocable documentary letter of credit drawn on a banking institution licensed to
I do business in the State of Washington. The letter of credit shall include instruction and
provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification
of the banking institution or instruction shall be submitted to the City at least ten (10)
days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be
attached to the bid form.
1 ' The City further reserves the right to hold all bids (and the accompanying bid security)
from the date of the bid opening until the contract and any performance/payment bond
are executed, provided that such period does not exceed ninety (90) days, and each bid
shall remain effective during that period.
1
I
CITY OF FEDERAL WAY RFB-10 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
1-19 Performance/Payment Bond
I The bidder to whom the City has awarded this Contract will remove the
Performance/Payment Bond attached to the Public Works Contract and deliver it to the
City fully executed by the bidder and a surety company in the amount of one hundred
I percent (100%) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the
work and all payments arising from the performance of the work due the State of
I Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly
licensed surety company, which is registered with the Washington State Insurance
Commissioner, and the surety's name shall appear in the current Authorized Insurance
I Company List in the State of Washington, published by the Office of the Insurance
Commissioner. The scope of the Performance/Payment Bond (Exhibit E) shall in no way
affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification"
of the Public Works Contract.
IThe City may require the surety company to appear and qualify itself upon the bond. If,
at any time, the City determines in its sole judgment that the surety company is
I insufficient, the City may require the Contractor to furnish additional surety in form and
arrangement satisfactory to the City and in an amount not exceeding that originally
required. The Contractor shall submit a performance bond complying with the
I requirements of this paragraph within ten (10) days after the award is made. Payments
will not be made on the Contract until sufficient surety as required is furnished.
III 1-20 Bid Dispute
A. Any actual or prospective bidder, including sub-contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
' solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
I bids, shall be submitted not later than ten (10) calendar days prior to said date, or
shall be deemed waived. All other protests shall be accepted only from actual bidders
and shall be submitted within five (5) calendar days after the aggrieved person knows
or should have known of the facts and circumstances upon which the protest is
I
based; provided, however, that in no event shall a protest be considered if all bids are
rejected or after the award of this contract.
I B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under
which the protest is submitted; (3) a detailed description of the specific grounds for
I protest and any supporting documentation; and (4) the specific ruling or relief
requested. The written protest shall be addressed to:
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98003-6325
Attention: Bid Protest—Downtown Staircase
I
RFB# 19-002
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
I may give notice of the protest and its basis to other persons, including bidders
involved in or affected by the protest; such other persons may be given an
opportunity to submit their views and relevant information. If the protest is not
1
CITY OF FEDERAL WAY RFB-11 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
resolved by mutual agreement of the aggrieved person and the City, the City will
promptly issue a decision in writing stating the reasons for the action taken and
informing the aggrieved person of his or her right to appeal the decision to the Mayor
or his or her designee. A copy of the decision shall be mailed (by certified mail,
' return receipt requested) or otherwise promptly furnished to the aggrieved person
and any other interested parties who requested a copy of the decision. The decision
will be considered final and conclusive unless appealed within five (5) calendar days •
' after receipt of the decision to the Mayor or his or her designee. If the decision is
appealed, then the subsequent determination of the Mayor or his or her designee
shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final
' and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
' inadequate and shall result in rejection thereof by the City.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
' 2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City
' is not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
' The Contractor represents that it has or will obtain all personnel and equipment required
to perform the services hereunder. Such personnel shall not be employees of the City.
' The Contractor's performance under this contract will be monitored and reviewed by
Christine J. Mullen, P.E., Street Systems Project Engineer. Questions by the Contractor
regarding interpretation of the terms, provisions and requirements of this contract shall
' be addressed to Christine J. Mullen, P.E., Street Systems Project Engineer, for
response.
2-2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when
requested, submit to the City properly authenticated documents or other satisfactory
proofs as to the Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid;
Bidder's Checklist; Instructions to Bidders; General Contractual Terms and Conditions;
Bid Form; Bid Schedule; Bid Signature Page; Bid Bond Form; Subcontractor List;
Combined Affidavit & Certification Form; Contractor's Compliance Statement; Contractor
Wage Law Compliance Certification; Proposal for Incorporating Recycled Materials;
' Public Works Contract; Notice of Completion (Exhibit A); Contract Change Order
Agreement (Exhibit B); Notice of Nondiscrimination in Employment (Exhibit C);
Contractor's Retainage Option (Exhibit D); Retainage Bond to City of Federal Way
(Exhibit E); Certificate of Insurance (Exhibit F); Performance/ Payment Bond (Exhibit G);
' Title VI Assurances (Exhibit H); Project Plans; 2018 WSDOT Standard Specifications for
Road, Bridge, and Municipal Construction; Amendments to the Standard Specifications;
Contract Special Provisions; Addenda and Change Orders; WSDOT Standard Plans
I
CITY OF FEDERAL WAY RFB-12 PROJECT#201 1 RFB#19-002
' DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
(Appendix A); City of Federal Way Standard Details (Appendix B); Prevailing Wage
Rates (Appendix C); Structural Engineering Calculations (Appendix D); Geotechnical
Engineering Report (Appendix E); Existing Retaining Wall Details (Appendix F); and all
other Appendices attached hereto and incorporated by this reference, (collectively the
"Contract Documents.")
The contract documents are intended to be complementary so that what is required by
any one of them shall be as binding as if called for by all of them. In the event of any
conflicting provisions or requirements within the several parts of the contract documents,
the City will issue an interpretation regarding the controlling provision, which
interpretation shall be binding.
2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall
be paid by the Contractor to the City on demand and may be deducted by the City from
any money due or to become due to the Contractor under the contract and may be
recovered by the City from the Contractor or its surety.
2-5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope
of this contract. Oral orders will not be binding on the City unless confirmed in writing by
the City. Except as provided herein, no order, statement, or conduct of the City will be
treated as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or
time required for, the performance or any part of the work under this contract, an
equitable adjustment will be made and the contract modified in writing accordingly.
However, no claim will be allowed for any costs incurred more than five (5) days before
the Contractor gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after
giving the City the written notice required above, as the case may be, submit to the City
a written statement setting forth the general nature and monetary extent of such claim;
provided the City, in its sole discretion, may extend such five (5) day submittal period
111 upon request by the Contractor. The Contractor shall supply such supporting documents
and analysis for the claims as the City may require to determine if the claims and costs
have merit.
No claim by the Contractor for an equitable adjustment hereunder will be allowed if
asserted after final payment under this contract.
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by City,the Cit . omit work, services and
materials to be furnished under the contract and the value of the omitted work and
materials will be deducted from the contract price and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a
lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right
to issue a unilateral change order adjusting the price and the delivery schedule.
1
CITY OF FEDERAL WAY RFB-13 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
2-7 Washington State Sales Tax
I The Contractor shall make payment directly to the State for all applicable Washington
State sales taxes and all other governmental taxes, assessments and charges.
I 2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges
will be rejected by the City.
III2-9 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for
I goods or services, or acceptance by the City does not constitute a waiver, modification
or exclusion of any express or implied warranty or any right under this contract or in law.
Legal Relations
12-10
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor
I the City shall assign any interest, obligation or benefit under or in this contract or transfer
any interest in the same, whether by assignment or novation, without prior written
consent of the other party. This contract shall be binding upon and inure to the benefit of
Ithe successors of the parties.
2-11 Applicable Law and Forum
I Except as hereinafter specifically provided, this contract shall be governed by and
construed according to the laws of the State of Washington including, but not limited to,
the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be
I brought in King County Superior Court, which shall have sole and exclusive jurisdiction
and venue.
I 2-12 Hazardous Chemical Communication
In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
containing any toxic products that may be harmful to the end user. The MSDS Sheet is
Ito accompany the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
IA. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
IB. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
1 C. A statement as to the intended use of the product.
2-13 Delivery and Liquidated Damages
ITime is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the
prescribed date(s) set forth in these contract documents. For each and every day that
I delivery is delayed beyond the specific date(s), damage will be sustained by the City.
Because of the difficulty in computing the actual damages and disadvantages to the City,
and as a reasonable forecast of actual damages which the City will suffer by the delay in
1
CITY OF FEDERAL WAY RFB-14 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
I
delivery, the parties agree that for each such delay the Contractor will pay the City
I liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment
K, Public Works Contract, to compensate for any damages caused by such delay. The
City may deduct from any payment owing to the Contractor, any liquidated damages,
Iwhich may be incurred by the Contractor pursuant to this paragraph.
2-14 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract
shall be excused if due to causes beyond the control and without the fault or negligence
of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of
Ipublic enemy, acts of any government, fire, floods, epidemics, and strikes.
2-15 Patents, Copyrights and Rights in Data
I Any patentable result or material suitable for copyright arising out of this contract shall
be owned by and made available to the City for public use, unless the City shall, in a
specific case where it is legally permissible, determine that it is in the public interest that
it not be so owned or available.
' The Contractor agrees that the ownership of any plans, drawings, designs,
specifications, computer programs, technical reports, operating manuals, calculations,
I notes and other work submitted or which is specified to be delivered under this contract,
whether or not complete (referred to in this subsection as "Subject Data"), shall be
vested in the City or such other local, state or federal agency, if any, as may be provided
by separate contract with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested
by the City. The Contractor shall also place their endorsement on all Subject Data
furnished by them. All such identification details shall be subject to approval by the City
prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in
Ieach subcontract for the work on the project.
2-16 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work
under this contract or with the use of complete work by the City, shall be paid by the
I Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend,
indemnify and hold the City, together with its officers and employees, harmless against
any and all demands made for such fees, royalties or claims brought or made by the
holder of any invention or patent. Before final payment is made on the account of this
contract, the Contractor shall, if requested by the City, furnish acceptable proof of a
proper release of the City, its officers, agents and employees from all such fees or -
claims.
' Should the Contractor, its agent, servants or employees, or any of them be enjoined
from furnishing or using any invention, article, material, computer programs or
equipment supplied or required to be supplied or used under the contract, the Contractor
shall promptly substitute other articles, materials, computer programs or equipment in
I
CITY OF FEDERAL WAY RFB-15 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
1
lieu thereof of equal efficiency, quality, finish, suitabilityand market value, and
III
q q Y�
satisfactory in all respects to the City.
2-17 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written
order, or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
1 procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are
incorporated by this reference.
II By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor
completely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King
ICounty, Washington.
2-18 Recycled Products
I
The Contractor shall use recycled paper for proposals and for any printed or
photocopied material created pursuant to a contract with the City whenever practicable
and use both sides of paper sheets for reports submitted to the City whenever
practicable.
I
In the event this RFB covers the sale of product to the City that is capable of containing
I recycled materials, Contractor is hereby advised that the City intends to procure
products with recycled content, pursuant to the recycled content notice delivered with
these bid documents. Contractor shall certify the percentage of recycled content and
products sold to the City, including a percentage of post-consumer waste that is in the
I
product. This certification is required to be in the form of a label on the product or a
statement by the Contractor attached to the bid documents. The certification on multi-
' component or multi-material products shall verify the percentage and type of post-
consumer waste and recycled content by volume contained in the major constituents of
the product. The Contractor agrees to grant the City, as a procuring agency, permission
to verify the certification of recycled content by review of the bidder's or manufacturer's
I records as a condition of any bid award, in the event of a bidder's protest, or other
challenge to the bid accepted.
1
1
I
is1
II
I
CITY OF FEDERAL WAY RFB-16 PROJECT#201 /RFB#19-002
I DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
ATTACHMENT A: NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Wav Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope
' with the bid number and bid title indicated on the outside of the envelope. The form must be
received by the date and time specified for the bid opening as indicated in Section 1-1. Failure
to return this form, if not submitting a formal bid, may result in your firm being disqualified from
future City projects.
Bid Number: RFB No. 19-002
' Bid Title: Downtown Staircase
❑ Cannot comply with specifications.
' o Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
' ❑ Other (please specify).
Explanation of reason(s) checked:
' Check one of the following:
❑ WE DO
L ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address: Phone:
Signature Date
Name (Type or Print) Title
I
1
CITY OF FEDERAL WAY RFB-17 PROJECT#201 /RFB#19-002
' DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
ATTACHMENT B: BID FORM
CITY OF FEDERAL WAY
DOWNTOWN STAIRCASE
BID FORM
Bidder: - E\t r A COOP ,41 Date: / o- 1 /
ITEM BID AMOUNT
SCHEDULE A: DOWNTOWN STAIRCASE- BASE BID $ 3Z C $Ota
BID ALTERNATIVE Al: LANDSCAPE LIGHTING $ o� $ Sots -
ALTERNATIVE (ADDITIVE ALTERNATIVE)
BID ALTERNATIVE A2: ACCENT LIGHTING $ ' 5l 000
ALTERNATIVE(ADDITIVE ALTERNATIVE)
BID ALTERNATIVE A3: CABLE TRELLIS SYSTEM $ 015
ALTERNATIVE(ADDITIVE ALTERNATIVE)
TOTAL BID AMOUNT _
(including Washington State sales tax, all other $ Z , C015 3 $1
government taxes,assessments and charges)
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way,Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of Downtown
Staircase, and other documents relating thereto, the undersigned has carefully examined all of
the bid and contract documents as the premises and conditions affecting the delivery, supply
and maintenance of Downtown Staircase, and hereby proposes to furnish all labor, materials
and perform all work as required in strict accordance with the contract documents, for the
above-referenced amount, inclusive of Washington State sales tax and all other government
taxes, assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is
agreed shall be collected and retained by the City as liquidated damages in the event this bid is
accepted by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the Downtown Staircase Public Works Contract and to provide the
required certificate of insurance to the City, under the conditions thereof, within ten (10)
calendar days after the Notice of Award; otherwise said Bid Security will be returned to the
undersigned. (�
Bond or Certified Check I3°W 0 Dollars($
CITY OF FEDERAL WAY RFB-18 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.548
Page 21 Attachment B Bid Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
•
The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive.
The City may correct obvious mathematical errors.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth
in the bid documents.
Receipt of the following Addendums is hereby acknowledged:
Addendum No.f Date Issued: l2 n
Addendum No.Z Date Issued: I 1 .511.c\
Addendum No. 7 Date Issued: ' f 1 I 1°1
Addendum No.N Date Issued: 1 ( o. J 1°‘
Addendum No._ Date Issued:
CamPpII
Corporation/Pm lnershipfindividuat Firm Name
(Delete Two)
RL PL1C1141-1PT --- - ,�
i
Bidder's State License No. Signa ure
C:600/4-9378 QR esozno—
Bidder's State Tax No. Title
CITY OF FEDERAL WAY RFB-19 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver.518
Page 22
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT C: BID SCHEDULE
NOTE: Unit prices for all Items, all extensions, and the total amount bid must be shown. Enter unit prices In
numerical figures only in dollars and cents, i.e. to two (2) decimal places(Including for whole dolar amounts). All
figures must be dearly legible. All entries must be typed or entered In ink. Bids with illegible figures In the Unit Price
column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount
specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
SCHEDULE A: DOWNTOWN STAIRCASE BASE BID
All unit prices shall include applicable sales but(Roadmey Inpvven>entc)
Item Spec. Bid Item Description Unit Plan
Unit Price Amount
No. Div. CAT
1 1-04 UNEXPECTED SITE CHANGES FA 1 $20,000 $20,000
2 1-05 STRUCTURE SURVEYING LS 1 $ cot; $ S i ppv
3 1-05 ROADWAY SURVEYING LS 1 $ZJ,,rut-Y $ Zq (OG'
4 1-05 ADA FEATURES SURVEYING LS 1 $} ,500- $ I , Svc
5 1-05 AS-BUILT SURVEY&RECORD 1
DRAWINGS LS $ S,006- $ S, 61216-
6 1-09 MOBILIZATION LS 1 $7. 15,000 $ z i S,000'-
7
Oo"7 1-10 FLAGGERS AND SPOTTERS HR 150 $ S p" $ '"7, S r3d-
8 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ LI ,oda- $ ,0 co'
9 1-10 OTHER TEMPORARY TRAFFIC LS 1 $ O0G' $ Z 600-
CONTROL
10 2-01 CLEARING AND GRUBBING LS 1 $ Spop- $ S, Ado-
11 2-02 REMOVAL OF STRUCTURES ANDLS 1 $ 5'DOS. $ S ©o-
OBSTRUCTIONS
RO12 2-03 � AY EXCAVATION INCL. 1 $ S,000- $ 5 ,aoo"
13 2-09 SHORING OR EXTRA EXCAVATION SF 1,000 $ $ i 06-
CLASS B
14 2-12 CONSTRUCTION GEOTEXTILE FOR SY 425 $ ..Z - $
UNDERGROUND DRAINAGE g�a
15 5-04 HMA FOR PAVEMENT REPAIR CL. TN 46 $ '7)00 _ $ ; Zoo"
1/2 IN. PG 6422
16 6-02 CONC. CLASS 235 00G OO
4000 FOR STAIRS CY $ � , $ -Z� $'�
17 6-02 CONC. CLASS 4000 FOR TERRACE CY 70 $ i , ca®' $
BLOCKS
CITY OF FEDERAL WAY RFB-20 PROJECT#201 1 RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-1B
Page 23 Attachment C Bid Schedule
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
18 6-02 TEXTURED AND PIGMENTED SY 650 $
CEMENT CONCRETE PAVEMENT sop' $ `3O a vu"
19 6-02 ST. REINF. BAR FOR STAIRS LB 35,600 $ S $ i 1 $,000-
20 6-02 ST. REINF. BAR FOR TERRACE LB 10,500 $ $
BLOCKS S - SZ Sam
ST. REINF. BAR FOR TEXTURED&
21 6-02 PIGMENTED CEMENT CONC. LB 10,200 $ S ' $ , 006-
PAVEMENT
22 6-11 CONC. CLASS 5000 FOR RETAININGCY 75 $ i ;Doc( $ -'15,Doo'
WALLS
23 6-11 CONC. CLASS 4000 FOR CY 80 $ ,000" $ 2o, arj'
FOUNDATIONS
24 6-11 ST. REINF. BAR FOR RETAINING LB 24,500 $ $ i ZZ, SOC'
WALLS 5 -
25 6-11 ST. REINF. BAR FOR LB 5,410 $ S $ �Z�, D So
FOUNDATIONS
26 7-01 UNDERDRAIN PIPE 4 IN. DIAM LF 65 $ c Q $ 3,ZSv
27 7-01 UNDERDRAIN PIPE 6 IN. DIAM. LF 985 $ 'Q" $ L ,ZSp'
28 7-01 GRAVEL BACKFILL FOR DRAIN CY 80 $ H U- $
29 7-01 STORM CLEANOUT EA 39 $ $ j I ,"1 00'-
30
O'30 7-01 RECONSTRUCT FOOTING DRAIN LS 1 $Z,oa"" $ -Z,666-
31 7-04 CORRUGATED POLYETHYLENE LF 66 $
STORM SEWER PIPE 4 IN. DIAM. Z-Sv $ �'��^
32 7-04 CORRUGATED POLYETHYLENE LF 35 $Z $ %l i Sp
STORM SEWER PIPE 6 IN. DIAM.
33 7-04 CORRUGATED POLYETHYLENE LF 130 $z.SO $
STORM SEWER PIPE 8 IN. DIAM.
34 7-04 CORRUGATED POLYETHYLENE LF 90 $ ZSc" $ ZZ, 506"
STORM SEWER PIPE 12 IN. DIAM.
35 7-04 CORRUGATED POLYETHYLENE LF 135 $ zsa- $
STORM SEWER PIPE 15 IN. DIAM.
36 7-04 DUCTILE IRON STORM SEWER PIPE LF 75 $ Z So" $ 1 8 ,7 So
12 IN. DIAM.
37 7-05 CATCH BASIN TYPE 1 EA 7 $-3,ooa" $ Z i
38 7-05 CATCH BASIN TYPE 248 IN. DIAM. EA 12 $ S, coo' $ 6G, Oat
39 7-05 CONNECTION TO DRAINAGE EA 5 $ ,co( _ $ - , SDo
STRUCTURE
CITY OF FEDERAL WAY RFB-21 PROJECT#201 1 RFB#19402
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.516
Page 24
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
•
40 7-09 CAP EXISTING WATER MAIN EA 1 $ I i 5-0- $ 1, 50
8.-
41 8-01 INLET PROTECTION EA 7 $ �a" $ -556-
42
55 y42 8-01 SILT FENCE LF 865 $ S $ i-1 , 3Z5 "
43 8-01 EROSION/WATER POLLUTION FA 1 $5,000 $5,000
CONTROL
44 8-02 TOPSOIL TYPE Al CY 358 $ L G" $ 1 L-1 ,
45 8-02 TOPSOIL TYPE A2 CY 56 $ L G" $ Z ZtA a�
46 8-02 SHREDDED BARK MULCH CY 61 $ Ss " $ ? , 355
PSIPE AMELANCHIER ARBOREA
47 8-02AUTUMN BRILLIANCE' EA 3 $ L-11S $ 111-4.1.5
PSIPE PRUNUS X YEDOENSIS
48 8-02AKEBONO' EA 6 $ L1 Sv- $ -7- 1100-
49 8-02 PSIPE ROBINIA PSEUDOACACIA EA 21 $ '15 $ ,o\-1 S
FRISIA
50 8-02 PSIPE CORNUS SERICEA'KELSEYI' EA 206 $ 5 $ � QQp"
51 8-02 PSIPE LONICERA PILEATA EA 22 $ '%,0" $ c,6U
52 8-02 PSIPE MAHONIA NERVOSA EA 103 $ -Z21- $ G Go-
PSIPE
53 8-02 PSIPE PITrOSPORUM TOBIRA EA 43 $ 5 $ I SOS
'WHEELER'S DWARF'
PSIPE PRUNUS LAUROCERASUS EA 209 $ Z S $ 5,Z
ZS"
54 8-02 'OTTO LUYKEN'
55 8-02 PSIPE CALAMAGROSTIS X EA 29 $ i s $ '5 S -
ACUTIFLORA 'KARL FORESTER'
PSIPE MISCANTHUS SINENSIS
56 8-02 EA 116 $ I $ 1 4 p
'MORNING LIGHT
PSIPE MUHLENBERGIA CAPILLARIS
57 8-02EA 195 $ �Q $ ?,, D4"
'REGAL MIST TM
58 8-02 PSIPE PENNISETUM EA 89 $ ) $ 1 ► -1a 3 S
ALOPECUROIDES 'HAMELN'
59 8-02 PSIPE EUPHORBIA AMYGDALOIDESEA 389 $ 11)` $ —] Zo
ROBBIAE
60 8-02 PSIPE FRAGARIA CHILOENSIS EA 459 $ 1 S - $ Co, $85
61 8-02 PSIPE LIRIOPE SPICATA EA 1,571 $ i S ' $ -z. , S as
CITY OF FEDERAL WAY RFB-22 PROJECT#201 1 RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.518
Page 25
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
•
PSIPE ALLIUM GIGANTUM
62 8-02 EA 135 $ $ Z !�Z S
'GLOBEMASTER'
63 8-02 SEEDED LAWN INSTALLATION SY 252 $ '3 $ 56.-
64 8-03 AUTOMATIC IRRIGATION SYSTEM, is 1 $ $ S a, 0,5,3-
COMPLETE
65 8-03 LAKEHAVEN UTILITY DISTRICT FA 1 $4,500 $4,500
CONNECTION FEES
66 8-04 CEMENT CONC. PEDESTRIAN CURB LF 220 $ Sp- $ 1 , 000-
67 8-04 EXTRUDED CURB LF 130 $ - Q $ -Z, 606-
68 8-04 CEMENT CONC.TRAFFIC CURB LF 80 $ 80` $ , 00-
AND GUTTER
69 8-04 CEMENT CONC. PLAZA CURB LF 24 $ 1636- $ -.. y DD"
70 8-09 RAISED PAYMENT MARKER HUN 0.65 $ gap- $ 5ZO-
71 8-12 BLACK VINYL COATED CHAIN LINK LF 30 $ ']p" $ -Z 100--
FENCE TYPE 6
72 8-14 CEMENT CONC. SIDEWALK SY 325 $ $ 10\ , 508-
73 8-14 STANDARD CEMENT CONCRETE SY 210 $
$
PAVEMENT 1 gA��
74 8-14 CEMENT CONC. CURB RAMP TYPE EA 2 $ OGo- $ O pQ-
PERPENDICULAR /
MMA STYLE TRUNCATED DOME
75 8-14 DETECTABLE WARNING SURFACE SF 60 $ t v) $ tic()
76 8-20 RRFB LS 1 $ji,o00- $Z1, Doer
77 8-20 DECORATIVE ILLUMINATION IS 1 $ o S,o a�- $ i i S,Doc_
SYSTEM, COMPLETE - ON-SITE
78 8-20 DECORATIVE ILLUMINATION LS 1 $t-18,a $ 81"° -
SYSTEM, COMPLETE - S 316TH ST
79 8-20 FESTIVAL OUTLET SYSTEM, IS 1 $-7,Soo' $ -71 S G
COMPLETE - S 316TH ST
80 8-20 DIRECTIONAL BORING LF 70 $ 11 o- $
81 8-21 PERMANENT SIGNING SF 48 $ 30" $
82 8-22 PAINT LINE LF 30 $ Z S- $ J Si)"
83 8-22 PAINTED CROSSWALK LINE SF 155 $ I S $ Z; 3 ZS
CITY OF FEDERAL WAY RFB-23 PROJECT#201 /RFB#19.002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.5.18
Page 26
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
84 8-22 REMOVAL OF PAVEMENT LS 1 $ 11060- $ i i 000-
MARKINGS
85 8-30 POTHOLING FA 1 $10,000 $10,000
86 8-30 RESOLUTION OF UTILITY FA 1 $5,000 $5,000
CONFLICTS
SITE FURNISHING TYPE TREE
87 015600 WELL GRATES EA 5 $ 11 Coo' $ 'S,0 D 0
88 015600 SITE FURNISHING TYPE BOLLARDS EA 23 $ 1 ,000- $ Z3, noel"
89 015600 SITE FURNISHING TYPE CORTENLF 602 $
STEEL EDGINGSC�U $ 3�,
90 015600 D FURNISHINGRAITYPE AREA EA 4 $ j (top' $ i .E00"
91 015600SITE RNISHING TYPE TRENCH LF 52 $ 1 o a $ S, z 00-
DRAINS
92 015600 SITE FURNISHING TYPE WASTE EA 8 $ 117-06- $ o*1 , Oa-
AND RECYCLING RECEPTACLES
93 099000 PAINT EXISTING RETAINING WALL LS 1 $ ,000" $ $ , 0430-
94
Cad-94 099000 ANTI-GRAFFITI COATING SF 3,000 $ '3 ' $ C\ , 000
95 057300 HANDRAIL LF 260 $ i I-4 U" $ 3C,, L 00"
96 057300 CABLE SAFETY RAILING LF 125 $Z j " $ -Z co,ZSR-
Z,3zq,806:
BID ALTERNATIVE Al. LANDSCAPE LIGHTING ALTERNATIVE
(ADDITIVE ALTERNATIVE)
All unit prices shall include applicable sales tax(Roadway Improvena ts)
Item Spec. Bid Item Description Unit Plan Unit Price Amount
No. Div. Qty
Al-1 8-20 FESTIVAL OUTLET SYSTEM, LS 1
COMPLETE -ON-SITE $Z°s°ad $Z a ;a0o
LOW VOLTAGE LANDSCAPE UP-
A1-2 8-20 LIGHT SYSTEM, COMPLETE -ON- LS 1 $ '78,SAL" $ "� $i s 00 -
SITE
TOTAL—BID ALTERNATIVE Al °‘S, Soa'
CITY OF FEDERAL WAY RFB-24 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.518
Page 27
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
BID ALTERNATIVE A2:ACCENT LIGHTING ALTERNATIVE
(ADDITIVE ALTERNATIVE)
AN unit pikes shall Include applicable sales tax(RoachieyImprovemenls)
Item Spec. Bid Item Description Unit Plan Unit Price Amount
No. Div. Qty
SITE FURNISHING& HANDRAIL
A2-1 8-20 LIGHTING SYSTEM, COMPLETE - LS 1 $ 1-1S low $ i 7 S loco-
ON-SITE
TOTAL-BID ALTERNATIVE A2 \ )5 ,00O"
BID ALTERNATIVE A3: CABLE TRELLIS SYSTEM ALTERNATIVE
(ADDITIVE ALTERNATIVE)
AN unit prices shall include applicable sales lax(Romsey Improvements)
Item Spec. Bid Item Description Unit Plan Unit Price Amount
No. Div. Qty
A3-1 329446 CABLE TRELLIS SYSTEM SF 450 $ZS $ I I,ZSD
A3-2 8-02 PSIPE CLEMATIS ARMANDII EA 11 $ S - $
SNOWDRIFT
TOTAL-BID ALTERNATIVE A3 I z, 01
CITY OF FEDERAL WAY RFB-25 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5.18
Page 28
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT D: BID SIGNATURE PAGE
Date: /- /b -/7
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the Downtown Staircase and comply with all other terms and conditions of
the contract and bid documents of RFB 19-002.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in
an amount of not less than five percent(5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership,joint venture or corporation.
L 1--‘a Car,Pc
Corporation{ Company
(Delete Two)
By. .1.
(Signature)
\ P\r.\a
(Printed Name)
Its: PROSc9l N'c
(Title)
\p') 1,J LL toms pv.p6 ¶Qucr�
(Address)
&"Z- ) ZZfv' $►Oo
(Telephone Number)
CITY OF FEDERAL WAY RFB-26 PROJECT#201 1 RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.518
Page 29 Attachment D Bid Signature Page
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT E: BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond
in the amount of$ % ,which amount is not less than five percent (5%)of the total
bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
R.L.Alia Company as Principal, and
North American Specialty Insurance Company , as Surety, are held and
firmlyofer bound unto theiCity of Federal Way, as Obligee, in the penal sum of
id--- (b%)ot otal Amountand /100 dollars ($ ), for the payment of which
the Principal and the Surety bond themselves, their heirs and 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:
Downtown Staircase
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 so to do, 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 10th DAY OF January , 2019.
R.L.Ali f om.an
Principal PRES(INftqf
Nort�i'Aryn�ialty Insur a Company
��'(\Il J11 Surety Deannn►a/►"M... French
Attorney-in-Fact
Date: , 20 .
Received return of deposit in the sum of$
CITY OF FEDERAL WAY RFB 27 PROJECT#201 /RFB#19.002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.5-18
Page 30 Attachment E Bid Bond Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
• SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of
Overland Park,Kansas each does hereby make,constitute and appoint:
SUSAN B.LARSON,SCOTT FISHER,MINDEE L. RANKIN,DEANNA M.FRENCH,RONALD J.LANGE,ELIZABETH R.HAHN,
JANA M.ROY,ROGER R.KALTENBACH,GUY P.ARMFIELD,SCOTT McGILVRAY,ANDREW P.LARSEN,and NICHOLAS FREDRICKSON JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011.
"RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
IIIIIflIHIryr Ixiuwlwsoy� ��� �) �.-,
,
p y Fl 'ptiPo" sG B
6.•gip W jr,G 1:'<, Lt's y ♦
t; = .S�".• 004
SEAL
C^L t�:4 Steven P.Anderson,Senior Vice President of Washington International Insurance Company !
S�e1 a7C/'S nZ r
t./1L :A B O£ .c) &Senior Vice President of North American Specialty Insurance Company � SEAL _
�:s�, 1973 ��:In= j iO &Senior Vice President of Westport Insurance Corporation it
?r tTy oma: � ��� •
f
*l.N�a\�� By
;•• Mike A.Ito,Senior Vice President of Washington International Insurance Company
/I//llllllfll0�� raa &Senior Vice President of North American Specialty Insurance Company
&Senior Vice President of Westport Insurance Corporation
IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this
this 13 day of DECEMBER ,20 17.
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois Westport Insurance Corporation
County of Cook ss:
On this 13 day of DECEMBER 20 17,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who
being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
OFFICIAL SEALfit KENNY
i
Notary Public-State r,1 Illiuofs
MyCommission
12/0/J2021xpircx M.Kenny,Notary Public \
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington
International Insurance Company and Westport Insurance Corporation dohereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect. -�'►/( /p f �A L
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this Q day of VVY'n LIVW "I,20
Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&
North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurance Corporation
ATTACHMENT F: SUBCONTRACTOR LIST
Locar Agency Mame
CITY OF FEDERAL WAY Local Agency Subcontractor List
Local Agency Address
33325 8TH AVE S Prepared in compliance with RCW 39.30.060 es amended
FEDERAL WAY.WA 98003
To Be Submitted with the Bid Proposal
Project Name DONNelF41.'N TPaRC4?,sQ
Failure to list subcontractors with whom the bidder,if awarded the contract,wil directly subcontract for
performance of the work of heating,ventilation and sir conditioning,plumbing,as descrthed in Chapter 18.106
RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractors)with whom the bidder will directly subcontract that are proposed to perform the work of heating,
ventilation and air canditioring,plumbing,as described in Chapter 18.106 RCW,and electrical as described Si Chapter
1928 RCW must be listed below. The work to be performed is to be feted below the subcontractors)name.
To the extent the Protect includes one or more categories of work referenced in RCW 39.30.060.and no
subcontractor is listed below to Perform such work.the bidder certiires that the work will either Iii be
performed by the bidder itself.or fill be Performed by a lower tier subcontractor who will not contract directly
with the bidders
Subcontractor Name 1 0 L Lm ,
Work to be Performed \A VAC_.
Subcontractor Name 12.L, (Lr(a Cr thf AN
PLUM
Work to be Performed `,/CLU irl A alt C
Subcontractor Name NI-4 SST Cs s S u6a aL
Work to be Performed 1- t.c Q m rciL-
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
'Bidder's are notlied that Is the opinion of the enforcement agency that PVC or metal conduit,junction boxes,etc,are
considered electrical equipment and therefore considered part of electrical wrxk.even if the installation is for Mae use
and no wiring or electrical current is connected dtaing the project
SR
DOT Fore 271-015A EF
Revised 05121112
CITY OF FEDERAL WAY RFB-28 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-16
Page 31 Attachment F Subcontractor List
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT G: COMBINED AFFIDAVIT& CERTIFICATION FORM
Non-Collusion, Anti-Trust, Prevailing Wage (Non-Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON-COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he/she 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 equipment to put in a
sham bid, or any other person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself/herself or to any other person any
advantage over other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOTs continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and
Ven rpurchaser recognize that in actual economic practice, overcharges resulting from
anti-trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby
assigns to purchaser any and all claims for such overcharges 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 each of
his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to
the aforementioned exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will pay each classification of laborer, work person, 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 wage as specified in the principal contract; that I have
read the above and forgoing statement and certificate, know the contents thereof and the
substance as set forth therein, is true to my knowledge and belief; and
CITY OF FEDERAL WAY RFB-29 PROJECT#201 I RFB#19.002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
Page 32 Attachment G Combined Affidavit&Certification Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, firm, association or corporation by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past three (3)years.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b),
ROW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further
certifies that it has not been determined, within the last one year, to have committed any
combination of two of the following violations or infractions within a five-year period: (1)
Violated RCW 51.48.020(1) or 51.48.103; or(2) Committed an infraction or violation under
chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non-Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
Downtown Staircase
Name of Bidder's Firm
Yiro aLlf}
Signature of Authorized Representative of Bidder
Subscribed 'l� 'KT-'pfore me this /oil/ day of �Atu A-Ry , 20 / 9.
Qy�r ssION 4 i
i
• tat 4410 ` —�
(. bio NOTARYGA .37.37 P�
R rc,Eur(cL
i PUBLIC 12,(. nted/ ped name of notary)
:�•J►�r,+a. /A? tary Public in and for the State of Washington
See3•,.°wiz o '��2 ly commission expires: b'-Zs-/9
meettO
CITY OF FEDERAL WAY RFB-30 PROJECT#201 1 RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.5-18
Page 33
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order#11246)
Date: /-/d -19
This statement relates to a proposal contract with the City of Federal Way named
Downtown Staircase
I am the undersigned bidder or prospective contractor. I represent that:
I [J have, ❑ have not, participated in a previous contract or subcontract subject to the
President's Executive Order #11246 (regarding equal employment opportunity) or a preceding
similar Executive Order.
-L- R\L- ca Car4pNy
Name of Bidder
By: L/
Signature
Its: QR $�Dr�
Title
\ SOUTH-1
Fes-TAN, W (>‘gas )
Address
CITY OF FEDERAL WAY RFB-31 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFS ver.518
Page 34 Attachment H Contractor's Compliance Statement
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
•
•
ATTACHMENT I: CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL
PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR
AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on
behalf of the firm identified below that, to the best of my knowledge and belief, this firm
has NOT been determined by a final and binding citation and notice of assessment issued
by the Washington State Department of Labor and industries or through a civil judgment
entered by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3)
years prior to the date of the Request for Bids.
Bidder Name:
�.L I?t,aR CAmppN4
Name of Contractor/Bidder—Print Full Legal Entity Name of Aim
By: Vtr. AI.,A
Signature of Authorized Person Print Name of Person Making Certifications for Firm
Title: eR65 bear Place: RGANW, (id
Title of Person Signing Certificate Print City and State Where Signed
Date: /- /o-i 9
CITY OF FEDERAL WAY RFB-32 PROJECT#201 !RFB#19.002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 518
Page 35 Attachment I Contractor Wage Law Compliance Certification
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
ATTACHMENT J: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
IMOAPWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent(By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: R.L \L c Cr r�cc
Signature of Authorized Official:
Date: /-/o —/ f
CITY OF FEDERAL WAY RFB-33 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-16
Page 36 Attachment J Proposal for Incorporating Recycled Materials
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Department of Labor and Industries R L ALIA COMPANY OCT 1 5 2018
PO Box 44450
Olympia, WA 98504-4450 Reg: CC RLALIC*104PT
UBI: 600-149-378
Registered as provided by Law as:
Construction Contractor
(CCO1) - GENERAL •
340
R L ALIA COMPANY Effective Date: 10/30/1990
107 WILLIAMS AVE S Expiration Date: 10/4/2020
RENTON WA 98057
•
nt
=•. ft p oc - r ' p t -�_&
W.A.SH NGTON STA.t_
P.O.Box 904e e 0Evmpa5-,WA S8507-a046 St ement a benefit charges
Quarter enellag June 3G,,2015
irtZHNIZZ
® L '_i_!r C=O ii)_A i
`FEI=1:6111 107WILLL SA $ JUL 22015
IEDSIMMESEOST, \k 98057 2 9
RE'' ESD number: 000-388814-00-7
UB number: 600-149-378
` ^.. :::ISEXIMIIVW
t dt :di - e�11 a Tt321t . ' �ll �i Cly a r sa0
:
tJ
2J
Lit
' o
0
0
�1Ota� i7e31Gtit har es tO ?iJ1IP 1 nei oe ra[ing acro ntfo �Il quaF� S ._ _..
Credit adjustments to prior quarters
> arter:a� ?rife 1s�i11 nt Soy a]e1aia ark a ant -_ --- �$e 1 e da sflt �3 ne ted$rg
�sti�2
C31�
3CC`
f il`�
"e iJ =gark t charges LI
Verify Workers'Comp Premium Status-Employer Liability Certificate https://fortress.wa.gov/lni/crpsi/AcctInfoPrint
Washington State Department of Employer Liability
Labor and Industries Certificate
Department of Labor and Industries
Employer Liability Certificate
Date: 01/09/2019
UBI #: 600 149 378
Legal Business Name: R L ALIA COMPANY
Account#: 343,041-00
'Doing Business As'Name: R L ALIA CONSTRUCTION CO
Estimated Workers Reported: Quarter 3 of Year 2018 "21 to 30 Workers"
(See Description Below)
Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and
paid their premiums.
Licensed Contractor? Yes
License: RLALIC*104PT
Expire Date: 10/4/2020
Account Representative: TO/KARLA BOWMAN (360)902-5535 - Email:
BOWK235@1ni.wa.gov
What does "Estimated Workers Reported" mean?
Estimated workers reported represents the number of full time position requiring at least 480
hours of work per calendar quarter. A single 480 hour position may be filled by one person, or
several part time workers.
Industrial Insurance Information
Employers report and pay premiums each quarter based on hours of employee work already
performed, and are liable for premiums found later to be due. Industrial insurance accounts have
no policy periods, cancellation dates, limitations of coverage or waiver of subrogation(See RCW
51.12.050 and 51.16,190).
1/9/2D19 eServices
Wasilington State Department of Revenue
Services Business Lookup R. L.ALIA COMPANY
Tax Information
New search Back to results
Entity name: R.L.ALIA COMPANY
Entity type: Corporation
Excise tax account ID#: 600-149-378
UBI#: 600-149-378
Opened: January 1, 1975
Closed:
Mailing address: 107 WILLIAMS AVE S
RENTON WA 98057-2149 USA
NAICS: 237110-Water and Sewer Line and Related Structures Construction
Reseller Permit(s) Filter
Reseller permit# Status Effective date Expiration date
A15830419 Active Jan-01-2018 Dec-31-2019
A15830417 Expired Jan-01-2016 Dec-31-2017
A15830415 Expired Jan-01-2014 Dec-31-2015
A15830413 Expired Jan-01-2012 Dec-31-2013
4 Rows
Business License Locations Filter
Business name License account ID# Location address
R.L.ALIA COMPANY 600149378-001-0002 107 WILLIAMS AVE S RENTON WA 98057-2149
R.L.ALIA COMPANY 600149378-001-0001 9215 M L KING WAYS SEATTLE WA 98118
2 Rows
The Business Lookup information is updated nightly.
Search date and time:1/9/2019 3:58:20 PM
Working together to fund Washington's future
https://secure.dor.wa.gov/gteunauth/ /#7 1/1
ATTACHMENT K: PUBLIC WORKS CONTRACT
FOR
DOWNTOWN STAIRCASE
' THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this _15_.. day of
JAGS` , 2019 and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner"), and R. L. Alia Company, a Washington Corporation ("Contractor").
1 A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the Downtown Staircase, located in Federal
Way, Washington ("Property"); and
B. The Contractor has the requisite skill and experience to perform such work.
' NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
' 1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials,
supplies, equipment, labor and other items incidental thereto necessary for the construction and
' completion of the work, more particularly described as the Downtown Staircase project, including
without limitation: construction of sidewalk, a Downtown staircase, and associated pedestrian
walkway ramp, illumination, landscaping, irrigation improvements, and other work ("Work").
' Said "Work" shall be in accordance with and as described in the Contract Documents, which
include without limitation: Request for Bids; Bidder's Checklist; Instructions to Bidders; General
Contractual Terms and Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid Bond Form;
' Subcontractor List; Combined Affidavit & Certification Form; Contractor's Compliance Statement;
Contractor Wage Law Compliance Certification; Proposal for Incorporating Recycled Materials;
Public Works Contract; Notice of Completion (Exhibit A); Contract Change Order Agreement
' (Exhibit B); Notice of Nondiscrimination in Employment (Exhibit C); Contractor's Retainage Option
(Exhibit D); Retainage Bond to the City of Federal Way (Exhibit E); Certificate of Insurance (Exhibit
F); Performance I Payment Bond (Exhibit G); Title VI Assurances (Exhibit H); Project Plans; 2018
WSDOT Standard Specifications for Road, Bridge, and Municipal Construction; Amendments to
the Standard Specifications; Contract Special Provisions; Addenda and Change Orders; WSDOT
Standard Plans (Appendix A); City of Federal Way Standard Details (Appendix B); Prevailing Wage
Rates (Appendix C); Structural Engineering Calculations (Appendix D); Geotechnical Engineering
' Report (Appendix E); Existing Retaining Wall Details (Appendix F); and all other Appendices
attached hereto and incorporated by this reference, (collectively the "Contract Documents"), which
Work shall be completed to the City's satisfaction, within the time period prescribed by the City and
' pursuant to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
' Contractor of the City's Notice to Proceed. The Work shall be completed within 100 working days.
In the event the Work is not substantially completed within the time specified, Contractor agrees to
pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of
' this Contract. The Work shall not be deemed completed until the City has accepted the Work and
delivered a written Notice of Completion of Public Works Contract in the form attached hereto as
Exhibit "A."
CITY OF FEDERAL WAY RFB-34 PROJECT#201 / RFB#19-002
' DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
I
I 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the
public and cost taxpayers undue sums of money, adding time needed for administration,
inspection, and supervision. It is impractical for the City to calculate the actual cost of delays.
Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula
for its failure to complete this Contract on time:
(1) To pay (according to the following formula) liquidated damages for each working day
Ibeyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
I
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
ILD = 0.15C
T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
1 When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine the
I
Work is complete. Liquidated damages will not be assessed for any days for which an extension of
time isgranted. No deduction or payment of liquidated damages will, in anydegree, release the
p Y q 9 9
Contractor from further obligations and liabilities to complete this entire Contract.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with
accepted practices for other properly licensed contractors.
I1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances, resolutions,
standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary
permits and pay all permit, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order changes
within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to
the Work. All such change orders shall be in the form of the Contract Change Order Agreement
9
attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall
specifically state the change of the Work, the completion date for such changed Work, and any
increase or decrease in the compensation to be paid to Contractor as a result of such change in
the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the
City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time
' required for, the performance or any part of the Work under this Contract, an equitable adjustment
will be made and the Contract modified in writing accordingly.
IIf the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the written
notice required above, as the case may be, submit to the City a written statement setting forth the
Igeneral nature and monetary extent of such claim; provided the City, in its sole discretion, may
extend such five (5) day submittal period upon request by the Contractor. The Contractor shall
CITY OF FEDERAL WAY RFB-35 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRFB ver. 5-18
1
I supply such supporting documents and analysis for the claims as the City may require to
determine if the claims and costs have merit. No claim will be allowed for any costs incurred more
than five (5) days before the Contractor gives written notice as required. No claim by the Contractor
for an equitable adjustment hereunder will be allowed if asserted after final payment under this
IContract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City,
Iomit work, services and materials to be furnished under the Contract and the value of the omitted
work and materials will be deducted from the Total Compensation and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum
or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties
cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change
order adjusting the price and the delivery schedule.
I1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of
the "one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
I materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
debris, etc., to protect said materials from air exposure and to minimize emission of airborne
particles to the ambient air environment within the City of Federal Way.
I2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
Icompletion of the Work.
3. WARRANTY
I 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the
Work, and is appropriately accredited and licensed by all applicable agencies and governmental
entities, including but not limited to being registered to do business in the City of Federal Way by
obtaining a City of Federal Way business registration. Contractor represents that it has visited the
Isite and is familiar with all of the plans and specifications in connection with the completion of the
Work.
I 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work
which the City deems to have defects in workmanship and material discovered within one (1) year
after the City's final acceptance of the Work as more fully set forth in the General Conditions of the
I Contract. This warranty shall survive termination of this Contract. Conducting of tests and
inspections, review of specifications or plans, payment for goods or services, or acceptance by the
City does not constitute waiver, modification or exclusion of any express or implied warranty or any
right under this Contract or law.
i
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the City
agrees to pay the Contractor an amount not to exceed Two Million Six Hundred Fifteen Thousand
Three Hundred Eighty-One and 00/100 Dollars ($2,615,381.00), which amount shall constitute full
and complete payment by the City("Total Compensation").
I
CITY OF FEDERAL WAY RFB-36 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRFB ver. 5-18
I 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
I4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any
of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be
withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable
Ito the City.
4.4 Method of Payment. The basis of payment will be the actual quantities of work
I performed according to the contract and as specified for payment. Payments will be made for work
and labor performed and materials furnished under the contract according to the price in the
proposal unless otherwise provided. Partial payments will be made once each month, based on
I partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any
obligation under this Contract may be adequate reason for the City to withhold payments until the
obligation is performed.
IUpon completion of all work and after final inspection, the amount due the Contractor under
the contract will be paid based upon the final estimate made by the Engineer and signed by the
Contractor. Payment to the Contractor for partial estimates, final estimates, and retained
Ipercentages shall be subject to controlling laws.
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total
I Compensation shall be retained by the City to assure payment of Contractor's state sales tax as
well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract,
Contractor shall complete, execute and deliver to the City the Contractor Retainage Option Form
I attached hereto as Exhibit "D" and execute the Retainage Bond attached hereto as Exhibit "E" if
selected. No payments shall be made by the City from the retained percentage fund ("Fund") nor
shall the City release any retained percentage escrow account to any person, until the City has
I received from the Department of Revenue a certificate that all taxes, increases, and penalties due
from the Contractor and all taxes due and to become due with respect to the Contract have been
paid in full or that they are, in the Department's opinion, readily collectible without recourse to the
I State's lien on the retained percentage. Upon non-payment by the general contractor, any supplier
or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW.
Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the
I completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after
completion of all Work on this Contract, the City shall release and pay in full the money held in the
Fund, unless the City becomes aware of outstanding claims made against this Fund.
I5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and employment
I made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
9
I marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for
training, including apprenticeship. Contractor shall comply with, and shall not violate any of the
111 terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With
Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
111
CITY OF FEDERAL WAY RFB-37 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRF8 ver. 5-18
applicable federal, state, or local law or regulation regarding non-discrimination. Any material
violation of this provision shall be grounds for termination of this Contract by the City and, in the
case of the Contractor's breach, may result in ineligibility for further City agreements. If this project
involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit H.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax
which may arise as an incident of employment. The Contractor shall pay all income and other
taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless
of whether such may provide a secondary or incidental benefit to the Contractor, shall not be
deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Term for other parties; provided, however,
that such performance of other services shall not conflict with or interfere with Contractor's ability to
1 perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City.
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the
contractor agrees to notify the City and complete any required form if the Contractor retired under a
State of Washington retirement system and agrees to indemnify any losses the City may sustain
through the Contractor's failure to do so.
1 7. CITY'S RIGHT TO TERMINATE CONTRACT
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
`termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at
the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any portion of the Work which has been
completed to the City's satisfaction, calculated by the percentage amount that portion of the Work
completed and accepted by the City bears to the Total Compensation.
1 7.2 Termination For Cause. The City may immediately terminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
1 (1) If the Contractor should be adjudged a bankrupt.
(2) If the Contractor should make a general assignment for the benefit of its
creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
' (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient
number of properly skilled workmen or proper materials for completion of the Work.
(5) If the Contractor should fail to complete the Work within the time specified in this
Contract.
(6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
CITY OF FEDERAL -
WAY RFB-38 PROJECT#201 /RFB#19 002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
I
l (7) If the Contractor should fail to make prompt payment to subcontractors or for
material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
(11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
7.3 Result of Termination. In the event that this Contract is terminated for cause by the City,
the City may do any or all of the following:
(1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this contract.
(2)representatives Complete Work.orthe The City
Citymay may, but in no event is the City obligated toto, complete
I
the Work, which Work may be completed by the City's agents, employees or retain independenti
persons or entities
the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
(3) Take Possession. The City may take possession of the Property and any
equipment and materials on the Property and may sale the same, the proceeds of
which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all other
remedies available to the City at law, in equity or by statute.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, and volunteers harmless from any and all
claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any
and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
' employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers' compensation
acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its
officers, directors, shareholders, partners, employees, and agents harmless from any and all
claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and
i
CITY OF FEDERAL WAY RFB-39 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
I all persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negligent acts, errors, or omissions of the City, its employees or agents.
1 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this
Contract with respect to any event occurring prior to such expiration or termination.
I 9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance,
in such forms and with such carriers who have a rating which is satisfactory to the City:
I (1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
1 (2) Commercial general liability insurance with combined single limits of liability not
less than $5,000,000 for bodily injury, including personal injury or death, products
Iliability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less than
$2,000,000 for bodily injury, including personal injury or death and property damage.
I
9.2 Endorsements. Each insuranceolic shall contain, or be endorsed to contain, the
p Y
following provisions:
I (1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
I (2) Coverage may not be terminated or reduced in limits except after thirty (30) days
prior written notice by certified mail, return receipt requested, to the City.
I (3) Coverage shall be primary and non-contributory insurance as respects the City,
its officials, employees and volunteers. Any insurance or self-insurance maintained
I by the City, its officials, employees or volunteers shall be in excess of Contractor's
insurance.
(4) Coverage shall apply to each insured separately against whom claim is made or
Isuit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims
made" or"claims paid" form.
I
9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing
I the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form
attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the
insurer to bind coverage on its behalf. The City reserves the right to require complete certified
Icopies of all required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under
its policies or shall furnish separate certificates for each subcontractor. All coverage for
1 subcontractors shall be subject to all of the requirements stated herein.
CITY OF FEDERAL WAY RFB-40 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1 RFB ver.5-18
I
9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions
must be disclosed by Contractor and approved in writing by the City. At the option of the City,
Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a
bond guaranteeing payment for any amounts not covered by the insurance by reason of such
deductibles or self-insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
' approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required by this
Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the
I City may then award this Contract to the next lower bidder.
10. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of
the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a
dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and
to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material
persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the
bond.
11. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply with all applicable provisions of federal, state and municipal safety and health
laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health
1 Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards
(Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC).
Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals
and other safeguards at all unsafe places at or near the Work for the protection of its employees
Land the public, safe passageways at all road crossings, crosswalks, street intersections, post
danger signs warning against any known or unusual hazards and do all other things necessary to
prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas,
steam or other pipes or conduits, and all hydrants and all other property that is likely to become
displaced or damaged by the execution of the Work. The Contractor shall, at its own expense,
secure and maintain a safe storage place for its materials and equipment and is solely responsible
for the same.
12. PREVAILING WAGES
12.1 Wages of Employees. This contract is subject to the minimum wage requirements of
Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal-aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix C. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix C.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay
minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and
CITY OF FEDERAL WAYR FB-41 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be
paid.
When the project is subject to both State and Federal hourly minimum rates for wages and
I fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
less than the higher rate unless the state rates are specifically preempted by Federal law.
I The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-
127-010 WAC, complies with ail the requirements of Chapter 39.12 RCW.
I12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12
RCW, and as required in this Contract do not apply to:
I (1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership;
I
(3) The President, Vice President and Treasurer of a corporation if each one owns at least
30% of the corporation.
1 i 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I,
the Contractor shall submit to the Engineer the following for itself and for each firm covered under
IChapter 39.12 RCW that provided work and materials of the contract:
(1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form
I number F700-029-000. The City will make no payment under this contract for the work
performed until this statement has been approved by State L&I and a certified copy of the
approved form has been submitted to the City.
1 (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number
F700-007-000. The City will not release to the contractor any funds retained under Chapter
60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been
I approved by State L&I and a certified copy of all the approved forms have been submitted
to the City.
I The Contractor shall be responsible for requesting these forms from the State L&I and for
paying any approval fees required by State L&I.
I Certified payrolls are required to be submitted by the Contractor to the City, for the
Contractor and all subcontractors or lower tier subcontractors.
I 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries
of the State of Washington and the decision therein shall be final and conclusive and binding on all
parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
I In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for
any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or
ICITY OF FEDERAL WAY RFB-42 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRF8 ver. 5-18
the City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or premiums.
14. OWNERSHIP OF DOCUMENTS
IAll originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents
or material which may be produced or modified by Contractor while performing the Work shall
Ibecome the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and shall
I
not be made available to any individual or organization by the Contractor without prior written
approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
111 properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
I reasonable times to inspection, review or audit by the City, its authorized representative, the State
Auditor, or other governmental officials authorized by law to monitor this Contract.
I 17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any
I
kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,
the City may, but in no event is it obligated to, perform the necessary clean up and the costs
thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs
Ifrom any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY
18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration
Iwith the State of Washington; has a current state unified business identifier number; is not
disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has
industrial insurance as required by Title 51 RCW, if applicable; has an employment security
I department number as required in Title 50 RCW, if applicable; has a state excise tax registration
number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license
as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as
Irequired by Chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
Idocumentation to the Owner demonstrating mg that the subcontractor meets thesubcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have
CITY OF FEDERAL WAY RFB-43 PROJECT#201 I RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
I a current certificate of registration in compliance with chapter 18.27 RCW, which must have been
in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A
Washington Employment Security Department number, as required in Title 50 RCW, if applicable;
A Washington Department of Revenue state excise tax registration number, as required in Title 82
' RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if
applicable; An elevator contractor license, if required by Chapter 70.87 RCW.
' 19. GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties
with respect to any matter covered or mentioned in this Contract and no prior agreements or
understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be amended
or added to except by agreement in writing signed by the Parties or their respective successors in
interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other
provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all
of its obligations and rights hereunder without the prior written consent of the City. In the event the
City consents to any such assignment or transfer, such consent shall in no way release the
Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
' 19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
CITY OF FEDERAL WAY RFB-44 PROJECT#201 / RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver. 5-18
I
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below or by email
to Christine Mullen, P.E. at Christine.Mullen@CityofFederalWay.com for the City, and to R.L. Alia
Company at gjpank@rlalia.com for the Contractor. Any notices may be delivered personally to the
addressee of the notice, emailed to the contact listed above, or may be deposited in the United
States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United
States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
' respect any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54,
as amended, occurs as a result of the formation and/or performance of this Contract, this Contract
may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of
i
any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of
the controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
i
r By:
10-112
Ferrell, Mayor
3325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
1
At& i
S e• - ie Courtney, CMC Clerk
' APPROVED AS TO FORM:
(J. Ryan Call, City Attorney
1
OF FEDERALRFBCITY WAY RFB-45 PROJECT#201 / #19-002
DEC 2018 DOWNTOWN STAIRCASE
' RFB ver.5-18
I
R.L. ALIA COMPANY:
I
By: f-
(Sig�naature)Vi-ro i-ro Ai-14
(Name)
1 f07 id/r-c.,AMS' AVE 5
1 'eNrbN, vl/4 9f057
(Address
(*AS' 2.7_6- W/00
I (Phone)
1 STATE OF WASHINGTON
) ss.
I
COUNTY OF ki NiE1 )
On this day personally appeared before me Y 11r (Iu 4 , to me
I
known to be the RS(bEMI' of iQ. L. AL 1A /0r1P4Aty that
executed the foregoing instrument, and acknowledged the said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on
I
oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any,
is the corporate seal of said corporation.
IGIVEN my hand and official seal this //1-1 day of , 2019.
%• J PANKhF!,,� ��i.. / f �/t.l-
II
�Q'1�.-011 N f,i LL/,,, fiery T. f�i4idlvEWk�
S o� (typed/printed rime of notary)
r NOTARY i = Notary Public in and for the State of Washington.
TAII PUBLIC /2i`My commission expires S-L- 19
.1p�
1 Iiiiiii"no
I
I
1
CITYF
O FEDERAL WAY RFB-46 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRF8 ver.5-18
• I
• I
' «THIS PAGE IS INTENTIONALLY LEFT BLANK»
1
I
1
CITY OF FEDERAL WAY RFB-47 PROJECT#201 / RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver. 5-18
I
I
EXHIBIT A NOTICE OF COMPLETION
Ori:ival
1y` -. Revised
NOTICE OF COMPLETION OF PUBLIC: WORKS CONTRACT
I Date: Contractor's 1 BI Number:
Name&Mailing Address of Public Agency
Department Use Only
Assigned to-
' Date
BI Number: Assigned:
Notice is hereby given relative to the completion of contract or project described below
Project Name Contract Number rib Order*I-No Yes No
Description of WorkDone'Include Jobtite Addressfest
I
Federally funded transportation project? Yes No ±if yes.provide C ontract Bond Statement below)
Contractor':Name IE-mail Address 'Affidavit ID'
Contractor Address 'Telephone
If Retainage is not withheld.please select one of die foci"iug and-List Surety's Name&Bond dumber,
I Retainage Bond
Name: C'ontract'Patlnent bond(valid for federally funded transportation project)
Bond Number
I1ato Contract Awarded mato Wnil.C"nminoncwt (Date Work C omoleted (Date Work Accepted
Were Subcontractors used on this project?If sot please complete Addendum A. es n'Vo
Affidavit 1D -No L.cI release will be granted until all affidavits are listed
Contract Amount S.
' additions (+) S Liquidated Damages S
Reductions (-} S Amount Disbursed S-
Sub-Total
$ 0.00 Amount Retained S
Sales Tax Rate s
I . (If canons rates apply.please send a breakdown
Sales Iax Amount S.
TOTAI. 5 0 00 TOTAL S 0.00
NOTE: These two totals nui sr be egnal
1
COMMODES:
111
Note:The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract
NO PAYMENT SHALL BE MADE FROM RETAtIED FUNDS unn:receipt of all release cerutcates
1 Submitting Form:Please submit the completed form by email to all three agencies below.
Contact Name: Title:
Email Address: Phone Number:
Department or Revenue w.nr.nptrn5raorm...,�..R.cti =vim Peparbnm sem-try
num works Section Ldbnr & Industries
Conl
1�D:-704- contract Retinae 1,111110Rogietration,inquiry.
RVCanorna.goa '85-i S4s-E1i,3 :p�mfie stannarnea Co«Dnatbn
Contra:IF.??ase. -N.riAGOV 'Jinn -
I REV 31 0020e(1026'15) F215-03E-00010.' p�:I cnMsy es.wag:v
Reset Tins Form ii Print This Foran
CITY OF FEDERAL WAY PROJECT 2 1 RFB #19-002
RFB-48 # 0 /
DEC 2018 DOWNTOWN STAIRCASE
1 RFB ver. 5-18
I
EXHIBIT B CONTRACT CHANGE ORDER AGREEMENT
1
IPROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
IPROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
I The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions
of the Contract not amended herein will apply to this Change Order.
IWill this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No
I
PRICE CHANGE LUMP SUM: INCREASE $ DECREASE
$
I
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
STATEMENT:
I Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements shall be
in accordance with the provisions of the standard specifications, the contract plans, and the special
Iprovisions governing the types of construction.
DEPARTMENT RECAP TO DATE:
IORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
I *ADJUSTMENTS $
NEW CONTRACT AMOUNT $
ICONTRACTOR'S SIGNATURE DATE
IPUBLIC WORKS DIRECTOR'S SIGNATURE DATE
I
CITY OF FEDERAL WAY RFB-49 PROJECT#201 / RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRFB ver.5-1$
1
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
' ❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
1
PUBLIC WORKS DIRECTOR'S SIGNATURE DATE
I
II
1
1
1
1
1
1
1
1
CITY OF FEDERAL WAY RFB-50 PROJECT#201 1 RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1 RF8 ver. 5-18
EXHIBIT C NOTICE OF NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO:
(Name of Union or Organization)
' The undersigned currently holds contract(s) with el-Ty of eRicer_ (AM/ involving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime
' contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
' accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in employment
includes, but is not limited to, the following:
' EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
' This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to: Christine J. Mullen, P.E.
' City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
X11 s �
R - L• 6fritte41/
(Contractor or subcontractor)/
' 5-//-r9
Date
CITY OF FEDERAL WAY RFB-51 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
' RF8 ver.5-18
1
EXHIBIT D CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
' Project Title: Downtown Staircase Project (21st Ave S Pedestrian Connection)
RFB No: 19-002
' Contractor: R.L. Alia Company
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five
percent of the moneys earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
' 3. The final disposition of the contract retainage will be made in accordance with applicable
State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the
retainage withheld under the terms of this contract:
' N. Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the
contractor.
' 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or
savings and loan association. Interest paid to the contractor. Contractor shall have the bank
(or other) execute a separate "City of Federal Way Retainage Bank Acceptance
Agreement" upon contract award. The City will provide the agreement to the Contractor if
this option is selected.
D Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and
have escrow account holder execute a separate "City of Federal Way Construction
Retainage Escrow Agreement" upon contract award. The City will provide the agreement to
the Contractor if this option is selected. All investments are subject to City approval. The
cost of the investment program, and risk thereof, is to be borne entirely by the contractor.
ID Option 4: Contractor shall submit a "Retainage Bond" on City-provided form (Exhibit E of
this Agreement).
1
' Contractor Signature Date
•
CITY OF FEDERAL WAY RFB-52 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver. 5-18
I
EXHIBIT E RETAINAGE BOND TO CITY OF FEDERAL WAY
IDOWNTOWN STAIRCASE
I KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, R. L. Alia
Company, as principal ("Principal"), and , a Corporation
organized and existing under the laws of the State of , as a surety
I Corporation, and qualified under the laws of the State of Washington to become surety upon bonds
of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and
firmly bonded to the City of Federal Way ("City") in the penal sum of: One hundred Thirty Thousand
I Seven Hundred Sixty-Nine Dollars and 05/100 ($130,769.05) for the payment of which sum we
bind ourselves and our successors, heirs, administrators or personal representatives, as the case
may be.
I
A. This obligation is entered into in pursuant to the statutes of the State of Washington and
the ordinances, regulations, standards andpolicies of the City, as now existingor hereafter
9
Iamended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract
with the Principal, providing for the Downtown Staircase Project, which contract is incorporated
Iherein by this reference ("Contract"), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the
I monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%),
said sum to be retained by the City as a trust fund for the protection and payment of any person or
persons, mechanic, subcontractor or material men who shall perform any labor upon such contract
I or the doing of such work, and all persons who shall supply such person or persons or
subcontractors with provisions and supplies for the carrying on of such work, and the State with the
respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every
I person performing labor or furnishing supplies towards completion of said improvement or work
shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant
shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in
Iaccordance with any amendments that may hereafter be provided thereto; and
D. State law furtherprovides that with the consent of the City, the Principal maysubmit a
P
bond for all or any portion of the amount of funds retained by the public body in a form acceptable
I to the public body conditioned upon such bond any proceeds therefrom being made subject to all
claims and liens and in the same manner and priority as set forth retained percentages pursuant to
Chapter 60.28 RCW; and
IE. 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, for the amount of
I $2,615,381.00; and
F. The City is prepared to release any required retainage money previously paid by the
Principal prior to acceptance and successful operation and fulfillment of all other terms of said
contract upon being indemnified by these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the
Imanner and within the time period prescribed by the City, or within such extensions of time as may
be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material
CITY OF FEDERAL WAY RFB-53 PROJECT#201 / RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
men or women, and all persons who shall supply the Principal or subcontractors with provisions
Iand supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes
imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this
contract then and in the event this obligation shall be void; but otherwise it shall be and remain in
I
full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change,
I extension of time, alteration or addition to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any way affect its obligation on
this bond, and it does hereby waive notice of any change, extension of time, alterations or
Iadditions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and
I
provisions of the Contract without notice to Surety, and any such modifications or changes
increasing the total amount to be paid the Principal shall automatically increase the obligation of
the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-
' five percent (25%) of the original amount of this bond without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part
of the terms of the Contract, the Surety shall make written commitment to the City that it will either:
I
(a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount
necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the
event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the
I City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to
interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
I reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary work, the City shall notify the
Surety of its actual costs. The City shall return, without interest, any overpayment made by the
I Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited
to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation
in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the
City's declaration of default by the Principal, the Parties agree to participate in at least four hours of
mediation to resolve said dispute. The Parties shall proportionately share in the cost of the
I mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth
Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion
of the mediation.
IThe parties have executed this instrument under their separate seals this day of
, 2019, the name and corporate seal of each corporate party hereto affixed, and
I these presents duly signed by its undersigned representatives pursuant to authority of its
governing body.
•
ll
1
I
1 I
CITY OF FEDERAL WAY RFB-54 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
CORPORATE SEAL:
t
PRINCIPAL
I By:
Title:
Address:
CORPORATE SEAL:
SURETY
By:
Attorney-in-Fact
(Attach Power of Attorney)
Title:
Address:
1
I
CITY OF FEDERAL WAY RFB-55 PROJECT#201 / RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
' RFB ver. 5-18
CERTIFICATES AS TO CORPORATE SEAL
' I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in
the within bond; that , who signed the said bond on behalf of the
t Principal, was of said Corporation; that I know his or her
signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in
behalf of said Corporation by authority of its governing body.
1
Secretary or Assistant Secretary
' I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in
the within bond; that , who signed the said bond on behalf of the
Surety, was of the said Corporation; that I know his or her
signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in
' behalf of said Corporation by authority of its governing body.
' Secretary or Assistant Secretary
APPROVED AS TO FORM:
' J. Ryan Call, City Attorney
1
1
1 CITY OF FEDERAL WAY RFB-56 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
I
IEXHIBIT FCERTIFICATE OF INSURANCE
I
I
I
I
I
I
I
I
I
I
I
I
1 CITY OF FEDERAL WAY RFB-57 PROJECT#201 I RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
IRFB ver. 5-18
A�OR�"® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
I
03/06/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
IREPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
' PRODUCER CONTACT
NAME:
Parker,Smith&Feek,Inc. PHONE 425-709-3600 F°X 425-709-7460
2233 112th Avenue NE (A/C.No.Ext):
E-MAIL (a/c,No):
Bellevue,WA 98004 ADDRESS:
I
INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A: American Family Home Insurance Company
INSURED INSURER B: American Alternative Insurance Corp.
R.L.Alia Company —
107 Williams Ave.S. INSURER C:
I
Renton,WA 98057 INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUBR POLICY EFF POLICY EXP
I LTR TYPE OF INSURANCE INSR AND POLICY NUMBER (MM/DD/YYYY),(MMIDD/YYYYI LIMITS -
A GENERAL LIABILITY 88A5GL000089610/01/2018 10/01/2019 EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED 1,000,000
K COMMERCIAL GENERAL LIABILITY X PREMISES(Ea occurrence) $
CLAIMS-MADE K OCCUR MED EXP(Any one person) $ 15,000
I
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY K PRO 1-----1LOC $
I
pi COMBINED SINGLE LIMIT
A AUTOMOBILE LIABILITY 88A5CA0000539 10/01/2018 10/01/2019 (Ea accident) $ 1,000,000
K ANY AUTO X BODILY INJURY(Per person) $
ALL OWNED r--- SCHEDULED BODILY INJURY(Per accident) $
AUTOS AUTOS
I
HIRED AUTOS NON-OWNED PROPERTY DAMAGE $
AUTOS (Per accident)
$
B UMBRELLA LIAB K OCCUR 93A2UB1000136 10/01/2018 10/01/2019 EACH OCCURRENCE $ 4,000,000
I
K EXCESS LIAB CLAIMS-MADE X AGGREGATE $ 4,000,000
DED K RETENTION$$10,000
WORKERS COMPENSATION 88A5GL0000896 WC STATU- K OTH-
$
A AND EMPLOYERS'LIABILITYY/N 10/01/2018 10/01/2019 TORY LIMITS ER
ANY PROPRIETOR/PARTNER/EXECUTIVE **WA Stop Gap/Employers E.L.EACH ACCIDENT $ 1,000,000
I
OFFICER/MEMBER EXCLUDED? N 1A Liability 1,000,000
(Mandatory in NH)
If yes,describe under E.L.DISEASE-EA EMPLOYEE $
1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)
I
CFW Project No.201 -Downtown Staircase-21st Ave S.Pedestrian Connection-City of Federal Way,its officers,elected officials,employees,volunteers and
agents are additional insured and coverage is primary and non-contributory on the general liability,automobile and excess liability policies per attached
Iendorsements/forms.
City of Federal Way is an additional insured on the general liability,automobile,and excess liability policies per the attached endorsements/forms...
(See Attached Description)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
I THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Federal Way
33325 8th Avenue South AUTHORIZED REPRESENTATIVE
' Federal Way,WA 98003-6325
I
®1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD
3 of 20 (CCS00)
111THIS PAGE INTENTIONALLY LEFT BLANK
1
I
1
1
1
1
1
4 of 20 (ccsoo)
DESCRIPTIONS (Continued from Page 1 )
Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms.
1
5 of 20 (CCS00)
I
THIS PAGE INTENTIONALLY LEFT BLANK
1
1
t
1
6 of 20 (ccsaa)
1
I
POLICY NUMBER:RL Alia Co - NB GL 2018 COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
1 ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRACTORS — COMPLETED OPERATIONS
1
This endorsement modifies insurance provided under the following:
9
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
I
Name Of Additional Insured Person(s)
Or Organization(s) Location And Description Of Completed Operations
1 As Required By Written Contract
I
I
I
Information required to complete this Schedule,if not shown above, will be shown in the Declarations.
IA. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following is added to
I organization(s) shown in the Schedule, but only Section III- Limits Of Insurance:
with respect to liability for "bodily injury" or If coverage provided to the additional insured is
"property damage" caused, in whole or in part, by required by a contract or agreement, the most we
"your work" at the location designated and will pay on behalf of the additional insured is the
1 described in the Schedule of this endorsement amount of insurance:
performed for that additional insured and
included in the "products completed operations 1. Required by the contract or agreement;or
hazard". 2. Available under the applicable Limits of
I However: Insurance shown in the Declarations;
1. The insurance afforded to such additional whichever is less.
insured only applies to the extent permitted This endorsement shall not increase the applicable
by law; and Limits of Insurance shown in the Declarations.
I
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
I will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
ICG 20 37 04 13 ©Insurance Services Office, Inc. 2012 Page 1 of 1
I
1
THIS PAGE INTENTIONALLY LEFT BLANK
1
1
1
1
1
1
1
1
1
1
1
1
I8 of 20 (CCS00)
' RL Alia Co - NB GL 2018
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
I
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
I CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
IThis endorsement modifies insurance provided under the following:
I
COMMERCIAL GENERAL LIABILITY COVERAGE PART
' SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location(s) Of Covered Operations
I
As Required By Written Contract
I
IInformation required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
' include as an additional insured the person(s) or additional insureds, the following additional
organization(s) shown in the Schedule, but only exclusions apply:
with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or
damage" or "personal and advertising injury" "property damage"occurring after:
' caused, in whole or in part, by: 1. All work, including materials, parts or
equipment 1. Your acts or omissions; or furnished in connection with such
2. The acts or omissions of those acting on your work, on the project (other than service,
behalf; maintenance or repairs) to be performed by or
I in the performance of your ongoing operations for on behalf of the additional insured(s) at the
the additional insured(s) at the location(s) location of the covered operations has been
designated above. completed; or
I
However: 2. That portion of "your work" out of which the
1. The insurance afforded to additional injury or damage arises has been put to its
such
intended use by any person or organization
insured only applies to the extent permitted by other than another contractor or subcontractor
law; and engaged in performing operations for a
I
2. If coverage provided to the additional insured is principal as a part of the same project.
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
I
required by the contract or agreement to
provide for such additional insured.
I
I
CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2
I
I C. With respect to the insurance afforded to these 2. Available under the applicable Limits of
additional insureds, the following is added to Insurance shown in the Declarations;
Section III— Limits Of Insurance: whichever is less.
If coverage provided to the additional insured is This endorsement shall not increase the
I required by a contract or agreement, the most we applicable Limits of Insurance shown in the
will pay on behalf of the additional insured is the Declarations,
amount of insurance:
I
1. Required by the contract or agreement; or
I
I
II
I
I
I
I
I
U
I
I
IPage 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 0413
I
1
COMMERCIAL GENERAL LIABILITY
' CG 20 01 0413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
' PRIMARY AND NONCONTRIBUTORY —
OTHER INSURANCE CONDITION
' This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance (2) You have agreed in writing in a contract or
' Condition and supersedes any provision to the
contrary: agreement that this insurance would be
primary and would not seek contribution
Primary And Noncontributory Insurance from any other insurance available to the
This insurance is primary to and will not seek additional insured.
' contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
1
1
1
I
CG 20 01 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1
1
THIS PAGE INTENTIONALLY LEFT BLANK
1
1
1
1
I, 1
1
12 of 20 (ccsaa)
I .
I
COMMERCIAL AUTO
IAU 2003(12/13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
I ADDITIONAL INSURED - AUTOMATIC STATUS
I Named Insured Endorsement Number
R.L. Alia Company 0
Policy Number Endorsement Effective
RL Alia 2018 NB Auto 10/01/2018
I
Countersigned by
(Authorized Representative)
The above is required to be completed only when this endorsement is issued subsequent to the
Ipreparation of the policy.
This endorsement modifies insurance provided under the following:
I AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
I
WHO IS AN INSURED (Section II — COVERED AUTOS LIABILITY COVERAGE - Subsection A.1.) is
Iamended to include as an insured any person or organization for whom you and such person or
organization have agreed in writing in a contract or agreement that such person or organization be
added as an additional insured on your policy, but only to the extent that person or organization qualifies
Ias an insured under WHO IS AN INSURED of Section II —COVERED AUTOS LIABILITY COVERAGE.
Any coverage provided hereunder shall be excess over any other valid and collectible insurance
available to the additional insured whether primary, excess, contingent or on any other basis unless a
Iwritten contract or agreement specifically requires that this insurance be primary in which case any other
insurance available to the additional insured shall be considered excess and non-contributing.
IAll Other Terms and Conditions Remain Unchanged.
I
I
I
AU2003(12/13) Copyright,American Alternative Insurance Corporation,2013 Page 1 of 1 0
All rights reserved.Includes copyrighted material of Insurance Services Office,Inc,with
its permission.
1
THIS PAGE INTENTIONALLY LEFT BLANK
1
1
14 of 20 (CCS00)
I
I
COMMERCIAL AUTO
IAU 2003(12/13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
IADDITIONAL INSURED - AUTOMATIC STATUS
U
Named Insured Endorsement Number
R.L. Alia Company 0
Policy Number Endorsement Effective
RL Alia 2018 NB Auto 10/01/2018
I
Countersigned by
(Authorized Representative)
The above is required to be completed only when this endorsement is issued subsequent to the
Ipreparation of the policy.
This endorsement modifies insurance provided under the following:
U
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
I
WHO IS AN INSURED (Section II — COVERED AUTOS LIABILITY COVERAGE - Subsection A.1.) is
I amended to include as an insured any person or organization for whom you and such person or
organization have agreed in writing in a contract or agreement that such person or organization be
added as an additional insured on your policy, but only to the extent that person or organization qualifies
Ias an insured under WHO IS AN INSURED of Section II —COVERED AUTOS LIABILITY COVERAGE.
Any coverage provided hereunder shall be excess over any other valid and collectible insurance
available to the additional insured whether primary, excess, contingent or on any other basis unless a
Iwritten contract or agreement specifically requires that this insurance be primary in which case any other
insurance available to the additional insured shall be considered excess and non-contributing.
IAll Other Terms and Conditions Remain Unchanged.
1
I AU2003(12/13) Copyright,American Alternative Insurance Corporation,2013 Page 1 of 1 0
All rights reserved.Includes copyrighted material of Insurance Services Office,Inc.,with
its permission.
111THIS PAGE INTENTIONALLY LEFT BLANK
1
t
t
1
1
16 of 20 (CCS00)
I
I
(d) Cooperate with us with respect to (5) A trust, you are an insured. Your trustees
I
coordinating other applicable insurance
available to the indemnitee; and are also insureds, but only with respect to
their duties as trustees.
(2) Provides us with written authorization to: b. Each of the following is also an insured:
(a) Obtain records and other information (1) Your "volunteer workers" only while
I related to the"suit"; and performing duties related to the conduct of
(b) Conduct and control the defense of the your business, or your "employees", other
indemnitee in such"suit". than either your "executive officers" (if you
are an organization other than a
I So long as the above conditions are met, partnership, joint venture or limited liability
attorneys' fees incurred by us in the defense of company) or your managers (if you are a
that indemnitee, necessary litigation expenses limited liability company), but only for acts
incurred by us and necessary litigation expenses within the scope of their employment by you
I
incurred by the indemnitee at our request will be or while performing duties related to the
paid as Supplementary Payments. conduct of your business. However, none of
Notwithstanding the provisions of Paragraph these "employees" or "volunteer workers"
I
2.b.(2) of Section I — Coverage A — Bodily Injury are insureds for:
And Property Damage Liability, such payments will (a) Bodily injury" or "personal and
not be deemed to be damages for "bodily injury"
and "property damage" and will not reduce the advertising injury":
U
limits of insurance. (i) To you, to your partners or members
Our obligation to defend an insured's indemnitee (if you are a partnership or joint
and to pay for attorneys' fees and necessary venture), to your members (if you are
co-
litigation expenses as Supplementary PaymentsI a limited liability company), to a
ends when we have used up the applicable limit of "employee" in the course of his or
her employment or performing duties
insurance in the payment of judgments or related to the conduct of your
settlements or the conditions set forth above, or business or to your other "volunteer
the terms of the agreement described in
I
workers" while performing duties
Paragraph f.above, are no longer met. related to the conduct of your
SECTION II WHO IS AN INSURED business;
1. Except for liability arising out of the ownership, (ii) To the spouse, child, parent, brother
I maintenance or use of"covered autos": or sister of that co-"employee" or
a. If you are designated in the Declarations as: "volunteer worker"as a consequence
(1) An individual, you and your spouse are of Paragraph (a)(i)above; or
I insureds, but only with respect to the (iii) For which there is any obligation to
conduct of a business of which you are the share damages with or repay
sole owner. someone else who must pay
(2) A partnership or joint venture, you are an damages because of the injury
I
insured. Your members, your partners, and described in Paragraph (a)(i) or (ii)
their spouses are also insureds, but only above.
with respect to the conduct of your (b) "Property damage"to property:
I
business. (i) Owned, occupied or used by;
(3) A limited liability company, you are an (ii) Rented to, in the care, custody or
insured. Your members are also insureds, control of, or over which physical
but only with respect to the conduct of your control is being exercised for any
I business. Your managers are insureds, but purpose by;
only with respect to their duties as your you, any of your"employees", "volunteer
managers. workers", any partner or member (if you
I (4) An organization other than a partnership, are a partnership or joint venture), or
joint venture or limited liability company, any member (if you are a limited liability
you are an insured. Your "executive company).
officers"and directors are insureds, but only (2) Any person (other than your "employee" or
I with respect to their duties as your officers "volunteer worker'), or any organization
or directors. Your stockholders are also while acting as your real estate manager.
insureds, but only with respect to their
liability as stockholders.
I
Page 10 of 18 ©Insurance Services Office, Inc., 2012 CU 00 01 0413
17 of 20 (CCS00)
I .
I
(3) Any person or organization having proper (4) Anyone other than your "employees",
temporary custody of your property if you partners (if you are a partnership),
I die, but only: members (if you are a limited liability
(a) With respect to liability arising out of the company), or a lessee or borrower or any of
maintenance or use of that property; their"employees", while moving property to
I
and or from a"covered auto".
(b) Until your legal representative has been (5) A partner (if you are a partnership), or a
appointed. member (if you are a limited liability
(4) Your legal representative if you die, but only company) for a "covered auto" owned by
I
with respect to duties as such. That household.
representative will have all your rights and him or her or a member of his or her
duties under this Coverage Part. (6) "Employees" with respect to "bodily injury"
I c. Any organization you newly acquire or form, to:
other than a partnership,joint venture or limited (a) Any fellow "employee" of the insured
liability company, and over which you maintain arising out of and in the course of the
ownership or majority interest, will qualify as a fellow "employee's" employment or
I Named Insured if there is no other similar while performing duties related to the
insurance available to that organization. conduct of your business; or
However: (b) The spouse, child, parent, brother or
I (1) Coverage under this provision is afforded sister of that fellow "employee" as a
only until the 90th day after you acquire or consequence of Paragraph(a)above.
form the organization or the end of the c. Anyone liable for the conduct of an insured
policy period,whichever is earlier; described above is also an insured, but only to
I (2) Coverage A does not apply to"bodily injury" the extent of that liability.
or "property damage" that occurred before 3. Any additional insured under any policy of
you acquired or formed the organization; "underlying insurance" will automatically be an
and insured under this insurance.
I
(3) Coverage B does not apply to "personal Subject to Section III — Limits Of Insurance, if
and advertising injury" arising out of an coverage provided to the additional insured is
offense committed before you acquired or required by a contract or agreement, the most we
I formed the organization. will pay on behalf of the additional insured is the
2. Only with respect to liability arising out of the amount of insurance:
ownership, maintenance or use of "covered a. Required by the contract or agreement, less
I
autos": any amounts payable by any "underlying
a. You are an insured. insurance"; or
b. Anyone else while using with your permission a b. Available under the applicable Limits of
"covered auto" you own, hire or borrow is also Insurance shown in the Declarations;
Ian insured except: whichever is less.
(1) The owner or anyone else from whom you Additional insured coverage provided by this
hire or borrow a "covered auto". This insurance will not be broader than coverage
I exception does not apply if the "covered provided by the"underlying insurance".
auto" is a trailer or semitrailer connected to No person or organization is an insured with respect
a"covered auto"you own.
to the conduct of any current or past partnership, joint
(2) Your "employee" if the "covered auto" is venture or limited liability company that is not shown
I owned by that "employee" or a member of as a Named Insured in the Declarations.
his or her household.
(3) Someone using a "covered auto" while he
I or she is working in a business of selling,
servicing, repairing, parking or storing
"autos" unless that business is yours.
I
I
CU 00 01 0413 ©Insurance Services Office, Inc., 2012 Page 11 of 18
118 of 20 (CCS00)
COMMERCIAL LIABILITY UMBRELLA
CUE 03 01 10 17
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY.
I
PRIMARY AND NONCONTRIBUTORY ENDORSEMENT
This endorsement modifies insurance provided under the following:
ICOMMERCIAL LIABILITY UMBRELLA COVERAGE PART
SCHEDULE
Name of Desi Hated Additional Insured Person(s) Or Organization(s):
As Required by Written Contract
I
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
IParagraph 5. Other Insurance of Section IV— Conditions is deleted and replaced by the following:
5. Other Insurance
I a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary,
excess, contingent or on any other basis. However:
(1) This condition will not apply to other insurance specificaly written as excess over this Coverage Part.
I (2) The insurance provided under this Coverage Part will be on a primary basis and will not seek
contribution from any other insurance available to an additional insured, provided that:
(a) The additional insured is a Named Insured under such other insurance;
(b) The additional insured is specifically listed in the Schedule above and for whom coverage is
I provided in this policy under Paragraph 3. of Section II—Who Is An Insured;
(c) You have agreed in writing in a contract or agreement with such designated additional insured
listed in the Schedule to provide additional insured coverage on a primary and noncontributory
I basis; and
(d) Only if the applicable "underlying insurance" also provides such coverage and on a primary and
noncontributory basis specifically for such designated additional insured listed in the Schedule,
I
and only once the applicable limits of "underlying insurance" have been exhausted in the
payment of judgments, settlements and other expenses as applicable.
Subject to Section III — Limits Of Insurance, the most we will pay on behalf of such addtional insured
is the amount of insurance required by the contract or agreement for the coverage afforded under this
I policy, or the available Limits of Insurance afforded under this policy that are applicable, whichever is
less.
When this insurance is excess, we will have no duty to defend the insured or designated additional
insured against any "suit" if any other insurer has a duty to defend the insured or designated additional
II insured against that"suit". If no other insurer defends, we may undertake to do so, but we will be entitled
to the insured's or designated additional insured's rights against all those other insurers.
b. When this insurance is excess over the other insurance, we wil pay only our share of the "ultimate net
loss"that exceeds the sum of:
(1) The total amount that all such other insurance would pay for the loss in the absence of the insurance
provided under this Coverage Part; and
I
(2) The total of all deductible and self-insured amounts under all that other insurance.
I CUE 03 01 10 17 Copyright,American Alternative Insurance Corporation, 2017 Page 1 of 1
Includes copyrighted material of the Insurance Services Office, Inc., with its permission.
THIS PAGE INTENTIONALLY LEFT BLANK
r
r
r
1
r
r
r
i
120 of 20 (CCS00)
Bond No.2283567
EXHIBIT G PERFORMANCE/PAYMENT BOND
' KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned R. L. Alia Company, ("Principal")and North American Specialty Insurance Company
the undersigned corporation organized and existing under the laws of the State of New Hampshire .
and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly
bonded unto the City of Federal Way, a Washington municipal corporation ("City") in the penal sum
' of Two Million Six Hundred Fifteen Thousand Three Hundred Eighty-One Dollars and 00/100
($2,615,381.00) for the payment of which we firmly bind ourselves and our legal representatives,
• heirs, successors and assigns,jointly and severally.
' This obligation is entered into pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter amended
or adopted.
The Principal has entered into an Agreement with the City dated ma i 15 , 2019 for the
Downtown Staircase Project.
t NOW, THEREFORE, if the Principal shallperform all theprovisions of the Agreement in the
P 9
manner and within the time period prescribed by the City, or within such extensions of time as may
be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and
material men or women, and all persons who shall supply the Principal or subcontractors with
1 provisions and supplies for the carrying on of said work, and shall hold the City, their officials,
agents, employees and volunteers harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of the Principal, or any
subcontractor in the performance of said work, and shall indemnify and hold the City harmless from
any damage or expense by reason of failure of performance as specified in the Agreement within a
' period of one (1) year after its final acceptance thereof by the City, then and in the event this
obligation shall be void; but otherwise, it shall be and remain in full force and effect.
' And the Surety, for value received, hereby further stipulates and agrees that no change, extension
of time, alteration or addition to the terms of the Agreement or to the work to be performed
thereunder or the specifications accompanying the same shall in any way affect its obligation on
Ithis bond, and it does hereby waive notice of any change, extension of time, alterations or
additions to the terms of the Agreement or to the Work.
I , The Surety hereby agrees that modifications and changes may be made in terms and provisions of
the Agreement without notice to Surety, and any such modifications or changes increasing the total
amount to be paid the Principal shall automatically increase the obligation of the Surety on this
I
Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent
(25%)of the original amount of this bond without the consent of the Surety.
I
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the
terms of the Agreement, the Surety shall make a written commitment to the City that it will either:
(a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount
necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the
I ° event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the
City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to
interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
I ; elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
ICITY OF FEDERAL WAY RFB-58 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver. 5-18
1
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
' Surety elects option (b), then upon completion of the necessary work, the City shall notify the
Surety of its actual costs. The City shall return, without interest, any overpayment made by the
Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited
to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation
in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of
mediation to resolve said dispute. The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth
Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion
of the mediation.
DATED this li day of kAkee. + , 2019.
CORPORATE SEAL OF PRINCIPAL: PRINCIPAL R.L.Alia Company
By: ^G
(Name of Person Executing Bond)
Its: PRFs,gekT
(Title)
107 Williams Ave. S., Renton,WA 98057
(Address)
(425)226-8100
(Phone)
ICERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in
the within bond; that V l''b A-Li A , who signed the said bond on behalf of the Principal, was
I?R.ESI Deni r of the said Corporation; that I know his or her signature thereto is
genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said
Corporation by authority of its governing body.
S ary of Assistant Secretary
I
I ,
CITY OF FEDERAL WAY RFB-59 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver.5-18
1
CORPORATE SEAL OF SURETY:
f SURETY North American Specialty Insurance Company
By: citAi/rec YI4 - /
Attorney-in-Fact
": K (Attach Power of Attorney)
tt. ` F Deanna M. French
� (Name of Person Executing Bond)
rn 2233 112th Ave. N.E.
QPi. R Y
11` �• Bellevue,WA 98004
' (Address)
(425)709-3600
(Phone)
APPROVED AS TO FORM:
//iti At./re'
I -j,/J. Ryan Call, City Attorney
u
1
I
ICITY OF FEDERAL WAY RFB-60 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RFB ver.5-18
I
I
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
I
Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of
Overland Park,Kansas each does hereby make,constitute and appoint:
SUSAN B.LARSON,SCOTT FISHER,MINDEE L.RANKIN,DEANNA M.FRENCH,RONALD J.LANGE,ELIZABETH R.HAHN,
JANA M.ROY,ROGER R.KALTENBACH,GUY P.ARMFIELD,SCOTT McGILVRAY,ANDREW P.LARSEN,and NICHOLAS FREDRICKSON JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact,
to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011.
"RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President,
I the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,SOLVED that the signature of such officers and the seal of the Company maybe affixed to anysuch Power of Attorneyor to any
P Y
111
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
r ,
nuti1N1tl
P 4 1AT1. /44, : ,,�P'SIONqL�N'�rr. a'^ -----
a4,GpPP i 1, , Raj:•.G......pppppp By `
f �' y ' ! i SEAL F' Steven P.Anderson,Senior Vice President of Washington International Insurance Company �t
,� -4:=2...;,
8, 0% � s g�.. •-,,,, &Senior Vice President of North American Specialty Insurance Company Z •S
e - a
* 4M.. -.rn= t—t;_ .�irn &Senior Vice President ofWeestport Insurance CorporationMir 4 • -Yr ��' yBy4/bON Y I"'•+$�* t'' M • * Mike A.Ito,Senior Vice President of Washington International Insurance Company
///tl111pnIN++ x= raw
*
&Senior Vice President of North American Specialty Insurance Company
y 444
'� �,< &Senior Vice President of Westport Insurance Corporalson
t +_,�r�v ,.'11WWIZN REOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport
pry., ..« •..,1.
I s ii&ion have caused their official seals to be hereunto affixed,and thesepresents to be signed bytheir authorized officers this
.� g
this `13 day of DECEMBER ,20 17 .
' North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois Westport Insurance Corporation
County of Cook ss:
I
On this 13 day of DECEMBER 20 17,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
Iof North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who
being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
I OFFICIAL SEAL
IL KENNY .---c �" x ,'�. �t�
I Notary Public-State of Illinois
tots
Expires 21 1 M.Kenny,Notary Public \,,,
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
I
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of ,20 .
Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&
INorth American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurance Corporation
' EXHIBIT H TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
' 1. Compliance with Regulations
' The contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of
Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to
as the Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination
' The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub-contractors, including procurement of materials and leases of equipment. The contractor shall
' not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
' In all solicitations either by competitive bidding or negotiations made by the contractor for
work to be performed under a sub-contract, including procurement of materials or leases of
equipment, each potential sub-contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
' 4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
' directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
' another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or
the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information.
' 5. Sanctions for Non-compliance
In the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may
determine to be appropriate, including, but not limited to: Withholding of payments to the contractor
under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of
the contract, in whole or in part
1
CITY OF FEDERAL WAY
RFB-61 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
' RFB ver.5-18
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
' Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a
means of enforcing such provisions including sanctions for non-compliance. Provided, however,
' that in the event a contractor becomes involved in, or is threatened with, litigation with a sub-
contractor or supplier as a result of such direction, the contractor may request WSDOT enter into
such litigation to protect the interests of the state and, in addition, the contractor may request the
USDOT enter into such litigation to protect the interests of the United States.
1
1
I
1
1
CITY OF FEDERAL WAY
RFB-62 PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
RF8 ver. 5-18
1
I
I
I
I
Amendments to the Standard Specifications
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
1
I
I
1
1
I
CITY OF FEDERAL WAY PROJECT# 201 I RFB # 19-002
NOV 2018 AMEND-1 DOWNTOWN STAIRCASE '
1
INTRODUCTION
' The following Amendments and Special Provisions shall be used in conjunction with the 2018
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.
' Section 1-01, Definitions and Terms
August 6, 2018
' 1-01.3 Definitions
The following new term and definition is inserted before the definition for"Shoulder":
Sensitive Area — Natural features, which may be previously altered by human activity, that
are present on or adjacent to the project location and protected, managed, or regulated by
1 local, tribal, state, or federal agencies.
The following new term and definition is inserted after the definition for"Working Drawings":
' WSDOT Form — Forms developed and maintained by WSDOT that are required or
available for use on a project. These forms can be downloaded from the forms catalogue
at:
http://wsdot.wa.goviforms/pdfForms.html
ISection 1-02,-Bid Procedures and Conditions
October 30, 2018
' 1-02.4(1) General
This section is supplemented with the following:
' Prospective Bidders are advised that the Contracting Agency may include a partially
completed Washington State Department of Ecology (Ecology) Transfer of Coverage
(Ecology Form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP)
' as part of the Bid Documents. When the Contracting Agency requires the transfer of
coverage of the CSWGP to the Contractor, an informational copy of the Transfer of
Coverage and the associated CSWGP will be included in the appendices. As a condition of
Section 1-03.3, the Contractor is required to complete sections I, Ill, and VIII of the Transfer
of Coverage and return the form to the Contracting Agency.
I The Contracting Agency is responsible for compliance with the CSWGP until the end of day
that the Contract is executed. Beginning on the day after the Contract is executed, the
Contractor shall assume complete legal responsibility for compliance with the CSWGP and
full implementation of all conditions of the CSWGP as they apply to the Contract Work.
' CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-2 DOWNTOWN STAIRCASE
1
1-02.5 Proposal Forms
The first sentence of the first paragraph is revised to read:
At the request of a Bidder, the Contracting Agency will provide a physical Proposal Form for
any project on which the Bidder is eligible to Bid.
1-02.6 Preparation of Proposal
Item number 1 of the second paragraph is revised to read:
1. A unit price for each item (omitting digits more than two places to the right of the
decimal point),
In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
"WSDOT Form 422-031 U".
The following new paragraph is inserted before the last paragraph:
completed Contractor Certification Wage Law
with their Bid a
The Bidder shall submit
Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the
Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
Section 1-03, Award and Execution of Contract
January 2, 2018
1-03.3 Execution of Contract ,
The first paragraph is revised to read:
Within 20 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, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage
form for the Construction Stormwater General Permit with sections I, III, and VIII completed
when provided, and shall be registered as a contractor in the state of Washington.
1-03.5 Failure to Execute Contract ,
The first sentence is revised to read:
Failure to return the insurance certification and bond with the signed Contract as required in
Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business
Enterprise information if required in the Contract, or failure or refusal to sign the Contract,
or failure to register as a contractor in the state of Washington, or failure to return the
completed Transfer of Coverage for the Construction Stormwater General Permit to the
Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit
of this Bidder. I
i
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-3 DOWNTOWN STAIRCASE ,
I
Section 1-05, Control of Work
IAugust 6, 2018
1-05.5 Vacant
I
This section, including title, is revised to read:
1-05.5 Tolerances
I Geometrical tolerances shall be measured from the points, lines, and surfaces defined in
Contract documents.
I . A plus (+) tolerance increases the amount or dimension to which it applies, or raises a
deviation from level. A minus (-) tolerance decreases the amount or dimension to which it
applies, or lowers a deviation from level. Where only one signed tolerance is specified (+ or
I -), there is no specified tolerance in the opposing direction.
Tolerances shall not be cumulative. The most restrictive tolerance shall control.
ITolerances shall not extend the Work beyond the Right of Way or other legal boundaries
identified in the Contract documents. If application of tolerances causes the extension of
I the Work beyond the Right of Way or legal boundaries, the tolerance shall be reduced for
that specific instance.
Tolerances shall not violate other Contract requirements. If application of tolerances causes
I the Work to violate other Contract requirements, the tolerance shall be reduced for that
specific instance. If application of tolerances causes conflicts with other components or
aspects of the Work, the tolerance shall be reduced for that specific instance.
I1-05.9 Equipment
The following new paragraph is inserted before the first paragraph:
IPrior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose dirt
and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
Iundercarriage. The Engineer will reject equipment from the site until it returns clean.
This section is supplemented with the following:
IUpon completion of the Work, the Contractor shall completely remove all loose dirt and
vegetative debris from equipment before removing it from the job site.
ISection 1-06, Control of Material
October 30, 2018
1 1-06.1(3) Aggregate Source Approval (ASA) Database
This section is supplemented with the following:
I Regardless of status of the source, whether listed or not listed in the ASA database the
source owner may be asked to provide testing results for toxicity in accordance with
Section 9-03.21(1).
I1-06.2(2)D Quality Level Analysis
This section is supplemented with the following new subsection:
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-4 DOWNTOWN STAIRCASE
1
1-06.2(2)D5 Quality Level Calculation— HMA Compaction
The procedures for determining the quality level and pay factor for HMA compaction are as
follows:
1. Determine the arithmetic mean, Xm, for compaction of the lot: '
X = �x I
m n
Where:
x = individual compaction test values for each sublot in the lot.
= summation of individual compaction test values
n = total number test values I
2. Compute the sample standard deviation, "S", for each constituent:
nEx2—(Ex)2 2
S=
n(n-1)
Where:
�x2= summation of the squares of individual compaction test values
(1x)2 = summation of the individual compaction test values squared
3. Compute the lower quality index (QL):
_ Xm—LSL
QL = S
Where:
LSL= 91.5 111
4. Determine PL (the percent within the lower Specification limit which corresponds to
a given QL) from Table 1. For negative values of QL, PL is equal to 100 minus the
table PL. If the value of QL does not correspond exactly to a figure in the table, use
the next higher value.
5. Determine the quality level (the total percent within Specification limits):
Quality Level = PL
6. Using the quality level from step 5, determine the composite pay factor(CPF) from
Table 2.
7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
compaction lot; however, the maximum HMA compaction CPF using an LSL =
91.5 shall be 1.05. t
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-5 DOWNTOWN STAIRCASE
I
8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
1 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for that
lot; however, the maximum HMA compaction CPF using an LSL = 91.00 shall be
1.00.
I1-06.2(2)D4 Quality Level Calculation
The first paragraph (excluding the numbered list) is revised to read:
IThe procedures for determining the quality level and pay factors for a material, other than
HMA compaction, are as follows:
I1-06.6 Recycled Materials
The first three sentences of the second paragraph is revised to read:
III I The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-
075A within 30 calendar days after the Contract is executed. The plan shall provide the
li ' Contractor's anticipated usage of recycled concrete aggregates for meeting the
requirements of these Specifications. The quantity of recycled concrete aggregate will be
provided in tons and as a percentage of the Plan quantity for eligible material listed in
Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
IMaterial.
The last paragraph is revised to read:
IWithin 30 calendar days after Physical Completion, the Contractor shall report the quantity
of recycled concrete aggregates that were utilized in the construction of the project for each
I eligible item listed in Section 9-03.21(1)E. The Contractor's report shall be provided on
WSDOT Form 350-075A, Recycled Materials Reporting.
1-06.6(1)A General
I Item 1(a) in the second paragraph is revised to read:
a. The estimated costs for the Work for each material with 25 percent recycled concrete
I aggregate. The cost estimate shall include for each material a documented price quote
from the supplier with the lowest total cost for the Work.
ISection 1-07, Legal Relations and Responsibilities to the Public
August 6, 2018
I1-07.5 Environmental Regulations
This section is supplemented with the following new subsections:
I1-07.5(5) U.S. Army Corps of Engineers
When temporary fills are permitted, the Contractor shall remove fills in their entirety and the
affected areas returned to pre-construction elevations.
' - Special
a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Spec at
Provisions, the Contractor shall retain a copy of the permit or the verification letter (in the
I case of a Nationwide Permit) on the worksite for the life of the Contract. The Contractor
shall provide copies of the permit or verification letter to all subcontractors involved with the
authorized work prior to their commencement of any work in waters of the U.S.
I .
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 AMEND-6 DOWNTOWN STAIRCASE
1
1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
The Contracting Agency will provide fish exclusion and handling services if the Work 1
dictates. However, if the Contractor discovers any fish stranded by the project and a
Contracting Agency biologist is not available, they shall immediately release the fish into a
flowing stream or open water.
1-07.5(1) General
The first sentence is deleted and replaced with the following: '
No Work shall occur within areas under the jurisdiction of resource agencies unless
authorized in the Contract.
The third paragraph is deleted.
1-07.5(2) State Department of Fish and Wildlife '
This section is revised to read:
In doing the Work, the Contractor shall: ,
1. Not degrade water in a way that would harm fish, wildlife, or their habitat.
2. Notp lace materials below or remove them from the ordinary high water line '
except as may be specified in the Contract.
3. Not allow equipment to enter waters of the State except as specified in the '
Contract.
4. Revegetate in accordance with the Plans, unless the Special Provisions permit I
otherwise.
5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of
water.
6. Ensure continuous stream flow downstream of the Work area. '
7. Dispose of any project debris by removal, burning, or placement above high-water
flows. '
8. Immediately notify the Engineer and stop all work causing impacts, if at any time,
as a result of project activities, fish are observed in distress or a fish kill occurs. I
If the Work in (1) through (3) above differs little from what the Contract requires, the
Contracting Agency will measure and pay for it at unit Contract prices. But if Contract items
do not cover those areas, the Contracting Agency will pay pursuant to Section 1-09.4. Work
in (4) through (8) above shall be incidental to Contract pay items.
1-07.5(3) State Department of Ecology ,
This section is revised to read:
In doing the Work, the Contractor shall: 1
1. Comply with Washington State Water Quality Standards.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-7 DOWNTOWN STAIRCASE I
2. Perform Work in such a manner that all materials and substances not specifically
identified in the Contract documents to be placed in the water do not enter waters
of the State, including wetlands. These include, but are not limited to, petroleum
' products, hydraulic fluid, fresh concrete, concrete wastewater, process
wastewater, slurry materials and waste from shaft drilling, sediments, sediment-
laden water, chemicals, paint, solvents, or other toxic or deleterious materials.
3. Use equipment that is free of external petroleum-based products.
4. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks,
tires) and undercarriage of equipment prior to using equipment below the ordinary
high water line.
5. Clean loose dirt and debris from all materials placed below the ordinary high water
line. No materials shall be placed below the ordinary high water line without the
Engineer's concurrence.
6. When a violation of the Construction Stormwater General Permit (CSWGP)
occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
' Contractor ECAP Report, and submit the form to the Engineer within 48 hours of
the violation.
' 7. Once Physical Completion has been given, prepare a Notice of Termination
(Ecology Form ECY 020-87) and submit the Notice of Termination electronically to
the Engineer in a PDF format a minimum of 7 calendar days prior to submitting
the Notice of Termination to Ecology.
8. Transfer the CSWGP coverage to the Contracting Agency when Physical
' Completion has been given and the Engineer has determined that the project site
is not stabilized from erosion.
9. Submit copies of all correspondence with Ecology electronically to the Engineer in
' a PDF format within four calendar days.
1-07.5(4) Air Quality
This section is revised to read:
The Contractor shall comply with all regional clean air authority and/or State Department of
' Ecology rules and regulations.
The air quality permit process may include additional State Environment Policy Act (SEPA)
requirements. Contractors shall contact the appropriate regional air pollution control
authority well in advance of beginning Work.
' When the Work includes demolition or renovation of any existing facility or structure that
contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing
Material (PACM), the Contractor shall comply with the National Emission Standards for
Hazardous Air Pollutants (NESHAP).
Any requirements included in Federal and State regulations regarding air quality that
applies to the "owner or operator" shall be the responsibility of the Contractor.
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
NOV 2018 AMEND-8 DOWNTOWN STAIRCASE
1
•
1-07.7(1) General
The first sentence of the third paragraph is revised to read:
When the Contractor moves equipment or materials on or over Structures, culverts or
pipes, the Contractor may operate equipment with only the load-limit restrictions in Section
1-07.7(2).
The first sentence of the last paragraph is revised to read:
Unit prices shall cover all costs for operating over Structures, culverts and pipes.
1-07.9(1) General
The last sentence of the sixth paragraph is revised to read:
Generally, the Contractor initiates the request by preparing standard form 1444 Request for
Authorization of Additional Classification and Rate, available at
https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the
Engineer for further action.
1-07.9(2) Posting Notices
The second sentence of the first paragraph (up until the colon) is revised to read:
The Contractor shall ensure the most current edition of the following are posted: '
In items 1 through 10, the revision dates are deleted.
1-07.11(2) Contractual Requirements ,
In this section, "creed" is revised to read "religion".
Item numbers 1 through 9 are revised to read 2 through 10, respectively. 1
After the preceding Amendment is applied, the following new item number 1 is inserted:
humiliation, fear,
1. The Contractor shall maintain a Work site that is free of harassment, ,
hostility and intimidation at all times. Behaviors that violate this requirement include but
are not limited to: I
a. Persistent conduct that is offensive and unwelcome.
b. Conduct that is considered to be hazing.
c. Jokes about race, gender, or sexuality that are offensive. '
d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature
which interferes with a person's ability to perform their job or creates an
intimidating, hostile, or offensive work environment.
e. Language or conduct that is offensive, threatening, intimidating or hostile based
on race, gender, or sexual orientation.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-9 DOWNTOWN STAIRCASE I
f. Repeating rumors about individuals in the Work Site that are considered to be
harassing or harmful to the individual's reputation.
1-07.11(5) Sanctions
111
This section is supplemented with the following:
Immediately upon the Engineer's request, the Contractor shall remove from the Work site
' • any employee engaging in behaviors that promote harassment, humiliation, fear or
intimidation including but not limited to those described in these specifications.
I
1-07.11(6) Incorporation of Provisions
The first sentence is revised to read:
' The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements
(1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract including
procurement of materials and leases of equipment.
1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
The last sentence of the first paragraph is revised to read:
' An SPCC Plan template and guidance information is available at
http://www.wsdot.wa.g ov/environ ment/technical/disciplines/hazardous-materials/spill-
prevent-report.
' 1-07.18 Public Liability and Property Damage Insurance
Item number 1 is supplemented with the following new sentence:
' This policy shall be kept in force from the execution date of the Contract until the Physical
Completion Date.
' Section 1-08, Prosecution and Progress
August 6, 2018
1-08.1 Subcontracting
The first sentence of the seventh paragraph is revised to read:
' All Work that is not performed by the Contractor will be considered as subcontracting
except: purchase of sand, gravel, crushed stone, crushed slag, batched concrete
I
aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site fabricated
items, and any other materials supplied by established and recognized commercial plants;
or (2) delivery of these materials to the Work site in vehicles owned or operated by such
plants or by recognized independent or commercial hauling companies hired by those
' commercial plants.
1-08.5 Time for Completion
Item number 2 of the sixth paragraph is supplemented with the following:
f. A copy of the Notice of Termination sent to the Washington State Department of
' Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
Notice of Termination by Ecology; and no rejection of the Notice of Termination by
Ecology. This requirement will not apply if the Construction Stormwater General
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 AMEND-10 DOWNTOWN STAIRCASE
Permit is transferred back to the Contracting Agency in accordance with Section 8-
01.3(16). ,
1-08.7 Maintenance During Suspension
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic. All
costs associated with protecting and maintaining such Work shall be the responsibility of . I
the Contractor.
Section 1-09, Measurement and Payment
August 6, 2018
1-09.2(1) General Requirements for Weighing Equipment
The last paragraph is supplemented with the following:
When requested by the Engineer, the Contractor's representative shall collect the tickets
throughout the day and provide them to the Engineer's designated receiver, not later than
the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no
pay.
1-09.2(2) Specific Requirements for Batching Scales
The last sentence of the first paragraph is revised to read:
n rete or hot mix
Batching scales used for co asphalt shall not be used for batching 'c
other materials.
1-09.10 Payment for Surplus Processed Materials
ym rp
The following sentence is inserted after the first sentence of the second paragraph:
For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity of '
Asphalt and quantity of RAP or other materials incorporated into the mix.
Section 2-02, Removal of Structures and Obstructions '
April 2, 2018
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
In item number 3 of the first paragraph, the second sentence is revised to read:
For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 18
inches from and parallel to the initial saw cut is also required, unless the Engineer allows
otherwise.
Section 2-09, Structure Excavation
April 2, 2018
2-09.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-11 DOWNTOWN STAIRCASE '
Fine Aggregate for Concrete 9-03.1(2)
' 2-09.3(3)D Shoring and Cofferdams
The first sentence of the sixth paragraph is revised to read:
' Structural shoring and cofferdams shall be designed for conditions stated in this Section
using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
' Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the AASHTO
LRFD Bridge Design Specifications for load and resistance factor design.
I Section 3-01, Production from Quarry and Pit Sites
April 2, 2018
' 3-01.1 Description
The first paragraph is revised to read:
This Work shall consist of manufacturing and producing crushed and screened aggregates
including pit run aggregates of the kind, quality, and grading specified for use in the
construction of concrete, hot mix asphalt, crushed surfacing, maintenance rock, ballast,
' gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface treatments of all
descriptions.
Section 4-04, Ballast and Crushed Surfacing
April 2, 2018
' 4-04.3(5) Shaping and Compaction
This section is supplemented with the following new paragraph:
When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance testing in lieu of
compacting to 95% of the standard density as determined by the requirements of Section
2-03.3(14)D. The test point evaluation shall be performed in accordance with SOP 738.
' Section 5-01, Cement Concrete Pavement Rehabilitation
August 6, 2018
' 5-01.2 Materials
The section reference for Concrete Patching Material is revised to read "9-20.1".
5-01.3(1)A1 Concrete Patching Materials
In this section, each reference to "9-20" is revised to read "9-20.1".
' 5-01.3(4) Replace Cement Concrete Panel
The last sentence of the fourth to last paragraph is revised to read:
' If the replacement panel is located in an area that will be ground as part of concrete
pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall be
measured, by the Contractor, in conjunction with the smoothness measurement done in
accordance with Section 5-01.3(10).
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-12 DOWNTOWN STAIRCASE
I
Section 5-04, Hot Mix Asphalt
April 2, 2018
I
5-04.1 Description
The last sentence of the first paragraph is revised to read:
I
The manufacture of HMA may include additives or processes that reduce the optimum
mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance with
these Specifications.
5-04.2 Materials I The reference to"Warm Mix Asphalt Additive" is revised to read "HMA Additive".
5-04.2(1) How to Get an HMA Mix Design on the QPL
The last bullet in the first paragraph is revised to read:
• DO not include HMA additives that reduce the optimum mixing temperature or serve as
a compaction aid when developing a mix design or submitting a mix design for QPL
evaluation. The use of HMA additives is not part of the process for obtaining approval
for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
I
In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard Practice
QC-8 located in the WSDOT Materials Manual M 46-01".
5-04.2(1)C Design Mix Desi n Resubmittal for QPL Approval I
Item number 3 of the first paragraph is revised to read:
3. Changes in modifiers used in the asphalt binder. I
5-04.2(2)B Using Warm Mix Asphalt Processes
This section, including title, is revised to read:
5-04.2(2)B Using HMA Additives '
The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
include organic additives, chemical additives and foaming processes. The use of Additives I is subject to the following:
• Do not use additives that reduce the mixing temperature in accordance with
Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. I
• Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process. I
5-04.3(3)A Mixing Plant
In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for AASHTO T
168".
5-04.3(4) Preparation of Existing Paved Surfaces L
The first sentence of the fourth paragraph is revised to read:
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-13 DOWNTOWN STAIRCASE
I
Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-1 h,
' or Performance Graded (PG) asphalt for tack coat.
5-04.3(6) Mixing
The first paragraph is revised to read:
The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the
' amount designated on the QPL for the mix design, into the asphalt binder prior to shipment
to the asphalt mixing plant.
The seventh paragraph is revised to read:
Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed
the optimum mixing temperature shown on the accepted Mix Design Report by more than
' 25°F, or as allowed by the Engineer. When an additive is included in the manufacture of
HMA, do not heat the additive (at any stage of production including in binder storage tanks)
I
to a temperature higher than the maximum recommended by the manufacturer of the
additive.
5-04.3(7) Spreading and Finishing
IThe last row of the table is revised to read:
3/s inch 0.25 feet 0.30 feet
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
The following new paragraph is inserted after the first paragraph:
' The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as shown
on the HMA Mix Design will be used for VMA calculations until the Contractor submits a
I written request for a Gsb test. The new Gsb will be used in the VMA calculations for HMA
from the date the Engineer receives the written request for a Gsb retest. The Contractor
may request aggregate specific gravity (Gsb) testing be performed by the Contracting
' Agency twice per project. The Gsb blend of the combined stockpiles will be used to
calculate voids in mineral aggregate (VMA) of any HMA produced after the new Gsb is
determined.
5-04.3(9)A1 Test Section -When Required, When to Stop
The following new row is inserted after the second row in Table 9:
' VMA Minimum PF; of 0.95 None4
based on the criteria in
Section 5-04.3(9)B42
' 5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read "Gradation,
' Asphalt Binder, VMA, and Va"
5-04.3(9)B3 Mixture Statistical Evaluation —Acceptance Testing
' In Table 11, "Va" is revised to read "VMA and Va"
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-14 DOWNTOWN STAIRCASE
1
5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
The following new row is inserted above the last row in Table 12: '
Voids in Mineral Aggregate 2
(VMA)
5-04.3(9)B7 Mixture Statistical Evaluation — Retests
The second to last sentence is revised to read: ,
The sample will be tested for a complete gradation analysis, asphalt binder content, VMA
and Va, and the results of the retest will be used for the acceptance of the HMA mixture in I
place of the original mixture sublot sample test results.
5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots
The bulleted item in the fourth paragraph is revised to read:
• For a compaction lot in progress with a compaction CPF less than 0.75 using an LSL=
91.0, a new compaction lot will begin at the Contractor's request after the Engineer is
satisfied that material conforming to the Specifications can be produced. See also
Section 5-04.3(11)F.
Testingtance
5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance
In the table,"WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
Statistical Compaction — Price Adjustments
5-04.3(10)C3 HMA p
In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T
355". '
The first sentence in the second paragraph is revised to read:
For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not
meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay Factor
(CPF).
The last two paragraphs are revised to read:
Determine the Compaction Price Adjustment (CPA) from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above.
Calculating HMA Compaction Price Adjustment(CPA)
Value of CPF Equation for Calculating CPA
When CPF > 1.00 CPA= [0.80 x (CPF— 1.00)] x Q x 1
UP
When CPF = 1.00 CPA= $0
When CPF < 1.0 CPA= [0.40 x (CPF— 1.00)] x Q x
UP
Where
CPA= Compaction Price Adjustment for the compaction lot ($)
CPF = Composite Pay Factor for the compaction lot (maximum is 1.05)
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-15 DOWNTOWN STAIRCASE ',
•
Q = Quantity in the compaction lot (tons)
' UP = Unit price of the HMA in the compaction lot ($/ton)
5-04.3(13) Surface Smoothness
The second to last paragraph is revised to read:
When concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall
' be such that no surface elevation lies above the Plan grade minus the specified Plan depth
of concrete pavement. Prior to placing the concrete pavement, bring any such irregularities
to the required tolerance by grinding or other means allowed by the Engineer.
' 5-04.5 Payment
The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
I
The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment for all
costs incurred to perform the Work described in Section 5-04.3(4)A.
' Section 5-05, Cement Concrete Pavement
August 6, 2018
Ali I 5-05.1 Description
In the first paragraph, "portland cement concrete" is revised to read "cement concrete".
5-05.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
11 I In the first paragraph, the section reference for Concrete Patching Material is revised to read "9-
20.1".
5-05.3(1) Concrete Mix Design for Paving
' The table title in item number 4 is revised to read Concrete Batch Weights.
In item 4a, "Portland Cement" is revised to read "Cement".
' 5-05.3(4) Measuring and Batching Materials
Item number 2 is revised to read:
2. Batching Materials — On all projects requiring more than 2,500 cubic yards of
concrete for paving, the batching plant shall be equipped to proportion aggregates and
' cement by weight by means of automatic and interlocked proportioning devices of
accepted type.
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
This section's title is revised to read:
' Acceptance of Portland Cement or Blended Hydraulic Cement Concrete
Pavement
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-16 DOWNTOWN STAIRCASE
1
The first sentence is revised to read:
Acceptance of portland cement or blended hydraulic cement concrete pavement shall be as
provided under statistical or nonstatistical acceptance.
5-05.4 Measurement '
The last paragraph is revised to read:
The calculation for cement concrete compliance adjustment is the volume of concrete ,
represented by the CPF and the Thickness deficiency adjustment.
5-05.5 Payment '
The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the
paragraph following this bid item are revised to read:
"Cement Concrete Compliance Adjustment", by calculation.
Payment for "Cement Concrete Compliance Adjustment" will be calculated by multiplying 1
the unit Contract price for the cement concrete pavement, times the volume for adjustment,
times the percent of adjustment determined from the calculated CPF and the Deficiency
Adjustment listed in Section 5-05.5(1)A. '
Section 6-01, General Requirements for Structures
August 6, 2018 1
This section is supplemented with the following new subsections:
6-01.16 Repair of Defective Work '
6-01.16(1) General
When using repair procedures that are described elsewhere in the Contract
Documents, the Working Drawing submittal requirements of this Section shall not
apply to those repairs unless noted otherwise.
Repair procedures for defective Work shall be submitted as Type 2 Working Drawings. '
Type 2E Working Drawings shall be submitted when required by the Engineer.ineer. As an
alternative to submitting Type 2 or 2E Working Drawings, defective Work within the
limits of applicability of a pre-approved repair procedure may be repaired using that
procedure. Repairs using a pre-approved repair procedure shall be submitted as a
Type 1 Working Drawing.
Pre-approved repair procedures shall consist of the following:
• The procedures listed in Section 6-01.16(2) '
• For precast concrete, repair procedures in the annual plant approval process
documents that have been approved for use by the Contracting Agency. ,
All Working Drawings for repair procedures shall include:
• A description of the defective Work including location, extent and pictures r
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-17 DOWNTOWN STAIRCASE
I
• Materials to be used in the repair. Repairs using manufactured products shall
Iinclude written manufacturer recommendations for intended uses of the
product, surface preparation, mixing, aggregate extension (if applicable),
ambient and surface temperature limits, placement methods, finishing and
Icuring.
• Construction procedures
• Plan details of the area to be repaired
1 it
I • Calculations for Type 2E Working Drawings
Material manufacturer's instructions and recommendations shall supersede any
conflicting requirements in pre-approved repair procedures.
I
The Engineer shall be notified prior to performing any repair procedure and shall be
given an opportunity to inspect the repair work being performed.
' 6-01.16(2) Pre-Approved Repair Procedures
6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets,
I Honeycombs, Voids, etc.)
This repair shall be limited to the following areas:
I • Areas that are not on top Roadway surfaces (with or without an overlay)
including but not limited to concrete bridge decks, bridge approach slabs
or cement concrete pavement
1 • Areas that are not underwater
II . Areas that are not on precast barrier, except for the bottom 4 inches (but
not to exceed 1 inch above blockouts)
• Areas that do not affect structural adequacy as determined by the
IEngineer.
The repair procedure is as follows:
I1. Remove all loose and unsound concrete. Impact breakers shall not
exceed 15 pounds in weight when removing concrete adjacent to
' reinforcement or other embedments and shall not exceed 30 pounds in
weight otherwise. Operate impact breakers at angles less than 45
degrees as measured from the surface of the concrete to the tool and
I moving away from the edge of the defective Work. Concrete shall be
completely removed from exposed surfaces of existing steel reinforcing
bars. If half or more of the circumference of any steel reinforcing bar is
exposed, if the reinforcing bar is loose or if the bond to existing concrete
is poor then concrete shall be removed at least s/. inch behind the
reinforcingbar. Do not damage anyexistingreinforcement. Stopwork
g
and allow the Engineer to inspect the repair area after removing all loose
I
and unsound concrete. Submit a modified repair procedure when
required by the Engineer.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
NOV 2018 AMEND-18 DOWNTOWN STAIRCASE
1
2. Square the edges of the repair area by cutting an edge perpendicular to
the concrete surface around the repair area. The geometry of the repair
perimeter shall minimize the edge length and shall be rectangular with
perpendicular edges, avoiding reentrant corners. The depth of the cut
shall be a minimum of$/ inch, but shall be reduced if necessary to avoid
damaging any reinforcement. For repairs on vertical surfaces, the top
edge shall slope up toward the front at a 1-vertical-to-3-horizontal slope.
3. Remove concrete within the repair area to a depth at least matching the ,
cut depth at the edges. Large variations in the depth of removal within
short distances shall be avoided. Roughen the concrete surface. The
concrete surface should be roughened to at least Concrete Surface
Profile (CSP) 5 in accordance with ICRI Guideline No. 310.2R, unless a
different CSP is recommended by the patching material manufacturer.
4. Inspect the concrete repair surface for delaminations, debonding,
microcracking and voids using hammer tapping or a chain drag. Remove
any additional loose or unsound concrete in accordance with steps 1
through 3.
5. Select a patching material in accordance with Section 9-20.2 that is
appropriate for the repair location and thickness. The concrete patching
material shall be pumpable or self-consolidating as required for the type
of placement that suits the repair. The patching material shall have a I
minimum compressive strength at least equal to the specified
compressive strength of the concrete.
6. Prepare the concrete surface and reinforcing steel in accordance with the
patching material manufacturer's recommendations. At a minimum, clean
the concrete surfaces (including perimeter edges) and reinforcing steel
using oil-free abrasive blasting or high-pressure (minimum 5,000 psi)
rust, laitance, oil, film,
blasting. All dirt, dust, loose particles,
microcracked/bruised concrete or foreign material of any sort shall be
removed. Damage to the epoxy coating on steel reinforcing bars shall be
repaired in accordance with Section 6-02.3(24)H.
7. Construct forms if necessary, such as for patching vertical or overhead I surfaces or where patching extends to the edge or corner of a placement.
8. When recommended by the patching material manufacturer, saturate the
concrete in the repair area and remove any free water at the concrete
surface to obtain a saturated surface dry (SSD) substrate. When
recommended by the patching material manufacturer, apply a primer,
scrub coat or bonding agent to the existing surfaces. Epoxy bonding
agents, if used, shall be Type II or Type V in accordance with Section 9-
26.1.
Place and consolidate the patchingmaterial in accordance with the
9.
manufacturer's recommendations. Work the material firmly into all
surfaces of the repair area with sufficient pressure to achieve proper
bond to the concrete.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-19 DOWNTOWN STAIRCASE 1
1
10. The patching material shall be textured, cured and finished in accordance
with the patching material manufacturer's recommendations and/or the
requirements for the repaired component. Protect the newly placed patch
from vibration in accordance with Section 6-02.3(6)0.
' 11. When the completed repair does not match the existing concrete color
and will be visible to the public, a sand and cement mixture that is color
I matched to the existing concrete shall be rubbed, brushed, or applied to
the surface of the patching material and the concrete.
' 6-01.10 Utilities Supported by or Attached to Bridges
In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
' 6-01.12 Final Cleanup
The second paragraph is deleted.
' Section 6-02, Concrete Structures
August 6, 2018
•
6-02.1 Description
The first sentence is revised to read:
This Work consists of the construction of all Structures (and their parts) made of portland
cement or blended hydraulic cement concrete with or without reinforcement, including
bridge approach slabs.
•
6-02.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
' Cement 9-01
Aggregates for Concrete 9-03.1
6-02.3(2) Proportioning Materials
The second paragraph is revised to read:
Unless otherwise specified, the Contractor shall use Type I or II portland cement or blended
hydraulic cement in all concrete as defined in Section 9-01.2(1).
6-02.3(2)A Contractor Mix Design
The last sentence of the last paragraph is revised to read:
' For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5
percent for all concrete placed above the finished ground line unless noted otherwise.
I6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
Item number 5 of the first paragraph is deleted.
Item number 6 of the first paragraph (after the preceding Amendment is applied) is renumbered
to 5.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 AMEND-20 DOWNTOWN STAIRCASE
6-02.3(2)B Commercial Concrete
The second paragraph is revised to read: 1
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, concrete curbs, curbs and gutters, and gutters, the Contractor may use
commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, curbs I
and gutters, 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(4) Ready-Mix Concrete
The first sentence of the first paragraph is revised to read:
All concrete, except lean concrete, shall be batched in a prequalified manual, semi-
automatic, or automatic plant as described in Section 6-02.3(4)A.
6-02.3(4)D Temperature and Time For Placement
The following is inserted after the first sentence of the first paragraph:
The upper temperature limit for placement for Class 4000D concrete may be increased to a
maximum of 80°F if allowed by the Engineer.
•
rm n e to Mix Desi
6-02.3(5)C Conformance n a c g
Item number 1 of the second paragraph is revised to read:
1. Cement weight plus 5 percent or minus 1 percent of that specified in the mix design. I
6-02.3(6)A1 Hot Weather Protection
The first paragraph is revised to read:
The Contractor shall provide concrete within the specified temperature limits. Cooling of the
coarse aggregate piles by sprinkling with water is permitted provided the moisture content
is monitored, the mixing water is adjusted for the free water in the aggregate and the
coarse aggregate is removed from at least 1 foot above the bottom of the pile. Sprinkling of
fine aggregate piles with water is not allowed. Refrigerating mixing water or replacing all or
part of the mixing water with crushed ice is permitted, provided the ice is completely melted
by placing time.
The second sentence of the second paragraph is revised to read:
These surfaces include forms, reinforcing steel, steel beam flanges, and any others that I
touch the concrete.
6-02.3(7) Vacant
This section, including title, is revised to read:
6-02.3(7) Tolerances
Unless noted otherwise, concrete construction tolerances shall be in accordance with this
section.Tolerances in this section do not apply to cement concrete pavement.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-21 DOWNTOWN STAIRCASE 1
I 111
Horizontal deviation of roadway crown points, cross-slope break points, and curb, barrier or
Irailing edges from alignment or work line: ±1.0 inch
Deviation from plane: ±0.5 inch in 10 feet
I
Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet
Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total of
I ±1.5 inches
IVertical deviation from profile grade for roadway surfaces: ±1 inch
Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch
IThickness of bridge decks and other structural slabs not at grade: ±0.25 inch
I Length, width and thickness of elements such as columns, beams, crossbeams,
diaphragms, corbels, piers, abutments and walls, including dimensions to construction
joints in initial placements: +0.5 inch, -0.25 inch
ILength, width and thickness of spread footing foundations: +2 inches, -0.5 inch
Horizontal location of the as-placed edge of spread footing foundations: The greater of±2%
I of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 inch.
However, the tolerance shall not exceed ±2 inches.
ILocation of opening, insert or embedded item at concrete surface: ±0.5 inch
Cross-sectional dimensions of opening: ±0.5 inch
IBridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a
specified temperature range, measured at a stable temperature: ±0.25 inch
IHorizontal deviation of centerline of bearing pad, oak block or other bearing assembly:
±0.125 inch
I Horizontal deviation of centerline of supported element from centerline of bearing pad, oak
block or other bearing assembly ±0.25 inch
IVertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125 inch
6-02.3(10)C Finishing Equipment
IThe first paragraph is revised to read:
The finishing machine shall be self-propelled and be capable of forward and reverse
I movement under positive control. The finishing machine shall be equipped with augers and
a rotating cylindrical single or double drum screed. The finishing machine shall have the
necessary adjustments to produce the required cross section, line, and grade. The finishing
machine shall be capable of raising the screeds, augers, and any other parts of the
' finishing mechanical operation to clear the screeded surface, and returning to the specified
grade under positive control. Unless otherwise allowed by the Engineer, a finishing
I
I CITY OF FEDERAL WAY
NOV 2018 AMEND-22 PROJECT#201 /RFB#19-002
DOWNTOWN STAIRCASE
machine manufacturer technical representative shall be on site to assist the first use of the
machine on the Contract. '
The first sentence of the second paragraph is revised to read:
For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where jobsite 111
conditions do not allow the use of the conventional configuration finishing machines, or
modified conventional machines as described above; the Contractor may submit a Type 2
Working Drawing proposing the use of a hand-operated motorized power screed such as a
"Texas" or"Bunyan" screed.
6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement '
This section, including title, is revised to read:
6-02.3(10)D4 Vacant
6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing
In the third subparagraph of the first paragraph, the last sentence is revised to read:
The Contractor shall texture the bridge deck surface to within 3-inches minimum and 24-
inches maximum of the edge of concrete at expansion joints, within 1-foot minimum and 2-
feet maximum of the curb line, and within 3-inches minimum and 9-inches maximum of the
perimeter of bridge drain assemblies.
6-02.3(10)F Bridge Approach Slab Orientation and Anchors
The second to last paragraph is revised to read:
The compression seal shall be a 2% inch wide gland and shall conform to Section 9- 1
04.1(4).
The last paragraph is deleted. I
6-02.3(13)A Strip Seal Expansion Joint System
In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
6-02.3(13)B Compression Seal Expansion Joint System 1
The first paragraph is revised to read:
Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in the
Plans.
6-02.3(23) Opening to Traffic
This section is supplemented with the following new paragraph:
After curing bridge approach slabs in accordance with Section 6-02.3(11), the
bridge approach slabs may be opened to traffic when a minimum compressive strength
of 2,500 psi is achieved.
6-02.3(24)C Placing and Fastening '
This section is revised to read:
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018
AMEND 23 DOWNTOWN STAIRCASE
1
The Contractor shallposition reinforcingsteel as the Plans require and shall ensure that the
I
q
steel is set within specified tolerances. Adjustments to reinforcing details outside of
specified tolerances to avoid interferences and for other purposes are acceptable when
Iapproved by the Engineer. .
When spacing between bars is 1 foot or more, they shall be tied at all intersections. When
1 iii spacing is less than 1 foot, every other intersection shall be tied. If the Plans require
bundled bars, they shall be tied togetherether with wires at least every6 feet. All epoxy-coated
bars in the top mat of the bridge deck shall be tied at all intersections, however they may be
I tied at alternate intersections when spacing is less than 1 foot in each direction and they
are supported by continuous supports meeting all other requirements of supports for epoxy •
-
coated bars. Other epoxy-coated bars shall also be tied at all intersections, but shall be tied
I at alternate intersections when spacing is less than 1 foot in each direction. Wire used for
tying epoxy-coated reinforcing steel shall be plastic coated. Tack welding is not permitted
on reinforcing steel.
' Abrupt bends in the steel are permitted only when one steel member bends around
another. Vertical stirrups shall pass around main reinforcement or be firmly attached to it.
I For slip-formed concrete, the reinforcing steel bars shall be tied at all intersections and
cross braced to keep the cage from moving during concrete placement. Cross bracing shall
be with additional reinforcing steel. Cross bracing shall be placed both longitudinally and
Itransversely.
After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip-form
I
concrete placement, the Contractor shall check clearances and reinforcing steel bar
placement. This check shall be accomplished by using a template or by operating the slip-
s form machine over the entire length of the traffic or pedestrian barrier. All clearance and
reinforcing steel bar placement deficiencies shall be corrected by the Contractor before
I slip-form concrete placement.
I
Precast concrete supports (or other accepted devices) shall be used to maintain the
concrete coverage required by the Plans. The precast concrete supports shall:
1. Have a bearing surface measuring not greater than 2 inches in either dimension, and
2. Have a compressive strength equal to or greater than that of the concrete in which
they are embedded.
In slabs, each precast concrete support shall have either: (1) a grooved top that will hold
the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the
I reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with
plastic.
I
Precast concrete supports may be accepted based on a Manufacturer's Certificate of
Compliance.
I In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports to
hold uncoated bars. Any surface of a metal support that will not be covered by at least 1/2
inch of concrete shall be one of the following:
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
NOV 2018 AMEND-24 DOWNTOWN STAIRCASE
1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D;
2. Coated withlastic firmlybonded to the metal. This plastic shall be at least 332
p
inch thick where it touches the form and shall not react chemically with the
concrete when tested in the State Materials Laboratory. The plastic shall not
shatter or crack at or above -5°F and shall not deform enough to expose the metal
at or below 200°F; or
3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless '
steel chair supports are not required to be galvanized or plastic coated.
In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by
one of the following:
1. Metal supports coated entirely with a dielectric material such as epoxy or plastic, '
2. Other epoxy-coated reinforcing bars, or
3. All-plastic supports.
Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. All-
plastic supports shall have rounded seatings, shall not deform under load during normal
temperatures, and shall not shatter or crack under impact loading in cold weather. All-
plastic supports shall be placed at spacings greater than 1 foot along the bar and shall
have at least 25 percent of their gross place area perforated to compensate for the
difference in the coefficient of thermal expansion between plastic and concrete. The shape
and configuration of all-plastic supports shall permit complete concrete consolidation in and
around the support.
A "mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, top
and bottom mats shall be supported adequately enough to hold both in their proper
positions. If bar supports directly support, or are directly supported on No. 4 bars, they shall
be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for bars No. 5
and larger). Wire ties to girder stirrups shall not be considered as supports. To provide a
rigid mat, the Contractor shall add other supports and tie wires to the top mat as needed. I
Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be:
• 3 inches to a concrete surface deposited against earth without intervening forms. 1
2% inches to the top surface of a concrete bridge deck or bridge approach slab. '
2 inches to a concrete surface when not specified otherwise in this section or in the
Contract documents.
1'/inches to a concrete barrier or curb surface.
Except for top cover in bridge decks and bridge approach slabs, minimum concrete cover
to ties and stirrups may be reduced by ' inch but shall not be less than 1 inch. Minimum
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-25 DOWNTOWN STAIRCASE '
I
I
concrete cover shall also be provided to the outermost part of mechanical splices and
headed steel reinforcing bars.
Reinforcing steel bar location, concrete cover and clearance shall not vary more than the
Ifollowing tolerances from what is specified in the Contract documents:
Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch
IReinforcing bar location for members greater than 12 inches in thickness: ±0.375 inch
I Reinforcing bar location for bars placed at equal spacing within a plane: the greater of
either ±1 inch or ±1 bar diameter within the plane. The total number of bars shall not
be fewer than that specified.
IThe clearance between reinforcement shall not be less than the greater of the bar
diameter or 1 inch for unbundled bars. For bundled bars, the clearance between
I bundles shall not be less than the greater of 1 inch or a bar diameter derived from the
equivalent total area of all bars in the bundle.
Longitudinal location of bends and ends of bars: ±1 inch
IEmbedded length of bars and length of bar lap splices:
INo. 3 through No. 11: -1 inch
No. 14 through No. 18: -2 inches
IConcrete cover measured perpendicular to concrete surface (except for the top
surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25
I inch
Concrete cover measured perpendicular to concrete surface for the top surface of
Ibridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0 inch
Before placing any concrete, the Contractor shall:
1 1. Clean all mortar from reinforcement, and
2. Obtain the Engineer's permission to place concrete after the Engineer has
I inspected the placement of the reinforcing steel. (Any concrete placed without the
Engineer's permission shall be rejected and removed.)
I 6-02.3(25)H Finishing
The last paragraph is revised to read:
I The Contractor may repair defects in prestressed concrete girders in accordance with
Section 6-01.16.
1 6-02.3(27) Concrete for Precast Units
The last sentence of the first paragraph is revised to read:
I
I CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-26 DOWNTOWN STAIRCASE
Type III portland cement or blended hydraulic cement is permitted to be used in precast
concrete units. '
6-02.3(28)B Casting
In the second paragraph, the reference to Section 6-02.3(25)8 is revised to read Section 6-
02.3(25)C.
6-02.3(28)D Contractors Control Strength '
In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO T
23".
6-02.3(28)E Finishing
This section is supplemented with the following:
The Contractor may repair defects in precast panels in accordance with Section 6-01.16. '
Section 6-05, Piling
January 2, 2018
6-05.3(9)A Pile Driving Equipment Approval
The fourth sentence of the second paragraph is revised to read:
For prestressed concrete piles, the allowable driving stress in kips per square inch shall be
0.095•jr; plus prestress in tension, and 0.85f'c minus prestress in compression, where fc
is the concrete compressive strength in kips per square inch.
Section 6-07, Painting
January 2, 2018
6-07.3(6)A Paint Containers '
In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
Section 6-08, Bituminous Surfacing on Structure Decks
January 2, 2018
6-08.3(7)A Concrete Deck Preparation
The first sentence of the first paragraph is revised to read:
The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish the
9
extent of bridge deck repair in accordance with Section 6-09.3(6).
6-09, Modified Concrete s Overla
SectionY
August 6, 2018
6-09.3 Construction Requirements
This section is supplemented with the following new subsection:
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-27 DOWNTOWN STAIRCASE
6-09.3(15) Sealing and Texturing Concrete Overlay
' After the requirements for checking for bond have been met, all joints and visible cracks
shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The
Contractor may use compressed air to accelerate drying of the deck surface for crack
' identification and sealing. Cracks 1/16 inch and greater in width shall receive two
applications of HMWM. Immediately following the application of HMWM, the wetted surface
shall be coated with sand for abrasive finish.
After all cracks have been filled and sealed and the HMWM resin has cured, the concrete
overlay surface shall receive a longitudinally sawn texture in accordance with Section 6-
02.3(10)D5.
Traffic shall not be permitted on the finished concrete until it has reached a minimum
compressive strength of 3,000 psi as verified by rebound number determined in
accordance with ASTM C805 and the longitudinally sawn texture is completed.
' 6-09.3(1)B Rotary Milling Machines
This section is revised to read:
Rotary milling machines used to remove an upper layer of existing concrete overlay, when
' present, shall have a maximum operating weight of 50,000 pounds and conform to Section
6-08.3(5)B.
6-09.3(1)C Hydro-Demolition Machines
The first sentence of this section is revised to read:
' Hydro-demolition machines shall consist of filtering and pumping units operating in
conjunction with a remote-controlled robotic device, using high-velocity water jets to
remove sound concrete to the nominal scarification depth shown in the Plans with a single
' pass of the machine, and with the simultaneous removal of deteriorated concrete.
6-09.3(1)D Shot Blasting Machines
' This section, including title, is revised to read:
6-09.3(1)D Vacant
I6-09.3(1)J Finishing Machine
This section is revised to read:
' The finishing machine shall meet the requirements of Section 6-02.3(10) and the following
requirements:
The finishing machine shall be equipped with augers, followed by an oscillating,
vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating
cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be of
' sufficient length and width to properly consolidate the mixture. The vibrating frequency
of the vibrating screed, roller tamper or pan shall be variable with positive control.
6-09.3(2) Submittals
Item number 1 and 2 are revised to read:
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 AMEND-28 DOWNTOWN STAIRCASE
1
1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of the
hydro-demolition machine selected by the Contractor for use in this project to scarify I
concrete surfaces.
2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
loads, and axle spacing of the rotary milling machine (if used to remove an upper layer
of existing concrete overlay when present).
The first sentence of item number 3 is revised to read:
A Type 2 Working Drawing of the Runoff Water Disposal Plan. '
6-09.3(5)A General
The first sentence of the fourth paragraph is revised to read: ,
All areas of the deck that are inaccessible to the selected scarifying machine shall be
scarified to remove the concrete surface matrix to a maximum nominal scarification depth
shown in the Plans by a method acceptable to the Engineer.
This section is supplemented with the following:
Concrete process water generated by scarifying concrete surface and removing existing '
concrete overlay operations shall be contained, collected, and disposed of in accordance
with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) Runoff Water
Disposal Plan.
6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines
This section's title is revised to read:
Testing of Hydro-Demolition Machines '
The second paragraph is revised to read:
In the "sound" area of concrete, the equipment shall be programmed to remove concrete to I
the nominal scarification depth shown in the Plans with a single pass of the machine.
6-09.3(5)D Shot Blasting '
This section, including title, is revised to read:
6-09.3(5)D Vacant '
6-09.3(5)E Rotomilling 111This section, including title, is revised to read:
6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
When the Contractor elects to remove the upper layer of existing concrete overlay, when
present, by rotomilling prior to final scarifying, the entire concrete surface of the bridge deck
shall be milled to remove the surface matrix to the depth specified in the Plans with a
tolerance as specified in Section 6-08.3(5)B. The operating parameters of the rotary milling
machine shall be monitored in order to prevent the unnecessary removal of concrete below
the specified removal depth.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-29 DOWNTOWN STAIRCASE
1
6-09.3(6) Further Deck Preparation
' The first paragraph is revised to read::
Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. The
h existing bridge deck that are authorized bythe
Contractor shall mark those areas of the exist g g
Engineer for further deck preparation by the Contractor.
' Item number 4 of the second paragraph is deleted.
' The first sentence of the third paragraph is deleted.
6-09.3(6)A Equipment for Further Deck Preparation
' This section is revised to read:
Further deck preparation shall be performed using either power driven hand tools
' conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 6-
09.3(1)C.
6-09.3(6)B Deck Repair Preparation
111 The second paragraph is deleted.
The last sentence of the second paragraph (after the preceding Amendment is applied) is
revised to read:
In no case shall the depth of a sawn vertical cut exceed �/. inch or to the top of the top steel
reinforcing bars, whichever is less.
The first sentence of the third to last paragraph is revised to read:
Where existing steel reinforcing bars inside deck repair areas show deterioration greater
than 20-percent section loss, the Contractor shall furnish and place steel reinforcing bars
alongside the deteriorated bars in accordance with the details shown in the Standard Plans.
The last paragraph is deleted.
' 6-09.3(7) Surface Preparation for Concrete Overlay
The first seven paragraphs are deleted and replaced with the following:
' Following the completion of any required further deck preparation the entire lane or strip
being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
material that may still be present. These materials shall be removed by detergent-cleaning
Ior other method accepted by the Engineer followed by sandblasting.
After detergent cleaning and sandblasting is completed, the entire lane or strip being
' overlaid shall be swept clean in final preparation for placing concrete using either
compressed air or vacuum machines.
Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being
cleaned in final preparation for placing concrete shall be discontinued when final
preparation is begun. Scarifying and hand tool chipping shall remain suspended until the
concrete has been placed and the requirement for curing time has been satisfied.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
1 NOV 2018 AMEND-30 DOWNTOWN STAIRCASE
1
Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time after
the completion of concrete placing. '
Scarification, and removal of the upper layer of concrete overlay when present, may
proceed during the final cleaning and overlay placement phases of the Work on adjacent I portions of the Structure so long as the scarification and concrete overlay removal
operations are confined to areas which are a minimum of 100 feet away from the defined
limits of the final cleaning or overlay placement in progress. If the scarification and concrete
overlay removal impedes or interferes in any way with the final cleaning or overlay '
placement as determined by the Engineer, the scarification and concrete overlay removal
Work shall be terminated immediately and the scarification and concrete overlay removal
equipment removed sufficiently away from the area being prepared or overlaid to eliminate
the conflict. If the grade is such that water and contaminants from the scarification and
concrete overlay removal operation will flow into the area being prepared or overlaid, the
scarification and concrete overlay removal operation shall be terminated and shall remain
suspended for the first 24 hours of curing time after the completion of concrete placement.
6-09.3(12) Finishing Concrete Overlay
The third paragraph is deleted.
The last paragraph is deleted. '
6-09.3(13) Curing Concrete Overlay
The first sentence of the first paragraph is revised to read: '
g
finishing
operation progresses, the concrete shall be immediately thep og covered with a
single layer of clean, new or used, wet burlap. '
The last sentence of the second paragraph is deleted.
The following two new paragraphs are inserted after the second paragraph: 1
As an alternative to the application of burlap and fog spraying described above, the
Contractor may propose a curing system using proprietary curing blankets specifically
manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
Drawing consisting of details of the proprietary curing blanket system, including product
literature and details of how the system is to be installed and maintained. '
The wet curing regimen as described shall remain in place for a minimum of 42-hours.
The last paragraph is deleted. 1
6-09.3(14) Checking for Bond
The first sentence of the first paragraph is revised to read:
After the requirements for curing have been met, the entire overlaid surface shall be
sounded by the Contractor, in a manner accepted by and in the presence of the Engineer,
to ensure total bond of the concrete to the bridge deck.
The last sentence of the first paragraph is deleted. 1
The second paragraph is deleted.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-31 DOWNTOWN STAIRCASE
' Section 6-10, Concrete Barrier
August 6, 2018
6-10.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
' Cement 9-01
6-10.3(6) Placing Concrete Barrier
The first two sentences of the first paragraph are revised to read:
Precast concrete barriers Type 2, Type 4, Type F, 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 barriers Type 2, Type 4, Type F, precast single
slope barrier, and transitions shall meet this test for uniformity: When a 10-foot straightedge
' is placed on the surface parallel to the centerline for the barrier, the surface shall not vary
more than %inch from the lower edge of the straightedge.
' Section 6-11, Reinforced Concrete Walls
April 2, 2018
' 6-11.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised to
read:
' Aggregates for Concrete 9-03.1
I Section 6-12, Noise Barrier Walls
August 6, 2018
6-12.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised to
read:
' Aggregates for Concrete 9-03.1
The first paragraph is supplemented with the following new material reference:
Noise Barrier Wall Access Door 9-06.17
' 6-12.3(9) Access Doors and Concrete Landing Pads
The second paragraph is deleted and replaced with the following:
' All frame and door surfaces, except stainless steel surfaces, shall be painted in accordance
with Section 6-07.3(9). Primer shall be applied to all non-stainless steel surfaces. All primer
coated exposed metal surfaces shall be field painted with the remaining Section 6-07.3(9)A
paint system coats. The top coat, when dry, shall match the color specified in the Plans or
Special Provisions.
This section is supplemented with the following:
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
' NOV 2018 AMEND-32 DOWNTOWN STAIRCASE
Access door deadbolt locks shall be capable of accepting a Best CX series core. The
Contractor shall furnish and install a spring-loaded construction core lock with each lock.
The Engineer will furnish the permanent Best CX series core for the Contractor to install at
the conclusion of the project.
Section 6-13, Structural Earth Walls
August 6, 2018 U
6-13.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised to 1
read:
Aggregates for Concrete 9-03.1 '
6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
Item number 1 of the sixth paragraph is revised to read: '
1. Vertical dimensions shall be ± 1/16 inch of the Plan dimension, and the rear height shall
not exceed the front height.
Item number 3 of the sixth paragraph is revised to read:
3. All other dimensions shall be± %inch of the Plan dimension. '
Section 6-14, Geosynthetic Retaining Walls
April 2, 2018
6-14.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland '
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
Section 6-16, Soldier Pile and Soldier Pile Tieback Walls
April 2, 2018
6-16.2 Materials 111In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised to
read:
•
Aggregates for Concrete 9-03.1 '
Section 6-18, Shotcrete Facing
January 2, 2018
6-18.3(3) Testing
In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604".
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-33 DOWNTOWN STAIRCASE 1
1
6-18.3(3)B Production Testing
In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604".
6-18.3(4) Qualifications of Contractor's Personnel
In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM C1604".
Section 6-19, Shafts
' August 6, 2018
6-19.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
I 6-19.3(1)A Shaft Construction Tolerances
The last paragraph is supplemented with the following:
' The elevation of the top of the reinforcing cage for drilled shafts shall be within +6 inches
and -3 inches from the elevation shown in the Plans.
6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
Excavation Operations
The first paragraph is supplemented with the following:
' In no case shall shaft excavation and casing placement extend below the bottom of shaft
excavation as shown in the Plans.
' 6-19.3(6)E Thermal Wire and Thermal Access Point(TAPS)
The third sentence of the third paragraph is revised to read:
The thermal wire shall extend from the bottom of the reinforcement cage to the top of the
' shaft, with a minimum of 5-feet of slack wire provided above the top of shaft.
IThe following new sentence is inserted after the third sentence of the third paragraph:
All thermal wires in a shaft shall be equal lengths.
Section 7-02, Culverts
April 2, 2018
7-02.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
7-02.3(6)A4 Excavation and Bedding Preparation
The first sentence of the third paragraph is revised to read:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-34 DOWNTOWN STAIRCASE
. i
The bedding course shall be a 6-inch minimum thickness layer of culvert bedding material, '
defined as granular material either conforming to Section 9-03.12(3) or to AASHTO Grading
No. 57 as specified in Section 9-03.1(4)C.
Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 111
August 6, 2018
7-05.3 Construction Requirements
The fourth sentence of the third paragraph is deleted.
Section 7-08, General Pipe Installation Requirements I
April 2, 2018
7-08.3(3) Backfilling '
The fifth sentence of the fourth paragraph is revised to read:
All compaction shall be in accordance with the Compaction Control Test of Section 2- 1
03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used.
The following new sentences are inserted after the fifth sentence of the fourth paragraph:
When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance. Test Point evaluation
shall be performed in accordance with SOP 738.
• Section 8-01, Erosion Control and Water Pollution Control I
April 2, 2018
8-01.1 Description ,
This section is revised to read:
This Work consists of furnishing, installing, maintaining, removing and disposing of best
management practices (BMPs), as defined in the Washington Administrative Code (WAC)
173-201A, to manage erosion and water quality in accordance with.these Specifications
and as shown in the Plans or as designated by the Engineer. '
The Contracting Agency may have a National Pollution Discharge Elimination System
Construction Stormwater General Permit (CSWGP) as identified in the Contract Special
Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP to
the Contractor when a CSWGP has been obtained. The Contracting Agency may not have
a CSWGP for the project but may have another water quality related permit as identified in
the Contract Special Provisions or the Contracting Agency may not have water quality
related permits but the project is subject to applicable laws for the Work. Section 8-01
covers all of these conditions.
8-01.2 Materials
The first paragraph is revised to read:
Materials shall meet the requirements of the following sections:
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-35 DOWNTOWN STAIRCASE I
I
Corrugated Polyethylene Drain Pipe 9-05.1(6)
I Quarry Spalls 9-13
Erosion Control and Roadside Planting 9-14
Construction Geotextile 9-33
8-01.3(1)( General
This section is revised to read:
IAdaptive management shall be employed throughout the duration of the project for the
implementation of erosion and water pollution control permit requirements for the current
condition of the project site. The adaptive management includes the selection and
utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
implementing maintenance procedures, and other managerial practices that when used
I pollutants
singularly or in combination, prevent or reduce the release of poluta is to waters of the
State. The adaptive management shall use the means and methods identified in this
section and means and methods identified in the Washington State Department of
Transportation's Temporary Erosion and Sediment Control Manual or the Washington State
IDepartment of Ecology's Stormwater Management Manuals for construction stormwater.
The Contractor shall install a high visibility fence along the site preservation lines shown in
I
the Plans or as instructed by the Engineer.
Throughout the life of the project, the Contractor shall preserve and protect the delineated
I preservation area, acting immediately to repair or restore any fencing damaged or
removed.
t All discharges to surface waters shall comply with surface water quality standards as
defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to the
ground shall comply with groundwater quality standards WAC Chapter 173-200.
IThe Contractor shall comply with the CSWGP when the project is covered by the CSWGP.
Temporary Work, at a minimum, shall include the implementation of:
1. Sediment control measures prior to ground disturbing activities to ensure all
discharges from construction areas receive treatment prior to discharging from the
site.
I
2. Flow control measures to prevent erosive flows from developing.
I 3. Water management strategies and pollution prevention measures to prevent
contamination of waters that will be discharged to surface waters or the ground.
I
4. Erosion control measures to stabilize erodible earth not being worked.
5. Maintenance of BMPs to ensure continued compliant performance.
1 6. Immediate corrective action if evidence suggests construction activity is not in
compliance. Evidence includes sampling data, olfactory or visual evidence such
as the presence of suspended sediment, turbidity, discoloration, or oil sheen in
Idischarges.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 AMEND-36 DOWNTOWN STAIRCASE
1
To the degree possible, the Contractor shall coordinate this temporary Work with
permanent drainage and erosion control Work the Contract requires.
1
Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
more erodible earth than as listed below: I
Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
Mountain Crest) Mountain Crest)
May 1 through 17 Acres April 1 through 17 Acres
September 30 October 31 ,
October 1 November 1
through April 5 Acres through March 5 Acres
30 31
The Engineer may increase or decrease the limits based on project conditions.
Erodible earth is defined as any surface where soils, grindings, or other materials may be
capable of being displaced and transported by rain, wind, or surface water runoff.
Erodible earth not being worked, whether at final grade or not, shall be covered within the
specified time period (see the table below), using BMPs for erosion control.
Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
Mountain Crest) Mountain Crest)
October 1 2 days October 1 5 days
through April y through June y
30 maximum 30 maximum
May 1 to 7 days November 1 10 days
September 30 maximum throug31March maximum
When applicable, the Contractor shall be responsible for all Work required for compliance t
with the CSWGP including annual permit fees.
If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
continue to comply with this division during the suspension.
Nothing in this Section shall relieve the Contractor from complying with other Contract
requirements.
8-01.3(1)A Submittals ,
This section's content is deleted.
This section is supplemented with the following new subsection: ,
8-01.3(1)A1 Temporary Erosion and Sediment Control
A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section and
plan sheets that meets the Washington State Department of Ecology's Stormwater
Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC plans
are not required to include plan sheets and are used on small projects that disturb soil and
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-37 DOWNTOWN STAIRCASE I
have the potential to discharge but are not covered by the CSWGP. The contract uses the
' term "TESC plan" to describe both TESC plans and abbreviated TESC plans. When the
Contracting Agency has developed a TESC plan for a Contract, the narrative is included in
the appendix to the Special Provisions and the TESC plan sheets, when required, are
' included in the Contract Plans. The Contracting Agency TESC plan will not include off-site
areas used to directly support construction activity.
' The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC
Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor shall
modify the TESC Plan to meet the Contractor's schedule, method of construction, and to
' include off-site areas that will be used to directly support construction activity such as
equipment staging yards, material storage areas, or borrow areas. Contractor TESC Plans
shall include all high visibility fence delineation shown on the Contracting Agency Contract
Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT
Temporary Erosion and Sediment Control Manual M 3109 and be adaptively managed as
needed throughout construction based on site inspections and discharge samples to
maintain compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the TESC work and incorporate it into the Contractor's progress
schedule.
' The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and
implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
updated TESC Plans shall be submitted as Type 1 Working Drawings.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of
' Training in Construction Site Erosion and Sediment Control from a course approved by the
Washington State Department of Ecology. The ESC Lead must be onsite or on call at all
times throughout construction. The ESC Lead shall be listed on the Emergency Contact List
' required under Section 1-05.13(1).
The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
limited to:
' 1. Installing, adaptively managing, and maintaining temporary erosion and sediment
control BMPs to assure continued performance of their intended function.
' Damaged or inadequate BMPs shall be corrected immediately.
2. Updating the TESC Plan to reflect current field conditions.
' 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to the
Washington State Department of Ecology in accordance with the CSWGP.
' 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the Site
Log Book or portion thereof is electronically developed, the electronic
documentation must be accessible onsite. As a part of the Site Log Book, the
Contractor shall develop and maintain a tracking table to show that.identified
TESC compliance issues are fully resolved within 10 calendar days. The table
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-38 DOWNTOWN STAIRCASE
t
shall include the date an issue was identified, a description of how it was resolved,
and the date the issue was fully resolved. ,
The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
erosion and sediment control BMPs, and all stormwater discharge points at least once
every calendar week and within 24-hours of runoff events in which stormwater discharges
from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once
every calendar month. The Washington State Department of Ecology's Erosion and
Sediment Control Site Inspection Form, located at https://ecology.wa.gov/Regulations-
Permits/Permits-certifications/Stormwater-general-perm its/Construction-stormwater-permit,
shall be completed for each inspection and a copy shall be submitted to the Engineer no
later than the end of the next working day following the inspection.
8-01.3(1)C Water Management
This section is supplemented with the following new subsections:
8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water
Mark (OHWM)
Work over surface waters of the state (defined in WAC 173-201A-010) or below the OHWM
(defined in RCW 90.58.030) must comply with water quality standards for surface waters of
-the state of Washington. '
8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
All equipment containing hydraulic fluid that extends from a bridge deck over surface I
waters of the state or below the OHWM, shall be equipped with an environmentally
acceptable hydraulic fluid. The fluid shall meet specific requirements for biodegradability,
aquatic toxicity, and bioaccumulation in accordance with the United States Environmental
Protection Agency (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance
with Section 1-06.3, Manufacturer's Certification of Compliance.
The designation of environmentally acceptable hydraulic fluid does not mean fluid spills are I
acceptable. The Contractor shall respond to spills to land or water in accordance with the
Contract. I
8-01.3(1)C7 Turbidity Curtain
All Work for the turbidity curtain shall be in accordance with the manufacturer's
recommendations for the site conditions. Removal procedures shall be developed and used
to minimize silt release and disturbance of silt. The Contractor shall submit a Type 2
Working Drawing, detailing product information, installation and removal procedures,
equipment and workforce needs, maintenance plans, and emergency repair/replacement
plans.
Turbidity curtain materials, installation, and maintenance shall be sufficient to comply with
water quality standards.
The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
curtain.All components of the turbidity curtain shall be removed from the project.
8-01.3(1)C1 Disposal of Dewatering Water
This section is revised to read:
i
CITY OF FEDERAL WAY PROJECT ECT#201 /RFB#19-002
NOV 2018 AMEND-39 DOWNTOWN STAIRCASE I
I
When uncontaminated groundwater is encountered in an excavation on a project it may be
I infiltrated within vegetated areas of the right of way not designated as Sensitive Areas or
incorporated into an existing stormwater conveyance system at a rate that will not cause
erosion or flooding in any receiving surface water.
IAlternatively, the Contractor may pursue independent disposal and treatment alternatives
that do not use the stormwater conveyance system provided it is in compliance with the
Iapplicable WACs and permits.
8-01.3(1)C2 Process Wastewater
IThis section is revised to read:
Wastewater generated on-site as a byproduct of a construction process shall not be
I discharged to surface waters of the State. Some sources of process wastewater may be
infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
sources of process wastewater may be disposed via independent disposal and treatment
alternatives in compliance with the applicable WACs and permits.
18-01.3(1)C3
Shaft Drilling Slurry Wastewater
This section is revised to read:
Wastewater generated on-site during shaft drilling activity shall be managed and disposed
of in accordance with the requirements below. No shaft drilling slurry wastewater shall be
I discharged to surface waters of the State. Neither the sediment nor liquid portions of the
shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory
indication (e.g., chemical sheen or smell).
I1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be
infiltrated on-site. Flocculants used shall meet the requirements of Section 9-
14.5(1) or shall be chitosan products listed as General Use Level Designation
I (GULD) on the Washington State Department of Ecology's stormwater treatment
technologies webpage for construction treatment. Infiltration is permitted if the
Ifollowing requirements are met:
a. Wastewater shall have a pH of 6.5—8.5 prior to discharge.
I b. The amount of flocculant added to the slurry shall be kept to the minimum
needed to adequately settle out solids. The flocculant shall be thoroughly
mixed into the slurry.
Ic. The slurry removed from the shaft shall be contained in a leak proof cell or
tank for a minimurh of 3 hours.
1 d. The infiltration rate shall be reduced if needed to prevent wastewater from
leaving the infiltration location. The infiltration site shall be monitored regularly
I during infiltration activity. All wastewater discharged to the ground shall fully
infiltrate and discharges shall stop before the end of each work day.
e. Drilling spoils and settled sediments remaining in the containment cell or tank
1 shall be disposed of in accordance with Section 6-19.3(4)F.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 AMEND-40 DOWNTOWN STAIRCASE
1
f. Infiltration locations shall be in upland areas at least 150 feet away from
surface waters, wells, on-site sewage systems, aquifer sensitive recharge '
areas, sole source aquifers, well head protection areas, and shall be marked
on the plan sheets before the infiltration activity begins.
g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
Wastewater Management and Infiltration Plan as a Type 2 Working Drawing.
This Plan shall be kept on-site, adapted if needed to meet the construction
requirements, and u dated to reflect what is beingdone in the field. The
p
Working Drawing shall include, at a minimum, the following information:
i. Plan sheet showing the proposed infiltration location and all surface '
waters, wells, on-site sewage systems, aquifer-sensitive recharge areas,
sole source aquifers, and well-head protection areas within 150 feet.
ii. The proposed elevation of soil surface receiving the wastewater for
infiltration and the anticipated phreatic surface (i.e., saturated soil).
iii. The source of the water used toroduce the slurry.
P RY.
iv. The estimated total volume of wastewater to be infiltrated. '
v. The accepted flocculant to be used (if any).
vi. The controls or methods used to prevent surface wastewater runoff from '
leaving the infiltration location.
vii. The strategy for removing slurry wastewater from the shaft and '
containing the slurry wastewater once it has been removed from the
shaft.
viii. The strategy for monitoring infiltration activity and adapting methods to
ensure compliance.
ix. A contingency plan that can be implemented immediately if it becomes
evident that the controls in place or methods being used are not
adequate. '
x. The strategy for cleaning up the infiltration location after the infiltration
activity is done. Cleanup shall include stabilizing any loose sediment on
the surface within the infiltration area generated as a byproduct of
suspended solids in the infiltrated wastewater or soil disturbance
associated with BMP placement and removal. i
2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not
allowed for infiltration shall be contained and disposed of by the Contractor at an
accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils that have
come into contact with mineral slurry shall be disposed of in accordance with
Section 6-19.3(4)F.
8-01.3(1)C4 Management of Off-Site Water
This section is revised to read:
t
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-41 DOWNTOWN STAIRCASE '
Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site surface
water and overland flow that will run-on to the project. Off-site surface water run-on shall be
diverted through or around the project in a way that does not introduce construction related
' pollution. It shall be diverted to its preconstruction discharge location in a manner that does
not increase preconstruction flow rate and velocity and protects contiguous properties and
waterways from erosion. The Contractor shall submit a Type 2 Working Drawing consisting
' of the method for performing this Work.
8-01.3(1)E Detention/Retention Pond Construction
This section is revised to read:
Whether permanent or temporary, ponds shall be constructed before beginning other
Igrading and excavation Work in the area that drains into that pond. Detention/retention
ponds may be constructed concurrently with grading and excavation when allowed by the
Engineer. Temporary conveyances shall be installed concurrently with grading in
accordance with the TESC Plan so that newly gpondthey areas drain to the as are
exposed.
8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
In the table, the second column heading is revised to read:
Eastern Washington'
' (East of the Cascade Mountain Crest)
Footnote 1 in the table is revised to read:
Seeding may be allowed outside these dates when allowed or directed by the Engineer.
8-01.3(5) Plastic Covering
The first sentence of the first paragraph is revised to read:
' Erosion Control — Plastic coverings used to temporarily cover stockpiled 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 being damaged by wind.
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 construction vehicles entering the roadway from locations that
generate sediment track out on the roadway. Material used for stabilized construction
entrance shall be free of extraneous materials that may cause or contribute to track out.
8-01.3(8) Street Cleaning
This section is revised to read:
Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
' debris from the Roadway. The street sweeper shall effectively collect these materials and
prevent them from being washed or blown off the Roadway or into waters of the State.
Street sweepers shall not generate fugitive dust and shall be designed and operated in
' CITY OF FEDERAL WAY PROJECT#201 1 RFB#19-002
NOV 2018 AMEND-42 DOWNTOWN STAIRCASE
t
compliance with applicable air quality standards. Material collected by the street sweeper
shall be disposed of in accordance with Section 2-03.3(7)C. 1
When allowed by the Engineer, power broom sweepers may be used in non-
environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris from
the roadwayinto the work area. The swept material shall be prevented from entering or
P
washing into waters of the State.
Street washing with water will require the concurrence of the Engineer. I
8-01.3(12) Compost Socks •
The first two sentences of the first paragraph are revised to read:
Compost socks are used to disperse flow and sediment. Compost socks shall be installed
as soon as construction will allow but before flow conditions create erosive flows or
discharges from the site. Compost socks shall be installed prior to any mulching or compost
placement.
111
8-01.3(13) Temporary Curb
The second to last sentence of the second paragraph is revised to read:
Temporary curbs shall be a minimum of 4 inches in height.
8-01.3(14) Temporary Pipe Slope Drain
The third and fourth paragraphs are revised to read:
The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
wood stakes, sand bags, or as allowed by the Engineer.
The water shall be discharged to a stabilized conveyance, sediment trap, stormwater pond,
rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain water
quality compliance.
The last paragraph is deleted. ,
8-01.3(15) Maintenance
This section is revised to read:
Erosion and sediment control BMPs shall be maintained or adaptively managed as required ; I by the CSWGP until the Engineer determines they are no longer needed. When
deficiencies in functional performance are identified, the deficiencies shall be rectified
immediately.
The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage I
and sediment deposits. Damage to or undercutting of BMPs shall be repaired immediately.
In areas where the Contractor's activities have compromised the erosion control functions '
of the existing grasses, the Contractor shall overseed at no additional cost to the
Contracting Agency.
The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
maintain voids between the spalls for collecting mud and dirt.
CITY OF FEDERAL WAY PROJECT#2011 RFB#19-002
NOV 2018 AMEND-43 DOWNTOWN STAIRCASE '
Unless otherwise specified, when the depth of accumulated sediment and debris reaches
approximately % the height of the BMP the deposits shall be removed. Debris or
contaminated sediment shall be disposed of in accordance with Section 2-03.3(7)C. Clean
' sediments may be stabilized on-site using BMPs as allowed by the Engineer.
8-01.3(16) Removal
This section is revised to read:
The Contractor shall remove all temporary BMPs, all associated hardware and associated
' accumulated sediment deposition from the project limits prior to Physical Completion
unless otherwise allowed by the Engineer. When the temporary BMP materials are made of
natural plant fibers unaltered by synthetic materials the Engineer may allow leaving the
' BMP in place.
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 BMPs. If the installation and use of the erosion control BMPs have compacted
or otherwise rendered the soil inhospitable toplant growth, such as construction entrances,
P
' the Contractor shall take measures to rehabilitate the soil to facilitate plant growth. This
may include, but is not limited to, ripping the soil, incorporating soil amendments, or
seeding with the specified seed.
At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may
be transferred back to the Contracting Agency. Approval of the Transfer of Coverage
request will require the following:
1. All other Work required for Contract Completion has been completed.
' 2. All Work required for compliance with the CSWGP has been completed to the
maximum extent possible. This includes removal of BMPs that are no longer
needed and the site has undergone all Stabilization identified for meeting the
' requirements of Final Stabilization in the CSWGP.
3. An Equitable Adjustment change order for the cost of Work that has not been
completed by the Contractor.
oCoverage
4. Submittal of the Washington State Department of Ecology Transfer o e age
form (Ecology form ECY 020-87a) to the Engineer.
If the Engineer approves the transfer of coverage back to the Contracting Agency, the
requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of Termination
' form to the Washington State Department of Ecology will not apply.
8-01.4 Measurement
' This section's content is deleted and replaced with the following new subsections:
8-01.4(1) Lump Sum Bid for Project (No Unit Items)
' When the Bid Proposal contains the item "Erosion Control and Water Pollution Prevention"
there will be no measurement of unit or force account items for Work defined in Section 8-
01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, except as described in
Section 8-01.4(3), all.of Sections 8-01.4(2) and 8-01.5(2) are deleted.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-44 DOWNTOWN STAIRCASE
r
8-01.4(2) Item Bids '
When the Proposal does not contain the items "Erosion Control and Water Pollution
Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will contain
some or all of the following items measured as noted. ,
ESC lead will be measured per day for each day that an inspection is made and a
report is filed. I
Biodegradable erosion control blanket and plastic covering will be measured by the
square yard along the ground slope line of surface area covered and accepted. I
Turbidity curtains will be measured by the linear foot along the ground line of the
installed curtain. I
Check dams will be measured per linear foot one time only along the ground line of the
completed check dam. No additional measurement will be made for check dams that
are required to be rehabilitated or replaced due to wear.
Stabilized construction entrances will be measured by the square yard by ground slope
measurement for each entrance constructed.
Tire wash facilities will be measured per each for each tire wash installed.
Street cleaning will be measured by the hour for the actual time spent cleaning I
pavement, refilling with water, dumping and transport to and from cleaning locations
within the project limits, as authorized by the Engineer. Time to mobilize the equipment I
to or from the project limits on which street cleaning is required will not be measured.
Inlet protections will be measured per each for each initial installation at a
drainage structure.
Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
the linear foot along the ground line of the completed barrier.
Wattles and compost socks will be measured by the linear foot.
Temporary curbs will be measured by the linear foot along the ground line of the
P rY
completed installation.
Temporary pipe slope drains will be measured by the linear foot along the flow line of
the pipe.
Coir logs will be measured by the linear foot along the ground line of the completed 1
installation.
Outlet protections will be measured per each initial installation at an outlet location. 1
Tackifiers will be measure by the acre by ground slope measurement. •
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-45 DOWNTOWN STAIRCASE
1
8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
Pollution Prevention
The Contract Provisions may establish the project as lump sum, in accordance with Section
8-01.4(1) and also include one or more of the items included above in Section 8-01.4(2).
When that occurs, the corresponding measurement provision in Section 8-01.4(2) is not
deleted and the Work under that item will be measured as specified.
t 8-01.4(4) Items not included with Lump Sum Erosion Control and Water
Pollution Prevention
Compost blanket will be measured by the square yard by ground slope surface area
' covered and accepted.
Mulching will be measured by the acre by ground slope surface area covered and
' accepted.
Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by ground
slope measurement.
I
Seeding and fertilizing by hand will be measured by the square yard by ground slope
measurement. No adjustment in area size will be made for the vegetation free zone around
each plant.
Fencing will be measured by the linear foot along the ground line of the completed fence.
' 8-01.5 Payment
This section's content is deleted and replaced with the following new subsections:
8-01.5(1) Lump Sum Bid for Project(No Unit Items)
Payment will be made for the following Bid item when it is included in the Proposal:
' "Erosion Control and Water Pollution Prevention", lump sum.
' The lump sum Contract price for"Erosion Control and Water Pollution Prevention" shall
be full pay to perform the Work as described in Section 8-01 except for costs
compensated by Bid Proposal items inserted through Contract Provisions as described
' in Section 8-01.4(2). Progress payments for the lump sum item "Erosion Control and
Water Pollution Prevention" will be made as follows:
1. The Contracting Agency will pay 15 percent of the bid amount for the initial
set up for the item. Initial set up includes the following:
a. Acceptance of the TESC Plan provided by the Contracting Agency or
Isubmittal of a new TESC Plan,
b. Submittal of a schedule for the installation of the BMPs, and
c. Identifying water quality sampling locations.
1 2. 70 percent of the bid amount will be paid in accordance with Section 1-09.9.
3. Once the project is physically complete and copies of the all reports submitted
to the Washington State Department of Ecology have been submitted to the
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 AMEND-46 DOWNTOWN STAIRCASE
t
Engineer, and, if applicable, transference of the CSWGP back to the
Contracting Agency is complete, the remaining 15 percent of the bid amount '
shall be paid in accordance with Section 1-09.9.
8-01.5(2) Item Bids
"ESC Lead", per day.
"Turbidity Curtain", per linear foot. ,
"Biodegradable Erosion Control Blanket", per square yard.
"Plastic Covering", per square yard. 1
"Check Dam", per linear foot. i
"Inlet Protection", per each.
"Gravel Filter Berm", per linear foot. '
"Stabilized Construction Entrance", per square yard.
"Street Cleaning", per hour.
"Silt Fence", per linear foot. ,
"Wood Chip Berm", per linear foot.
"Compost Berm", per linear foot. ■
"Wattle", per linear foot. I
"Compost Sock", per linear foot.
"Coir Log", per linear foot. ,
"Temporary Curb", per linear foot.
"Temporary Pipe Slope Drain", per linear foot.
"Temporary Seeding", per acre. I
"Outlet Protection", per each.
"Tackifier", per acre. I
"Erosion/Water Pollution Control", by force account as provided in Section 1-09.6.
Maintenance and removal of erosion and water pollution control devices including removal
and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities,
and any additional Work deemed necessary by the Engineer to control erosion and water
pollution will be paid by force account in accordance with Section 1-09.6.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-47 DOWNTOWN STAIRCASE
To provide a common Proposal for all Bidders, the Contracting Agency has entered an
' amount in the Proposal to become a part of the Contractor's total Bid.
8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
Pollution Prevention
The Contract may establish the project as lump sum, in accordance with Section 8-01.4(1)
and also reinstate the measurement of one or more of the items described in Section 8-
01.4(2), except for Erosion/Water Pollution Control, by force account. When that occurs,
the corresponding payment provision in Section 8-01.5(2) is not deleted and the Work
under that item will be paid as specified.
' 8-01.5(4) Items not included with Lump Sum Erosion Control and Water
Pollution Prevention
Payment will be made for each of the following Bid items when they are included in the
Proposal:
' "Compost Blanket", per square yard.
"Mulching", per acre
' "Mulching with PAM", per acre
"Mulching with Short-Term Mulch", per acre.
"Mulching with Moderate-Term Mulch", per acre.
"Mulching with Long-Term Mulch", per acre.
"Seeding, Fertilizing and Mulching", per acre.
' "Seeding and Fertilizing", per acre.
' "Seeding and Fertilizing by Hand", per square yard.
"Second Application of Fertilizer", per acre.
"Liming", per acre.
' "Mowing", per acre.
"Seeding and Mulching", per acre.
"High Visibility Fence", per linear foot.
Section 8-02, Roadside Restoration
January 2, 2018
8-02.2 Materials
' The reference to the material "Soil" is revised to read "Topsoil".
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-48 DOWNTOWN STAIRCASE
1
8-02.5 Payment
The following new paragraph is inserted following the Bid item "Plant Selection =', per each:
The unit Contract price for "Plant Selection ", per each shall be full pay for all Work to
perform the work as specified within the planting area prior to planting for weed control,
planting area preparation and installation of plants with initial watering.
The paragraph following the Bid item "PSIPE ", per each is revised to read: '
The unit Contract price for "PSIPE ", per each, shall be full pay for all Work to perform
the work as specified within the planting area for weed control and planting area
preparation, planting, cleanup, and water necessary to complete planting operations as
specified to the end of first year plant establishment.
Section 8-04, Curbs, Gutters, and Spillways
April 2, 2018
8-04.2 Materials I
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01 1
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
The first paragraph is supplemented with the following:
Roundabout truck apron cement concrete curb and gutter shall be constructed with air
entrained concrete Class 4000 conforming to the requirements of Section 6-02.
Section 8-06, Cement Concrete Driveway Entrances
April 2, 2018
8-06.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read: ,
Cement 9-01
8-06.3 Construction Requirements
The first paragraph is revised to read:
Cement concrete driveway approaches shall be constructed with air entrained concrete
Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or Blended
Hydraulic Cement Concrete Pavement conforming to the requirements of Section 5-05. 1
Section 8-07, Precast Traffic Curb
April 2, 2018 1
8-07.3(1) Installing Curbs
The first sentence of the first paragraph is revised to read:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-49 DOWNTOWN STAIRCASE I
1
The curb shall be firmly bedded for its entire length and breadth on a mortar bed
' conforming to Section 9-20.4(3) composed of one part Portland cement or blended
hydraulic cement and two parts sand.
The fourth paragraph is revised to read:
All joints between adjacent pieces of curb except joints for expansion and/or drainage as
designated by the Engineer shall be filled with mortar composed of one part Portland
cement or blended hydraulic cement and two parts sand.
' Section 8-11, Guardrail
August 6, 2018
8-11.3(1)C Terminal and Anchor Installation
The first paragraph is revised to read:
' All excavation and backfilling required for installation of anchors shall be performed in
accordance with Section 2-09, except that the costs thereof shall be included in the unit
Contract price for the anchor installed.
The first sentence of the second to last paragraph is revised to read:
Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail
shall be supervised at all times by a manufacturer's representative, or an installer who has
been trained and certified by the manufacturer.
The last paragraph is revised to read:
Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test and
' evaluation criteria in the Manual for Assessing Safety Hardware (MASH).
8-11.4 Measurement
' The third paragraph is revised to read:
Measurement of beam guardrail terminal will be per each for the completed terminal.
' The fourth paragraph is revised to read:
Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot for
the completed terminal.
The sixth paragraph is revised to read:
Measurement of beam guardrail anchor Type 10 will be per each for the completed anchor,
including the attachment of the anchor to the guardrail.
' 8-11.5 Payment
The Bid item "Beam Guardrail Anchor Type ", per each is revised to read "Beam Guardrail
' Anchor Type 10", per each.
The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this section.
' CITY OF FEDERAL WAY
NOV 2018 AMEND-50 PROJECT#201 /RFB#19-002
DOWNTOWN STAIRCASE
1
The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following
paragraph are revised to read:
"Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal Type 2"
shall be full payment for all costs to obtain and provide materials and perform the Work as
described in Section 8-11.3(1)C. 1
Section 8-14, Cement Concrete Sidewalks
April 2, 2018 '
8-14.2 Materials
In the first paragraph, the reference to"Portland Cement" is revised to read: I
Cement 9-01
In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE '
AMS Standard 595".
Section 8-16, Concrete Slope Protection '
April 2, 2018
8-16.2 Materials '
In the first paragraph, the last two material references are revised to read:
Poured Portland Cement or Blended Hydraulic Cement '
Concrete Slope Protection 9-13.5(2)
Pneumatically Placed Portland Cement or Blended
Hydraulic Cement Concrete Slope Protection 9-13.5(3) 1
Section 8-17, Impact Attenuator Systems
August 6, 2018 1
8-17.3 Construction Requirements
This section is supplemented with the following:
Impact attenuators shall meet the crash test and evaluation criteria of NCHRP 350 or the
Manual for Assessing Safety Hardware (MASH). I
Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
Systems, and Electrical
August 6, 2018
8-20.1(1) Regulations and Code
The last paragraph is revised to read:
Persons performing electrical Work shall be certified in accordance with and supervised as
required by RCW 19.28.161. Proof of certification shall be worn at all times in accordance
with WAC 296-46B-942. Persons failing to meet these certification requirements may not
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-51 DOWNTOWN STAIRCASE
perform any electrical work, and shall stop any active electrical work, until their certification
is provided and worn in accordance with this Section.
8-20.2(2) Equipment List and Drawings •
This section is renumbered:
8-20.2(1) Equipment List and Drawings
' 8-20.3(4) Foundations
The second sentence of the first paragraph is revised to read:
' Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations
shall be Class 4000P and does not require air entrainment.
8-20.3(5)A General
The last two sentences of the last paragraph is deleted.
This section is supplemented with the following: •
' All conduits shall include a pull tape with the equipment grounding conductor. The pull tape
shall be attached to the conduit near the end bell or grounded end bushing, or to duct plugs
or caps if present, at both ends of the conduit.
8-20.3(8) Wiring
The seventeenth paragraph is supplemented with the following:
' Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be used.
8-20.3(14)C Induction Loop Vehicle Detectors
Item number 2 is deleted.
Item numbers 3 through 12 are renumbered to 2 through 11, respectively.
Section 8-21, Permanent Signing
January 2, 2018
8-21.3(9)F Foundations
Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
Class 4000P concrete for roadside sign structures does not require air entrainment.
' Section 9-02, Bituminous Materials
April 2, 2018
' 9-02.1 Asphalt Material, General
The second paragraph is revised to read:
' The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified asphalt
shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard
Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts".
The Asphalt Supplier's QCP shall be submitted and receive the acceptance of the WSDOT
' CITY OF FEDERAL WAY
NOV 2018 AMEND-52 PROJECT#201 /RFB#19-002
DOWNTOWN STAIRCASE
1
State Materials Laboratory. Once accepted, any change to the QCP will require a new QCP
to be submitted for acceptance. The Asphalt Supplier of PG asphalt binder and emulsified
asphalt shall certify through the Bill of Lading that the PG asphalt binder or emulsified
asphalt meets the Specification requirements of the Contract.
9-02.1(4) Performance Graded Asphalt Binder(PGAB)
This section's title is revised to read:
Performance Graded (PG)Asphalt Binder
The first paragraph is revised to read: ,
PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
specified in the Contract shall be used in the production of HMA. For HMA with greater than
20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt binder,
recycling agent and recovered asphalt (RAP and/or RAS) when blended in the proportions
of the mix design shall meet the PG asphalt binder requirements of AASHTO M 332 Table 1 ,
for the grade of asphalt binder specified by the Contract.
The second paragraph, including the table, is revised to read:
In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders shall
meet the following requirements:
Additional Requirements by
Performance Grade PG)Asphalt Binders
Property Test PG58S- PG58H- PG58V- pG64S•28 PG64H- PG64V
Method 22 22 22 28 28
RTFO
Residue:
Average AASHTO
Percent T 350' 30%Min. 20%Min. 25%Min. 30%Min.
Recovery '
@3.2
kPa
1Specimen conditioned in accordance with AASHTO T 240-RTFO. ,
The third paragraph is revised to read:
The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not
required.
This section is supplemented with the following: I
If the asphalt binder verification sample test results fail to meet AASHTO Test Method T 350
"Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of Asphalt
Binder Using a Dynamic Shear Rheometer(DSR)" for average percent recovery @ 3.2 kPa
for the applicable grades of binder in accordance with Section 9-02.1(4), the Contracting
Agency may elect to test the sample using AASHTO Test Method T 301 "Standard Method
of Test for Elastic Recovery Test of Asphalt Materials by Means of a Ductilometer."
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-53 DOWNTOWN STAIRCASE
1
When AASHTO T 301 is used, a minimum of 65% elastic recovery (ER) will be required
when tested at 25°C± 0.5°C.
9-02.1(6) Cationic Emulsified Asphalt
This section is revised to read:
Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
' grades specified in the Contract shall be used.
9-02.5 Warm Mix Asphalt (WMA) Additive
IThis section, including title, is revised to read:
9-02.5 HMA Additive
Additives for HMA shall be accepted by the Engineer.
Section 9-03, Aggregates
October 30, 2018
9-03.1 Aggregates for Portland Cement Concrete
IThis section's title is revised to read:
Aggregates for Concrete
9-03.1(1) General Requirements
The first two sentences of the first paragraph are revised to read:
' Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in
accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if it
' complies with the specifications for concrete.
The second paragraph (up until the colon) is revised to read:
Aggregates for concrete shall meet the following test requirements:
The second sentence of the second to last paragraph is revised to read:
' The Contractor shall submit test results according to ASTM C1567 through the Engineer to
the State Materials Laboratory that demonstrate that the proposed fly ash when used with
the proposed aggregates and cement will control the potential expansion to 0.20 percent
or less before the fly ash and aggregate sources may be used in concrete.
' 9-03.1(2) Fine Aggregate for Portland Cement Concrete
This section's title is revised to read:
Fine Aggregate for Concrete
•9-03.1(4) Coarse Aggregate for Portland Cement Concrete
' This section's title is revised to read:
Coarse Aggregate re ate for Concrete
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-54 DOWNTOWN STAIRCASE
9-03.1(4)C Grading
The first paragraph (up until the colon) is revised to read:
Coarse aggregate for concrete when separated by means of laboratory sieves shall
conform to one or more of the following gradings as called for elsewhere in these
Specifications, Special Provisions, or in the Plans:
9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete '.
This section's title is revised to read:
Combined Aggregate Gradation for Concrete •
I
9-03.1(5)B Grading
In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read "FOP
for WAQTC/AASHTO T 27/T 11".
• 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar ,
This section's title is revised to read:
Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement
Mortar
The first sentence of the first paragraph is revised to read: ,
Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
sand or other inert materials, or combinations thereof, accepted by the Engineer, having
hard, strong, durable particles free from adherent coating.
9-03.4(1) General Requirements 111The first paragraph (up until the colon) is revised to read:
Aggregate for bituminous surface treatment shall be manufactured from ledge rock, talus,
or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface Treatment I
shall meet the following test requirements:
9-03.8(1) General Requirements ,
The first paragraph (up until the colon) is revised to read:
Aggregates for Hot Mix Asphalt shall meet the following test requirements: '
9-03.8(2) HMA Test Requirements
The two tables in the second paragraph are replaced with the following three tables: I
HMA Class
Mix Criteria 3/8 inch 1/2 inch' %inch 1 inch
Min. Max. Min. Max. Min. Max. Min. Max.
Voids in Mineral 15.0 14.0 13.0 12.0
Aggregate(VMA),% _
Voids Filled With Asphalt(VFA),%
ESAL's(millions) VFA
<0.3 70 80 70 80 70 80 67 80
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-55 DOWNTOWN STAIRCASE
I
0.3 to<3 65 78 65 78 65 78 65 78
I z 3 73 76 _ 65 75 65 75 65 75
Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6
' Test Method ESAL's(millions) Number of Passes
Hamburg Wheel-Track Testing, FOP for <0.3 10,000
AASHTO T 324 Minimum Number of
Passes with no Stripping Inflection Point 0.3 to<3 12,500
I
and Maximum Rut Depth of 10mm
z
3 15,000
Indirect Tensile(IDT)Strength(psi)of Bituminous Materials FOP for ASTM D6931 175 Maximum
IESAL's(millions) N initial N design N maximum
<0.3 _ 591.5 96.0 598.0
I %Gmm 0.3 to<3 590.5 96.0 598.0
z3 589.0 96.0 598.0
<0.3 . 6 50 75
I
Gyratory Compaction 0.3 to<3 7 75 115
(number of gyrations) >3 8 100 160
111 9-03.8(7) HMA Tolerances and Adjustments
In the table in item number 1, the fifth row is revised to read:
0 0
I
Asphalt binder -0.4% to 0.5% ±0.7/o
In the table in item number 1, the following new row is inserted before the last row:
IVoids in Mineral -1.5%
Aggregate, VMA
I9-03.9(1) Ballast
The second paragraph (up until the colon) is revised to read:
IAggregates for ballast shall meet the following test requirements:
9-03.14(4) Gravel Borrow for Structural Earth Wall
I The second sentence of the first paragraph is revised to read:
The material shall be substantially free of shale or other soft, poor durability particles, and
Ishall not contain recycled materials, such as glass, shredded tires, concrete rubble, or
asphaltic concrete rubble.
I 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance
This section is supplemented with the following new subsection:
I 9-03.21(1)61 Recycled Concrete Aggregate Approval and Acceptance
Recycled concrete aggregate may be approved through a three tiered system that consists
of the following:
I
Tier 1
Approval Requirements Approval of the Reclamation Facility is not
I
CITY OF FEDERAL WAY PROJECT#201 1 RFB#19-002
I
NOV 2018 AMEND-56 DOWNTOWN STAIRCASE
1
required.
Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1).
Field acceptance testing in accordance with
Section 3-04.
Approved to provide the following Aggregate Materials:
9-03.10 Aggregate for Gravel Base
9-03.12(1)B Gravel Backfill for Foundations Class B
9-03.12(2) Gravel Backfill for Walls
9-03.12(3) Gravel Backfill for Pipe Zone Bedding
9-03.14(1) Gravel Borrow
9-03.14(2) Select Borrow
9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope)
9-03.14(3) Common Borrow
9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side slope)
9-03.17 Foundation Material Class A and Class B
9-03.18 Foundation Material Class C
9-03.19 Bank Run Gravel for Trench Backfill '
Tier 2
Approval Requirements The Reclamation Facility shall have a Quality
Control Plan (QCP) in accordance with
WSDOT QC 9 "Standard Practice for Approval
of Reclamation Facilities of WSDOT Recycled
Concrete and Returned Concrete". The
Reclamation Facility's QCP shall be submitted
and approved by the WSDOT State Materials
Laboratory. Once accepted, any changes to
the QCP will require a new QCP to be
submitted for acceptance.
Evaluation of aggregate source properties (LA
• Wear and Degradation) for the recycled
concrete aggregate is not required.
Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1), required if
requested.
Field acceptance testing in accordance with
Section 3-04 is required.
Provide certification in accordance with
WSDOT QC 9 for every lot. A lot shall be no
larger than 10,000 tons.
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
Tier 3 1
Approval Requirements The Reclamation Facility shall have a Quality
Control Plan (QCP) in accordance with
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-57 DOWNTOWN STAIRCASE I
WSDOT QC 10 "Standard Practice for
' Approval of Reclamation Facilities of Recycled
Concrete Aggregates from Stockpiles of
Unknown Sources". The Reclamation
Facility's QCP shall be submitted and
approved by the WSDOT State Materials
Laboratory. Once accepted, any changes to
' the QCP will require a new QCP to be
submitted for acceptance.
Evaluation of aggregate source properties (LA
Wear and Degradation) for the recycled
concrete aggregate is required.
Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1) is
' required.
Field acceptance testing in accordance with
Section 3-04 is required.
Provide certification in accordance with
WSDOT QC 10 for every lot. A lot shall be no
larger than 10,000 tons
' Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
For Reclamation Facilities that do notartici ate in Tier 2 and Tier 3, approval of recycled
p pPp Y
1 concrete aggregate will be in accordance with Section 9-03.21(1), and acceptance will be in
accordance with Section 3-04.
9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
Material
"Portland Cement" is deleted from the first two rows in the table.
The first column of the third row is revised to read:
Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
Section 9-04, Joint and Crack Sealing Materials
April 2, 2018
m.
9-04.1(2) Premolded Joint Filler for Expansion Joints
In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545".
9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
This section is supplemented with the following:
Hot poured sealant for cement concrete pavement is acceptable for installations in joints
where cement concrete pavement abuts a bituminous pavement.
1
CITY OF FEDERAL WAY PROJECT#201 !RFB#19-002
NOV 2018 AMEND-58 DOWNTOWN STAIRCASE
1
9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
This section is supplemented with the following:
Hot poured sealant for bituminous pavement is acceptable for installations in joints where
cement concrete pavement abuts a bituminous pavement.
9-04.2(1)B Sand Slurry for Bituminous Pavement
Item number 2 of the first paragraph is revised to read:
2. Two percent portland cement or blended hydraulic cement, and
9-04.3 Joint Mortar
The first paragraph is revised to read:
Mortar for hand mortared joints shall conform to Section 9-20.4 3 and consist of one part
J O
portland cement or blended hydraulic cement, three parts fine sand, and sufficient water to
allow proper workability. S i
Section 9-05, Drainage Structures and Culverts
April 2, 2018 1
9-05.3(1)C Age at Shipment
The last sentence of the first paragraph is revised to read: I
Unless it is tested and accepted at an earlier age, it shall not be considered ready for
shipment sooner than 28 days after manufacture when made with Type II portland cement
or blended hydraulic cement, nor sooner than 7 days when made with Type Ill portland
cement.
Section 9-06, Structural Steel and Related Materials I
August 6, 2018
9-06.5 Bolts I
This section's title is revised to read:
Bolts and Rods t
9-06.5(4) Anchor Bolts
This section, including title, is revised to read:
9-06.5(4) Anchor Bolts and Anchor Rods I Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements
S2, S3, and S4.
Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts and
anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, Grade 2H,
and shall conform to the overtapping, lubrication, and rotational testing requirements in
Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or galvanized anchor bolts
CITY OF FEDERAL WAY PROJECT#201 /RFB# 19-002
NOV 2018 AMEND-59 DOWNTOWN STAIRCASE
I
and anchor rods shall conform to ASTM A563, Grade A or DH. Washers shall conform to
IASTM F436.
The bolts and rods shall be tested by the manufacturer in accordance with the
I requirements of the pertinent Specification and as specified in these Specifications. Anchor
bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the project site.
The Contractor shall submit to the Engineer for acceptance a Manufacturer's Certificate of
Compliance for the anchor bolts, anchor rods, nuts, and washers, as defined in Section 1-
I 06.3. If the Engineer deems it appropriate, the Contractor shall provide a sample of the
anchor bolt, anchor rod, nut, and washer for testing.
IAll bolts, rods, nuts, and washers shall be marked and identified as required in the pertinent
Specification.
ecification.
1 9-06.17 Vacant
This section, including title, is revised to read:
1 9-06.17 Noise Barrier Wall Access Door
Access door frames shall be formed of 14 gauge steel to the size and dimensions shown in
the Plans. The access door frame head and jamb members shall be mitered, securely
I welded, and ground smooth. Each head shall have two anchors and each jamb shall have
three anchors. The hinges shall be reinforced with %-inch by 12-inch plate, width equal to
the full inside width of the frame.
I
Access doors shall be full flush 13-inch thick seamless doors with a polystyrene core.
Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-rolled
steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating Designation
AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge seam. The top
and bottom of the door shall be enclosed with 14-gauge channels. Mortise and
I reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap shall be ground
and filled for exterior applications. The bottom channel shall have weep holes.
Each access door shall have three hinges. Access door hinges shall be ASTM A 276 Type
316 stainless steel, 4-'/-inches square, with stainless steel ball bearing and non-removable
pins.
,
I Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type 316
stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length.
I The door assembly shall be fabricated and assembled as a complete unit including all .
hardware specified prior to shipment.
9-06.18 Metal Bridge Railing
I The second sentence of the first paragraph is revised to read:
Steel used for metal railings, when galvanized after fabrication in accordance with AASHTO
M111, shall have a controlled silicon content of either 0.00 to 0.06 percent.or 0.15 to 0.25
percent.
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 AMEND-60 DOWNTOWN STAIRCASE
.1
Section 9-07, Reinforcing Steel '
April 2, 2018 '
9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and
Cement Concrete Pavement Rehabilitation)
The first
ara ra h (upuntil the colon) is revised to read:
p g p
Corrosion resistant dowel bars shall be 1% inch outside diameter plain round steel bars or
tubular bars 18 inches in length and meet the requirements of one of the following:
Item number 4 and 5 of the first paragraph are revised to read: I
4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete reinforcement
meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 100 or Alloy Type
CS Grade 120.
5. Zinc Clad dowel bars shall be 11/2 inch solid bars or tubular bars with 1.695 inch
outside diameter by 0.120 inch wall and shall have a minimum 0.035 inch A710 Zinc
alloy clad to a plain steel inner bar meeting the chemical and physical properties of
AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60.A710 Zinc shall be composed
of: zinc: 99.5 percent, by weight, minimum; copper: 0.1-0.25 percent, by weight; and
iron: 0.0020 percent, by weight, maximum. Each end of tubular bars shall be plugged
using a snug-fitting insert to prohibit any intrusion of concrete or other materials.
Section 9-08, Paints and Related Materials
January 2, 2018
9-08.1(2)K Orange Equipment Enamel 1
In the second sentence of the first paragraph, the reference to "Federal Standard 595" is revised
to read "SAE AMS Standard 595". 1
9-08.1(8) Standard Colors
In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and
Scour Protection and Rock Walls
April 2, 2018
9-13.1(1) General 1
The last paragraph is revised to read:
Riprap and spalls shall be free from segregation, seams, cracks, and other defects
p p quarry
tending to destroy its resistance to weather and shall meet the following test requirements:
9-13.5 Concrete Slope Protection
This section is revised to read:
Concrete slope protection shall consist of reinforced portland cement or blended hydraulic 1
cement concrete poured or pneumatically placed upon the slope with a rustication joint
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-61 DOWNTOWN STAIRCASE
pattern or semi-open concrete masonry units placed upon the slope closely adjoining each
other.
9-13.5(2) Poured Portland Cement Concrete Slope Protection
This section's title is revised to read:
Poured Portland Cement or Blended Hydraulic Cement Concrete Slope
IProtection
9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
This section's title is revised to read:
Pneumatically Placed Portland Cement or Blended Hydraulic Cement
Concrete Slope Protection
The first paragraph is revised to read:
ICement—This material shall be portland cement or blended hydraulic cement as specified
in Section 9-01.
9-13.7(1) Rock for Rock Walls and Chinking Material
The first paragraph (up until the colon) is revised to read:
' Rock for rock walls and chinking material shall be hard, sound and durable material,
free from seams, cracks, and other defects tending to destroy its resistance to weather,
and shall meet the following test requirements:
Section 9-14, Erosion Control and Roadside Planting
August 6, 2018
I9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
In Table 1, the last four rows are deleted.
9-14.4(2)A Long-Term Mulch
The first paragraph is supplemented with the following:
Products containing cellulose fiber produced from paper or paper components will not be
accepted.
Table 2 is supplemented with the followingnew rows:
pp
' Water Holding Capacity ASTM D 7367 800 percent minimum
Organic Matter Content AASHTO T 267 90 percent minimum
Seed Germination ASTM D 7322 Long Term
Enhancement 420 percent minimum
9-14.4(2)B Moderate-Term Mulch
This section is revised to read:
t
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 AMEND-62 DOWNTOWN STAIRCASE
I
Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil surface to
create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate-Term Mulch
shall effectively perform the intended erosion control function in accordance with Section 8-
01.3(1) for a minimum of 3 months, or until temporary vegetation has been established,
whichever comes first. I
Moderate-Term Mulch shall not be used in conjunction with permanent seeding.
9-14.4(2)C Short-Term Mulch 1
This section is revised to read:
Short-Term Mulch shall effectively perform the intended erosion control function in
accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary
vegetation has been established, whichever comes first. Short-Term Mulch shall not be
used in conjunction with permanent seeding.
Section 9-16, Fence and Guardrail
August 6, 2018 i
9-16.3(1) Rail Element
The last sentence of the first paragraph is revised to read: I
All rail elements shall be formed from 12-gage steel except for thrie beam reducer sections,
reduced length thrie beam rail elements, thrie beams used for bridge rail retrofits, and
Design F end sections, which shall be formed from 10-gage steel.
9-16.3(5) Anchors
The last paragraph is revised to read:
Cement grout shall conform to Section 9-20.3(4) and consist of one part portland cement or
blended hydraulic cement and two parts sand.
Section 9-18, Precast Traffic Curb
April 2, 2018
9-18.1(1) Aggregates and Proportioning
Item number 1 of the first paragraph is revised to read:
1. Portland cement or blended hydraulic cement shall conform to the requirements of
Section 9-01 except that it may be Type I portland cement conforming to AASHTO M
85.
Section 9-20, Concrete Patching Material, Grout, and Mortar I
August 6, 2018
9-20.1 Patching Material t
This section, including title, is revised to read:
9-20.1 Patching Material for Cement Concrete Pavement
Concrete patching material shall be prepackaged mortar extended with aggregate. The
amount of aggregate for extension shall conform to the manufacturer's recommendation.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-63 DOWNTOWN STAIRCASE
I
I
Patching mortar and patching mortar extended with aggregate shall contain cementitious
material and conform to Sections 9-20.1(1) and 9-20.1(2). The Manufacturer shall use the
services of a laboratory that has an equipment calibration verification system and a
I
technician training and evaluation process in accordance with AASHTO R 18 to perform all
tests specified in Section 9-20.1.
I 9-20.1(1) Patching Mortar
Patching mortar shall conform to the following requirements:
Compressive Strength ASTM Test Method Specification .
I .
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
Length Change _
Iat.28 days C 157 0.15 percent maximum
Total Chloride Ion Content C 1218 1 Iblyd3 maximum
Bond Strength
I at 24 hours C 882 (As modified by C Minimum 1,000 psi
928, Section 9.5)
Scaling Resistance (at 25 C 672 (As modified by C 1 lb/ft2 maximum
I
cycles of freezing and 928, Section 9.4)
thawing)
I
9-20.1(2) Patching Mortar Extended with Aggregate
Patching mortar extended with aggregate shall meet the following requirements:
1 Compressive Strength ASTM Test Method Specification
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
I Length Change
at 28 days C 157 0.15 percent maximum
Bond Strength
I at 24 hours C 882 (As modified by Minimum 1,000 psi
ASTM C928, Section 9.5)
Scaling Resistance (at 25 C 672 2 Maximum Visual Rating
cycles of freezing and
Ithawing)
Freeze thaw C 666 Maximum expansion 0.10%
Minimum durability 90.0%
I9-20.1(3) Aggregate
Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4) and
I
be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall be
submitted showing the aggregate source and the gradation. Mitigation for Alkali Silica
Reaction (ASR) will not be required for the extender aggregate used for concrete
Ipatching material.
9-20.1(4) Water
I
Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
within the limits recommended by the repair material manufacturer.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
II
NOV 2018 AMEND-64 DOWNTOWN STAIRCASE
1
9-20.2 Specifications
This section, including title, is revised to read: '
9-20.2 Patching Material for Concrete Structure Repair
Concrete patching material shall be a prepackaged mixture of portland or blended hydraulic
cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace slag and
microsilica fume may be used. The concrete patching material may be shrinkage
compensated. The concrete patching material shall also meet the following requirements: I
• Compressive strength of 6000 psi or higher at 28 days in accordance with
AASHTO T 22 (ASTM C 39), unless noted otherwise I
• Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM C
1583 or ICRI 210.3R
111
• Shrinkage shall be 0.05percent (500 microstrain) or lower at 28 days in
9 Y
accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R
• Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
AASHTO T 277 (ASTM C 1202)
• Freeze-thaw resistance shall have a durability factor of 90 percent or higher after I
a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A(ASTM
C 666) I
• Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied
9-20.2(1) Patching Mortar
This section, including title, is deleted in its entirety.
9-20.2(2) Patching Mortar Extended with Aggregate ,
This section, including title, is deleted in its entirety.
9-20.5 Bridge Deck Repair Material
Item number 3 of the first paragraph is revised to read:
3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
AASHTO T 277.
Section 9-21, Raised Pavement Markers (RPM) I
January 2, 2018
9-21.2 Raised Pavement Markers Type 2
This section's content is deleted.
9-21.2(1) Physical Properties
This section, including title, is revised to read:
i
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-65 DOWNTOWN STAIRCASE
9-21.2(1) Standard Raised Pavement Markers Type 2
The marker housing shall contain reflective faces as shown in the Plans to reflect incident
light from either a single or opposite directions and meet the requirements of ASTM D 4280
including Flexural strength requirements.
9-21.2(2) Optical Requirements
This section, including title, is revised to read:
' 9-21.2(2) Abrasion Resistant Raised Markers Type 2
Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and meet
the requirements of ASTM D 4280 with the following additional requirement: The coefficient
of luminous intensity of the markers shall be measured after subjecting the entire lens
surface to the test described in ASTM D 4280 Section 9.5 using a sand drop apparatus.
After the exposure described above, retroreflected values shall not be less than 0.5 times a
nominal unblemished sample.
9-21.2(3) Strength Requirements
This section is deleted in its entirety.
Section 9-26, Epoxy Resins
' April 2, 2018
9-26.1(2) Packaging and Marking
The second paragraph is revised to read:
Containers shall be identified as "Component A" (contains the Epoxy Resin) and
"Component B" (Contains the Curing Agent) and shall show the type, grade, class, and
mixing directions as defined by these Specifications. Each container shall be marked by
permanent marking with the name of the formulator, the lot or batch number, the date of
' packaging, expiration date and the quantity contained in pounds or gallons. If the two
containers are furnished in a single cartridge, that cartridge shall be marked by permanent
marking to the cartridge with the name of the formulator and the lots or batch numbers for
' both Component A and Component B, the date of packaging, expiration date, and the
quantity contained in ounces or milliliters.
Section 9-28, Signing Materials and Fabrication
April 2, 2018
9-28.10 Vacant
This section, including title, is revised to read:
9-28.10 Digital Printing
' Transparent and opaque durable inks used in digital printed sign messages shall be as
recommended by the manufacturer. When properly applied, digital printed colors shall have
a warranty life of the base retroreflective sign sheeting. Digital applied colors shall present
' a smooth surface, free from foreign material, and all messages and borders shall be clear
and sharp. Digital printed signs shall conform to 70% of the retroreflective minimum values
established for its type and color. Digitally printed signs shall meet the daytime color and
luminance, and nighttime color requirements of ASTM D 4956. No variations in color or
overlapping of colors will be permitted. Digital printed permanent traffic signs shall have an
integrated engineered match component clear protective overlay recommended by the
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 AMEND-66 DOWNTOWN STAIRCASE
sheeting manufacturer applied to the entire face of the sign. On Temporary
construction/maintenance signs printed with black ink only, the protective overlay film is
optional, as long as the finished sign has a warranty of a minimum of three years from sign
sheeting manufacturer.
All digital printed traffic control signs shall be an integrated engineered match component ,
system. The integrated engineered match component system shall consist of retroreflective
sheeting, durable ink(s), and clear overlay film all from the same manufacturer applied to
aluminum substrate conforming to Section 9-28.8.
The sign fabricator shall use an approved integrated engineered match component system
as listed on the Qualified Products List (QPL). Each approved digital printer shall only use
the compatible retroreflective sign sheeting manufacturer's engineered match component
system products.
Each retroreflective sign sheeting manufacturer/integrated engineered match component
system listed on the QPL shall certify a department approved sign fabricator is approved to
operate their compatible digital printer. The sign fabricator shall re-certify annually with the
retroreflective sign manufacturer to ensure their digital printer is still meeting manufacturer's
specifications for traffic control signs. Documentation of each re-certification shall be
submitted to the QPL Engineer annually. I
9-28.11 Hardware
The last paragraph is revised to read:
All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
related connecting hardware shall be galvanized in accordance with ASTM F 2329.
9-28.14(2) Steel Structures and Posts
The first sentence of the third paragraph is revised to read:
Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F.
In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM F
2329".
paragraph is revised to read: I
The first sentence of the fifth
Except as otherwise noted, steel used for sign structures and posts shall have a controlled
silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
The last sentence of the last paragraph is revised to read:
If such modifications are contemplated, the Contractor shall submit a Type 2 Working
Drawing of the proposed modifications.
Section 9-29, Illumination, Signal, Electrical
August 6, 2018
9-29.1 Conduit, Innerduct, and Outerduct
This section is supplemented with the following new subsection:
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 AMEND-67 DOWNTOWN STAIRCASE
I 9-29.1(10) Pull Tape
Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a minimum
width of '/2-inch and a minimum tensile strength of 500 pounds. Pull tape may have
measurement marks.
9-29.2(1) Junction Boxes
IThe first paragraph is revised to read:
For the purposes of this Specification concrete is defined as portland cement or blended
hydraulic cement concrete and non-concrete is all others.
9-29.2(1)A2 Non-Concrete Junction Boxes
The first paragraph is revised to read:
Material for the non-concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as portland cement or blended hydraulic cement concrete in a direct
burial application.
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
Slip Resistant Lid ASTM A36 steel
Frame ASTM A36 steel
Slip Resistant Frame ASTM A36 steel
I 9-29.6 Light and Signal Standards
In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
IItem number 2 of the last paragraph is revised to read:
2. The steel light and signal standard fabricator's shop drawing submittal, including
supporting design calculations, submitted as a Type 2E Working Drawing in
accordance with Section 8-20.2(1) and the Special Provisions.
9-29.6(1) Steel Light and Signal Standards
In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
The first sentence of the last paragraph is revised to read:
11 I Steel used for light and signal standards shall have a controlled silicon content of either
9 9
0.00 to 0.06 percent or 0.15 to 0.25 percent.
I9-29.6(5) Foundation Hardware
In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
9-29.10(1) Conventional Roadway Luminaires
This section is revised to read:
IAll conventional roadway luminaires shall meet 3G vibration requirements as described in
ANSI C136.31.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-68 DOWNTOWN STAIRCASE
1
All luminaires shall have housings fabricated from aluminum. The housing shall be painted
flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise specified in the
Contract. Painted housings shall withstand a 1,000 hour salt spray test as specified in
ASTM 8117. I
Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2"
tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping bracket(s)
and the cap screws shall not bottom out on the housing bosses when adjusted within the
+/- 5 degree range. No part of the slipfitter mounting brackets on the luminaires shall
develop a permanent set in excess of 0.2 inch when the cap screws used for mounting are
tightened to a torque of 32 foot-pounds. Each luminaire shall include leveling reference
points for both transverse and longitudinal adjustment.
All luminaires shall include shorting caps when shipped. The caps shall be removed and
provided to the Contracting Agency when an alternate control device is required to be
installed in the photocell socket. House side shields shall be included when required by the
Contract. Order codes shall be modified to the minimum extent necessary to include the
option for house side shields.
This section is supplemented with the following new subsections: I
9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires
HPS conventional roadway luminaires shall meet the following requirements: 1
1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff optics.
2. Light pattern distribution shall be IES Type III. ,
3. The reflector of all luminaires shall be of a snap-in design or secured with screws.
The reflector shall be polished aluminum or prismatic borosilicate glass. ,
4. Flat lenses shall be formed from heat resistant, high-impact, molded borosilicate
or tempered glass. I
5. The lens shall be mounted in a doorframe assembly, which shall be hinged to the
luminaire and secured in the closed position to the luminaire by means of an
automatic latch. The lens and doorframe assembly, when closed, shall exert
pressure against a gasket seat. The lens shall not allow any light output above 90
degrees nadir. Gaskets shall be composed of material capable of withstanding the
temperatures involved and shall be securely held in place.
6. The ballast shall be mounted on a separate exterior door, which shall be hinged to
the luminaire and secured in the closed position to the luminaire housing by
means of an automatic type of latch (a combination hex/slot stainless steel screw
fastener may supplement the automatic-type latch).
7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
lamp complete and associated ballast. Lamps shall mount horizontally.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-69 DOWNTOWN STAIRCASE
9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires
LED Conventional Roadway Luminaires are divided into classes based on their equivalent
High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 310W, and
400W. LED luminaires are required to be pre-approved in order to verify their photometric
output. To be considered for pre-approval, LED luminaires must meet the requirements of
this section.
' LED luminaires shall include a removable access door, with tool-less entry, for access to
electronic components and the terminal block. The access door shall be removable, but
include positive retention such that it can hang freely without disconnecting from the
luminaire housing. LED drivers may be mounted either to the interior of the luminaire
housing or to the removable door itself.
LED drivers shall be removable for user replacement.All internal modular components shall
' be connected by means of mechanical plug and socket type quick disconnects. Wire nuts
may not be used for any purpose. All external electrical connections to the luminaire shall
be made through the terminal block.
LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) shall be
dimmable from ten volts to zero volts. LED output shall have a Correlated Color
Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) of
70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
Celsius.
LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages refer
to the supply voltages to the luminaires present in the field. LED power usage shall not
' exceed the following maximum values for the applicable wattage class:
Class Max.Wattage
200W 110W
' 250W 165W
310W 210W
400W 275W
Only one brand of LED conventional roadway luminaire may be used on a Contract. They
do not necessarily have to be the same brand as any high-mast, underdeck, or wall-mount
luminaires when those types of luminaires are specified in the Contract. LED luminaires
shall include a standard 10 year manufacturer warranty.
' The list of pre-approved LED Conventional Roadway Luminaires is available at
http://www.wsdot.wa.gov/Designirraffic/ledluminaires.htm.
' 9-29.10(2) Decorative Luminaires
This section, including title, is revised to read:
9-29.10(2) Vacant
9-29.12 Electrical Splice Materials
This section is supplemented with the following new subsections:
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-70 DOWNTOWN STAIRCASE
9-29.12(3) Splice Enclosures
9-29.12(3)A Heat Shrink Splice Enclosure
Heat shrink splice enclosures shall be medium or heavy wall cross-linked polyolefin,
meeting the requirements of AMS-DTL-23053/15, with thermoplastic adhesive sealant.
Heat shrink splices used for"wye" connections require rubber electrical mastic tape. I
9-29.12(3)B Molded Splice Enclosure
Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
material used shall be compatible with the insulation material of the insulated
conductor or cable. The component materials of the resin insulation shall be packaged
ready for convenient mixing without removing from the package.
9-29.12(4) Re-Enterable Splice Enclosure
Re-enterable splice enclosures shall use either dielectric grease or a flexible resin
contained in a two-piece plastic mold. The mold shall either snap together or use stainless
steel hose clamps.
9-29.12(5) Vinyl Electrical Tape for Splices t
Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-24391C.
9-29.12(1) Illumination Circuit Splices
This section is revised to read:
Underground illumination circuit splices shall be solderless crimped connections capable of
securely joining the wires, both mechanically and electrically, as defined in Section 8-
20.3(8). Aerial illumination splices shall be solderless crimp connectors or split bolt vice-
type connectors. '
9-29.12(1)A Heat Shrink Splice Enclosure
This section is deleted in its entirety. ,
9-29.12(1)B Molded Splice Enclosure
This section is deleted in its entirety. I
9-29.12(2) Traffic Signal Splice Material
This section is revised to read:
Induction loop splices and magnetometer splices shall use an uninsulated barrel-type
crimped connector capable of being soldered.
9-29.16(2)E Painting Signal Heads
In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
9-29.17 Signal Head Mounting Brackets and Fittings '
In the first paragraph, item number 2 under Stainless Steel is revised to read:
2. Bands or cables for Type N mount.
9-29.20 Pedestrian Signals
In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-71 DOWNTOWN STAIRCASE
9-29.24 Service Cabinets
The third sentence of item number 6 is revised to read:
The dead front cover shall have cutouts for the entire breaker array, with blank covers
where no circuit breakers are installed.
Item number 8 is revised to read:
8. Lighting contactors shall meet the requirements of Section 9-29.24(2).
The last sentence of item number 10 is revised to read:
ad:
Dead front panels shall prevent access to any exposed, live components, and shall cover
all equipment except for circuit breakers (including blank covers), the photocell test/bypass
switch, and the GFCI receptacle.
9-29.24(2) Electrical Circuit Breakers and Contactors
This section is revised to read:
All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity
described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 240
or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 amperes.
Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have an
interrupting capacity of not less than 14,000 amperes.
Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, mercury
I
apor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 volt circuits
shall be rated at 240 volts maximum line to line voltage, or 277 volts maximum line to
neutral voltage, as applicable. Contactors for 480 volt circuits shall be rated at 480 volt
Imaximum line to line voltage.
Section 9-33, Construction Geosynthetic
IAugust 6, 2018
9-33.4(1) Geosynthetic Material Approval
The second sentence of the first paragraph is revised to read:
If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer's
I Certificate of Compliance including Certified Test Reports of each proposed geosynthetic
shall be submitted to the State Materials Laboratory in Tumwater for evaluation.
' The last paragraph is revised to read:
Geosynthetics used as reinforcement in permanent geosynthetic retaining walls, reinforced
slopes, reinforced embankments, and other geosynthetic reinforcement applications require
' proof of compliance with the National Transportation Product Evaluation Program (NTPEP)
in accordance with AASHTO Standard Practice R 69, Standard Practice for Determination
of Long-Term Strength for Geosynthetic Reinforcement.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-72 DOWNTOWN STAIRCASE
I
Section 9-34, Pavement Marking Material
January 2, 2018
I
9-34.2(2) Color
Each reference to"Federal Standard 595" is revised to read "SAE AMS Standard 595". 1
9-34.2(5) Low VOC Waterborne Paint •
The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
I
The heading "High-Build Waterborne Paint" is supplemented with "Type 4".
The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". I
In the row beginning with "° @90°F", each minimum value is revised to read "60".
I
In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is revised
to read "3".
The last four rows are :replaced with the following:
9
Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion
I
2621 acrylic4
Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no @ 3 cycles show no
Stability, KU 2243 and D coagulation or change coagulation or change coagulation or change
I
562 in viscosity greater in viscosity greater in viscosity greater
than±1OKU than±10 KU than±10 KU
Heat Stability ASTM D 5622 ±10 KU from the initial ±10 KU from the initial ±10 KU from the initial
viscosity viscosity Viscosity
Low Temperature ASTM D No Cracks* No Cracks
Film Formation 28053
Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel*
Test Deck Durability6 ASTM D913 X70%paint retention in
wheel track*
Mud Cracking (See note 7) No Cracks No Cracks
After the preceding Amendments are applied, the following new column is inserted after the
"Standard Waterborne Paint Type 1 and 2" column:
Semi-Durable Waterborne Paint Type 3 I
White Yellow
Min. Max. Min. Max.
Within±0.3 of qualification sample
80 95 80 95
60 60
77 77
65 65
I
43 43
1.25 1.25
3 3 I.0.98 0.96
88 50
100° 100°
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-73 DOWNTOWN STAIRCASE
9.5 9.5
10 10
100%acrylic emulsion
©5 cycles show no coagulation or
change in viscosity greater than±10 KU
±10 KU from the initial viscosity
No Cracks
Pass at 0.25 in mandrel
e0%paint retention in wheel track
No Cracks
The footnotes are supplemented with the following:
4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
' Section 3.1.1.
5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness of
15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F) for 24
hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall be
put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the aluminum
panel with dry paint shall be put in the 40°F refrigerator with the mandrel apparatus for 2
hours. After 2 hours, the panel and test apparatus shall be removed and immediately tested
to according to ASTM D522 to evaluate cold flexibility. Paint must show no evidence of
cracking, chipping or flaking when bent 180 degrees over a mandrel bar of specified
diameter.
6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
minimum of six months with the following additional requirements: it shall be applied at 15
wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 ADT and
which was applied during the months of September through November.
' 'Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with a
50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH and
72±5 °F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
9-34.3 Plastic
' In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
9-34.3(2) Type B — Pre-Formed Fused Thermoplastic
In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
AMS Standard 595".
9-34.7(1) Requirements
The first paragraph is revised to read:
' Field performance evaluation is required for low VOC solvent-based paint per Section 9-
34.2(4), Type A — liquid hot applied thermoplastic per Section 9-34.3(1), Type B —
preformed fused thermoplastic per Section 9-34.3(2), Type C—cold applied preformed tape
per Section 9-34.3(3), and Type D — liquid applied methyl methacrylate per Section 9-
34.3(4).
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 AMEND-74 DOWNTOWN STAIRCASE
The last paragraph is deleted.
9-34.7(1)C Auto No-Track Time
The first paragraph is revised to read:
Auto No-Track Time will only be required for low VOC solvent-based paint in accordance 1
with Section 9-34.2(4).
1
•
1
1
1
1
t
1
t
t
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 AMEND-75 DOWNTOWN STAIRCASE
1
I
I
ISpecial Provisions
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS 1
DIVISION 1 GENERAL REQUIREMENTS 2
DIVISION 2 EARTHWORK 48
DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 56
DIVISION 4 BASES 57 I
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 58
DIVISION 6 STRUCTURES 63 I
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER
MAINS, AND CONDUITS 65 '
DIVISION 8 MISCELLANEOUS CONSTRUCTION 101
DIVISION 9 MATERIALS 132 ,
DIVISION 015600 SITE FURNISHINGS 146
DIVISION 033510 SANDBLAST FINISH 150
DIVISION 033521 EXTERIOR SITE CONCRETE 152 ,
DIVISION 057300 HANDRAIL AND CABLE SAFETY RAILING 157
DIVISION 099000 PAINTING AND COATING 162 ,
DIVISION 260000 - ELECTRICAL GENERAL CONDITIONS 166
DIVISION 260010 - EXCAVATION AND BACKFILL FOR ELECTRICAL UNDERGROUND I
UTILITIES 174
DIVISION 260519 - WIRES AND CABLES 178 ,
DIVISION 260526 - GROUNDING AND BONDING 181
DIVISION 260532 - OUTLET AND PULL BOXES 183 '
DIVISION 260533 - RACEWAY 185
DIVISION 262726 - SWITCHES AND RECEPTACLES 187
DIVISION 265000 - LIGHTING 189 '
DIVISION 329446 CABLE TRELLIS SYSTEM 191
1
I
I
I
I
I
INTRODUCTION TO THE SPECIAL PROVISIONS
' (August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications for
Road, Bridge and Municipal Construction, 2018 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 either 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 effective date of the GSP and its source. For example:
' (March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(January 1, 2018 CFW GSP)
(***PROJECT-SPECIFIC SPECIAL PROVISION***)
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
• City of Federal Way Development Standards
Contractor shall obtain copies of these publications, at Contractor's own expense.
1
1
1
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-1 DOWNTOWN STAIRCASE
1
DIVISION 1 GENERAL REQUIREMENTS
DESCRIPTION OF WORK 1
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the Downtown Staircase Project (21st Ave S
Pedestrian Connection) and other work, all in accordance with the attached Contract Plans, these 10
Contract Provisions, and the Standard Specifications.
1-.01 DEFINITIONS AND TERMS 1
1-01.3 Definitions
(January 4, 2016 APWA 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. 1
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible 1
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 Contracting Agency has full and unrestricted use and 1
benefit of the facilities, both from the operational and safety standpoint, any remaining traffic
disruptions will be rare and brief, and only minor incidental work, replacement of temporary
substitute facilities, plant establishment periods, or correction or repair remains for the 1
Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation required by I
the Contract and required by law does not necessarily need to be furnished by the Contractor
by this date. I
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.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-2 DOWNTOWN STAIRCASE
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
' Provisions, to the terms "Department of Transportation", "Washington State Transportation
Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and
I
"State Treasurer" shall be revised to read "Contracting Agency".
All references to the terms "State" or "state" shall be revised to read "ContractingAgency"
Y'
unless the reference is to an administrative agency of the State of Washington, a State
I
statute or regulation, or the context reasonably indicates otherwise.
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
1 Contracting Agency form(s) by which final payment is authorized, and final completion and
acceptance granted.
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
Ibid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
I 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.
II Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever bond
I form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance Bond.
I Contract Documents
See definition for"Contract".
Contract Time
I The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
I Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
INotice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing and
I directing the Contractor to proceed with the Work and establishing the date on which the
Contract time begins.
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
•
111
WN STAIRCASE
DEC 2018 SP-3 DOWNTO
1
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
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 I
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 I
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 Basis of Distribution
Sets I
Reduced plans (11"x 17") 6 Furnished automatically upon award.
Contract Provisions 6 Furnished automatically upon award. 1
Large plans (e.g., 22" x 34") 2 Furnished only upon request.
Additionalplans and Contract Provisions maybe obtained bythe Contractor from the source I
u
stated in the Call for Bids, at the Contractor's own expense.
1-02.5 Proposal Forms
(July 31, 2017 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 I
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
UDBE/DBE/M/WBE commitment, 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. I
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 1
alternates and additives set forth in the Proposal Form unless otherwise specified.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-4 DOWNTOWN STAIRCASE
1
1-02.6 Preparation of Proposal
I
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price
I must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by
the signer of the bid.
Delete the last twoparagraphs, and re lace them with the following:
I p g
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
IThe Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification as
I
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award.
A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
IThe 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).
I A bid by apartnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
Irequirements 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
I of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any UDBE requirements are to be satisfied through such an agreement.
I Section 1-02.6 is supplemented with the following:
Cumulative Alternates Bidding
(August 3, 2015 WSDOT GSP, Option 21)
I The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of
the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the
Alternate(s).
IBid Proposal
The Bid Proposal includes the following:
Base Bid
II.
The Base Bid shall include constructing all items included in the Proposal
except those items contained in the Alternate(s).
' 2. Alternate(s)
a) Alternate Al
Based on constructing the onsite festival outlet system and the onsite
I
low voltage landscape up-light system, as shown on the plans and as
included in the Special Provisions.
The Bid Items for Alternate Al are as listed in the Bid Proposal.
1
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-5 DOWNTOWN STAIRCASE
1
b) Alternate A2
Based on constructing the onsite site furnishing and handrail lighting II
system, as shown on the plans and as included in the Special II
Provisions.
The Bid Items for Alternate A2 are as listed in the Bid Proposal.
c) Alternate A3
Based on constructing the cable trellis & associated vines, as shown m
on the plans and as included in the Special Provisions.
The Bid Items for Alternate A3 are as listed in the Bid Proposal.
Bidding Procedures I To be considered responsive the Bidder shall submit a price on each and every Bid
item included in the Base Bid and all Alternate(s.)
The successful Bidder will be the Bidder submitting the lowest responsible Bid for the I
highest order Preference that is within the amount of available funds for the project.
Available funds will be announced immediately prior to the opening of the Bids. The 1
following are listed in order from highest to lowest Preference:
1. Preference 1: Lowest total for Base Bid +Alt.Al +Alt.A2+Alt.A3,
2. Preference 2: Lowest total for Base Bid +Alt.Al +Alt.A3
3. Preference 3: Lowest total for Base Bid +Alt.Al +Alt.A2
4. Preference 4: Lowest total for Base Bid +Alt.A2 +Alt.A3
5. Preference 5: Lowest total for Base Bid +Alt.Al
6. Preference 6: Lowest total for Base Bid +Alt.A3
7. Preference 7: Lowest total for Base Bid +Alt.A2
8. Preference 8: Lowest total for Base Bid ,
The Contracting Agency may, at their discretion, award a Contract for the Base Bid,
without any additional Alternates, in the event that all Bids exceed the available funds. I
In any case, the award will be subject to the requirements of Section 1-03.
Add the following new section:
1-02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the
project, using the form provided in the Contract Provisions.
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 1
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 I
bond, and the title of the person must accompany the said signature;
i
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-6 DOWNTOWN STAIRCASE
I
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
(May 17, 2018 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.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as,required by Section 1-02.6:
• UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's
completed UDBE Utilization Certification (WSDOT 272-056U)
• Good Faith Effort (GFE) Documentation
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 24 hours (not
' including Saturdays, Sundays, and Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed
' envelope labeled the same as for the Proposal, with "Supplemental Information" added. All
other information required to be submitted with the Bid Proposal must be submitted with the
Bid Proposal itself, at the time stated in the Call for Bids.
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. The Contracting Agency will not open or consider any
Supplemental Information" (UDBE confirmations, or GFE documentation) that is received
after the time specified above, or received in a location other than that specified in the Call
for Bids.
' 1-02.10 Withdrawing. Revising. or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw,
revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and physically
delivers it to the place designated for receipt of Bid Proposals, and
111 2. The Contracting Agency receives the request before the time set for receipt of Bid
Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting
Agency before the time set for receipt of Bid Proposals.
' If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before
the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-7 DOWNTOWN STAIRCASE
I
Proposal package to the Bidder. The Bidder must then submit the revised or supplemented
package in its entirety. If the Bidder does not submit a revised or supplemented package, I
then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date 1
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(June 20, 2017 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered; I 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 I
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 Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged •
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE participation commitment, if applicable, as required in Section I
1-02.6, or if the written confirmation that is submitted fails to meet the
requirements of the Special Provisions;
j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, ,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
I. More than one Proposal is submitted for the same project from a Bidder under the
same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink. I
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option B)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-8 DOWNTOWN STAIRCASE
I
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
I responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
I The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets
Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section.
1 1. Delinquent State Taxes
A Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department of
IRevenue.
B. Documentation: The Bidder, if an when required as detailed below, shall sign a
I . statement (on a form to be provided by the Contracting Agency) that the Bidder
does not owe delinquent taxes to the Washington State Department of Revenue, or
if delinquent taxes are owed to the Washington State Department of Revenue, the
1 in
111 Bidder must submit a written payment plan approved by the Department of
Revenue, to the Contracting Agency by the deadline listed below.
I 2. Federal Debarment
A Criterion: The Bidder shall not currently be debarred or suspended by the Federal
government.
IB. Documentation: The Bidder shall not be listed as having an "active exclusion" on
the U.S. government's "System for Award Management" database (www.sam.gov).
I 3. Subcontractor Responsibility
A Criterion: The Bidder's standard subcontract form shall include the subcontractor
• responsibility language required by RCW 39.06.020, and the Bidder shall have an
I established procedure which it utilizes to validate the responsibility of each of its
subcontractors. The Bidder's subcontract form shall also include a requirement that
each of its subcontractors shall have and document a similar procedure to
I determine whether the sub-tier subcontractors with whom it contracts are also
"responsible" subcontractors as defined by RCW 39.06.020.
I B. Documentation: The Bidder, if and when required as detailed below, shall submit a
copy of its standard subcontract form for review by the Contracting Agency, and a
written description of its procedure for validating the responsibility of subcontractors
Iwith which it contracts.
4. Claims Against Retainage and Bonds
A Criterion: The Bidder shall not have a record of excessive claims filed against the
111 retainage or payment bonds for public works projects in the three years prior to the
bid submittal date, that demonstrate a lack of effective management bythe Bidder
9
of making timely and appropriate payments to its subcontractors, suppliers, and
I workers, unless there are extenuating circumstances and such circumstances are
deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall submit a
list of the public works projects completed in the three years prior to the bid
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
iDEC 2018 SP-9 DOWNTOWN STAIRCASE
submittal date that have had claims against retainage and bonds and include for
each project the following information: I
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of the
projects listed;
• A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
and/or its owners have not been convicted of a crime involving bidding on a public I
works contract.
6. Termination for Cause/Termination for Default I A Criterion: The Bidder shall not have had any public works contract terminated for
cause or terminated for default by a government agency in the five years prior to the
bid submittal date, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder has
not had any public works contract terminated for cause or terminated for default by
a government agency in the five years prior to the bid submittal date; or if Bidder
was terminated, describe the circumstances. I
7. Lawsuits
A Criterion: The Bidder shall not have lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency I
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder has
not had any lawsuits with judgments entered against the Bidder in the five years 111
prior to the bid submittal date that demonstrate a pattern of failing to meet the terms
of contracts, or shall submit a list of all lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date, along with a written
explanation of the circumstances surrounding each such lawsuit. The Contracting
Agency shall evaluate these explanations to determine whether the lawsuits
demonstrate a pattern of failing to meet of terms of construction related contracts I
As evidence that the Bidder meets Supplemental Criteria 3-7 stated above, the apparent low
Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business I
day following the bid submittal deadline, a written statement verifying that the Bidder meets
supplemental criteria 3-7 together with supporting documentation (sufficient in the sole
1
CITY OF FEDERAL WAY PROJECT#201 1 RFB#19-002
DEC 2018 SP-10 DOWNTOWN STAIRCASE I
judgment of the Contracting Agency) demonstrating compliance with Supplemental Criteria.
The Contracting Agency reserves the right to request further documentation as needed from
the low Bidder and documentation from other Bidders as well to assess Bidder responsibility
and compliance with all bidder responsibility criteria. The Contracting Agency also reserves
the right to obtain information from third-parties and independent sources of information
I concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use
that information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental
Icriteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether from
the Bidder or third parties) including but not limited to: (i) financial, historical, or operational
data from the Bidder; (ii) information obtained directlyby the Contracting Agency from others
I
for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any
additional information obtained by the Contracting Agency which is believed to be relevant to
the matter.
I If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
i disagrees Bidder in writing, with the reasons for its determination. If the Bidder with this
I h
determination, it mayappeal the determination within two (2) business days ofthe
pP Y
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
I 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.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with
I concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such
requests shall be in writing, describe the nature of the concerns, and propose specific
modifications to the criteria. Bidders shall submit such requests to the Contracting Agency
1 no later than five (5) business days prior to the bid submittal deadline and address the
request to the Project Engineer or such other person designated by the Contracting Agency
in the Bid Documents.
1-02.15 Pre Award Information
(August 14, 2013 APWA GSP)
I Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
I 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,
I 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,
1 5. Attendance at a conference with the Engineer or representatives of the Engineer,
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-11 DOWNTOWN STAIRCASE
I
1 .
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the I
bidder is the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT I
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for correctness
of extensions of the prices per unit and the total price. If a discrepancy exists between the
price per unit and the extended amount of any bid item, the price per unit will control. If a
minimum bid amount has been established for any item and the bidder's unit or lump sum
price is less than the minimum specified amount, the Contracting Agency will unilaterally I
revise the unit or lump sum price, to the minimum specified amount and recalculate the
extension. The total of extensions, corrected where necessary, including sales taxes where
applicable and such additives and/or alternates as selected by the Contracting Agency, will I
be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price
amount and the amount of the contract bond.
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- I
breaker will be the Bidder with an equal lowest bid, that proposed to use the highest
percentage of recycled materials in the Proiect, per the form submitted with the Bid Proposal.
If those percentages are also exactly equal, then the tie-breaker will be determined by
drawing as follows: Two or more slips of paper will be marked as follows: one marked
"Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the
marking unseen. The slips will be placed inside a box. One authorized representative of each I
Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of
the firm as registered with the Washington State Department of Licensing. The slips shall be
unfolded and the firm with the slip marked "Winner" will be determined to be the successful
Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total
that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials
percentage that is exactly equal to the highest proposed recycled materials amount, are I
eligible to draw.
1-03.3 Execution of Contract
(October 1, 2005 APWA 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 10 calendar days after the award date, the successful bidder shall return the signed I
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 I
information the Contracting Agency may require under Section 1-02.15.
t
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-12 DOWNTOWN STAIRCASE
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be
separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, 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;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
tbond; 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(s) must be signed by
the president or vice president, unless accompanied by written proof of the authority of
the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power
of attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(July 23, 2015 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted
under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the
county where the Contracting Agency headquarters is located, provided that where an action
is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-13 DOWNTOWN STAIRCASE
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions. Specifications, and I
Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order pf
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda, I
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.
1-04.4 Changes
1-04.4(1) Minor Changes
Section 1-04.4(1) is supplemented with the following:
(December 1, 2017 CFW GSP—STREETS DIV)
Payments or credits for changes amounting to $5,000 or less may be made under the
Bid Item "Unexpected Site Changes". At the discretion of the Contracting Agency, this
procedure for Unexpected Site Changes may be used in lieu of the more formal
procedure as outlined in Section 1-04.4 Changes. I
The Contractor will be provided a copy of the completed order for Unexpected Site
Changes. The agreement for the Unexpected Site Changes will be documented by
signature of the Contractor, or notation of verbal agreement. If the Contractor is in
disagreement with anything required for Unexpected Site Changes, the Contractor
may protest the order as provided in Section 1-04.5. 1
Payment will be determined in accordance with Section 1-09.6. For the purpose of
providing a common proposal for all Bidders, the Contracting Agency has entered an •
amount for "Unexpected Site Changes" in the proposal to become a part of the total 11
bid by the Contractor.
Measurement 1
No specific unit of measurement will apply to the force account item "Unexpected Site
Changes".
Payment
Payment will be made for the following bid items when included in the proposal:
"Unexpected Site Changes", by force account. I
Unexpected site changes will be paid by force account in accordance with Section 1-
09.6 for work that proves to be acceptable to the Engineer and that has been 111
performed with the authority of the Engineer.
To provide a common proposal for all bidders, the Contracting Agency has estimated
the amount for"Unexpected Site Changes" and entered the amount in the proposal to
become a part of the total bid by the Contractor.
CITY OF FEDERAL WAY
1
PROJECT#2 1
0 /RFB#19-002
DEC 2018 SP-14 DOWNTOWN STAIRCASE
I
1-05 CONTROL OF WORK
1 1-05.4 Conformity With and Deviations from Plans and Stakes
(August 7, 2017 WSDOT GSP, OPTION 1)
I Section 1-05.4 is supplemented with the following:
Contractor Surveying—Structure
Copies of the Contracting Agency provided primary survey control data are available for the
ibidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
I stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and
retaining walls. 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.
IThe Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments. All
I monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length
of the project or be replaced at the Contractors expense.
I Detailed survey records shall be maintained, including a description of the work performed on
each shift, the methods utilized, and the control points used. The record shall be adequate to
allow the survey to be reproduced. A copy of each day's record shall be provided to the
IEngineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
I Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work by the Contractor shall include but not be limited to the following:
I
1. Verify the primary horizontal and vertical control furnished by the Contracting Agency,
and expand into secondary control by adding stakes and hubs as well as additional
I survey control needed for the project. Provide descriptions of secondary control to
the Contracting Agency. The description shall include coordinates and elevations of
all secondary control points.
1 2. Establish, by placing hubs and/or marked stakes, the location with offsets of
foundation shafts and piles.
I3. Establish offsets to footing centerline of bearing for structure excavation.
4. Establish offsets to footing centerline of bearing for footing forms.
I
5. Establish wing wall, retaining wall, and noise wall horizontal alignment.
1 6. Establish retaining wall top of wall profile grade.
7. Establish elevation benchmarks for all substructure formwork.
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-15 DOWNTOWN STAIRCASE
t
8. Check elevations at top of footing concrete line inside footing formwork immediately
prior to concrete placement.
9. Check column location and pier centerline of bearing at top of footingimmediately
Y
prior to concrete placement.
10. Establish location and plumbness of column forms, and monitor column plumbness
during concrete placement.
11. Establish pier cap and crossbeam top and bottom elevations and centerline of I
bearing.
12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing i
prior to and during concrete placement.
13. Establish grout pad locations and elevations. I
14. Establish structure bearing locations and elevations, including locations of anchor bolt
assemblies.
15. Establish box girder bottom slab grades and locations.
16. Establish girder and/or web wall profiles and locations.
17. Establish diaphragm locations and centerline of bearing. I
18. Establish roadway slab alignment, grades and provide dimensions from top of girder
to top of roadway slab. Set elevations for deck paving machine rails. I
19. Establish traffic barrier and curb profile.
20. Profile all girders prior to the placement of any deadload or construction live load that
may affect the girder's profile.
The Contractor shall provide the Contracting Agency copies of any calculations and staking
data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will I
provide the Contractor with the following primary survey and control information:
1. Descriptions of two primary control points used for the horizontal and vertical control. I
Primary control points will be described by reference to the project alignment and the
coordinate system and elevation datum utilized by the project. In addition, the
Contracting Agency will supply horizontal coordinates for the beginning and ending I
points and for each Point of Intersection (PI) on each alignment included in the
project.
2. Horizontal coordinates for the centerline of each bridge pier. I
3. Computed elevations at top of bridge roadway decks at one-tenth points along
centerline of each girder web. All form grades and other working grades shall be I
calculated by the Contractor.
CITY OF FEDERAL WAY
PROJECT#201 /RFB#19-002
DEC 2018 SP-16 DOWNTOWN STAIRCASE
1
The Contractor shall give the Contracting Agency three weeks notification to allow adequate
I time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a
surveying accuracy within the following tolerances:
Vertical Horizontal
1. Stationing on structures ±0.02 feet
2. Alignment on structures ±0.02 feet
1 3. Superstructure elevations ±0.01 feet
variation from
plan elevation
4. Substructure ±0.02 feet
I variation from
Plan grades.
IThe Contracting Agency may spot-check the Contractor's surveying. These spot-checks will
not change the requirements for normal checking by the Contractor.
I
When staking the following items, the Contractor shall perform independent checks from
different secondary control to ensure that the points staked for these items are within the
specified survey accuracy tolerances:
1 Piles
Shafts
I Footings
Columns
111 The Contractor shall calculate coordinates for the points associated with piles, shafts,
footings and columns. The Contracting Agency will verify these coordinates prior to issuing
approval to the Contractor for commencing with the survey work. The Contracting Agency
will require up to seven calendar days from the date the data is received to issuing approval.
Contract work to be performed usingcontractor-provided stakes shall not begin until the
P 9
stakes are approved by the Contracting Agency. Such approval shall not relieve the
IContractor of responsibility for the accuracy of the stakes.
Payment
IPayment will be made for the following bid item when included in the proposal:
"Structure Surveying", lump sum.
IThe lump sum contract price for "Structure Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including any
resurveying, checking, correction of errors, replacement of missing or damaged stakes, and
coordination efforts.
1 (August 7, 2017 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying—Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
Ibidder's inspection at the office of the Engineer.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-17 DOWNTOWN STAIRCASE
i
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals, guardrails
and barriers, and signing. 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. I
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments. All
monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length
of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed on I
each shift, the methods utilized, and the control points used. The record shall be adequate to
allow the survey to be reproduced. A copy of each day's record shall be provided to the
Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following: I
1. Verify the primary horizontal and vertical control furnished by the Contracting Agency,
and expand into secondary control by adding stakes and hubs as well as additional
survey control needed for the project. Provide descriptions of secondary control to
the Contracting Agency. The description shall include coordinates and elevations of
all secondary control points. I
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate points
not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond I
the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the
Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more than
50 feet apart. Establish offset reference to all slope stakes. If Global Positioning
Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes I
may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset I
stakes to all drainage structures and to pipes at a horizontal interval not greater than
25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade
and at the top of each course of surfacing. Subgrade and surfacing stakes shall be
set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve
sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii I
with a radius less than 10 feet. Transversely, stakes shall be placed at all locations
I
CITY OF FEDERAL WAY PROJECT#201 /RFB# 19-002
DEC 2018 SP-18 DOWNTOWN STAIRCASE
1 where the roadwayslope changes and at additional points such that the transverse
spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to
I provide grade control, then roadbed and surfacing stakes may be omitted at the
discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout the
project.
I 8. Provide references for paving pins at 25-foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being placed.
I 9. For all other types of construction included in this provision, (including but not limited
to channelization and pavement marking, illumination and signals, guardrails and
barriers, and signing) provide staking and layout as necessary to adequately locate,
construct, and check the specific construction activity.
I10. Contractor shall determine if changes are needed to the profiles or roadway sections
shown in the Contract Plans in order to achieve proper smoothness and drainage
I where matching into existing features, such as a smooth transition from new
pavement to existing pavement. The Contractor shall submit these changes to the
Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and staking
data when requested by the Engineer.
ITo facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions of
two primary control points used for the horizontal and vertical control, and descriptions of two
Iadditional primary control points for every additional three miles of project length. Primary
control points will be described by reference to the project alignment and the coordinate
system and elevation datum utilized by the project. In addition, the Contracting Agency will
I supply horizontal coordinates for the beginning and ending points and for each Point of
Intersection (PI) on each alignment included in the project.
IThe Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set
0.04 feet below grade ±0.01 feet ±0.5 feet
I (parallel to alignment)
±0.1 feet
(normal to alignment)
IStationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
i (parallel to alignment)
±0.1 feet
(normal to alignment)
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002 ,
DEC 2018 SP-19 DOWNTOWN STAIRCASE
1
Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will
not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked are within the
specified survey accuracy tolerances. I
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with the 11
work. The Contracting Agency will require up to seven calendar days from the date the data II
is received.
Contract work to be performed using contractor-provided stakes shall not begin until the III
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed
that are not described in the Plans, then those stakes shall be marked, at no additional cost
to the Contracting Agency as ordered by the Engineer. I
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, I
equipment, materials, and supervision utilized to perform the Work specified, including any
resurveying, checking, correction of errors, replacement of missing or damaged stakes, and
coordination efforts.
(April 2, 2018, WSDOT GSP, OPTION 4)
Section 1-05.4 is supplemented with the following:
Contractor Surveying-ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all I
alignment stakes, and grades necessary for the construction of the ADA features.
Calculations, surveying, and measuring required for setting and maintaining the
necessary lines and grades shall be the Contractor's responsibility. The Contractor
shall build the ADA features within the specifications in the Standard Plans and
contract documents.
ADA Feature As-Built Measurements t
The Contractor shall be responsible for providing electronic As-Built records of all
ADA feature improvements completed in the Contract.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC
SP-20 DOWNTOWN STAIRCASE
1
The survey work shall include but not be limited to completing the measurements,
recording the required measurements and completing other data fill-ins found on the
ADA Measurement Forms, and transmitting the electronic Forms to the Engineer.
The ADA Measurement Forms are found at the following website location:
1 http://www.wsdot.wa.gov/Design/ADAGuidance.htm
In the instance where an ADA Feature does not meet accessibility requirements, all
work to replace non-conforming work and then to measure, record the as-built
measurements, and transmit the electronic Forms to the Engineer shall be completed
at no additional cost to the Contracting Agency, as ordered by the Engineer.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all
the Work as specified.
(December 1, 2017, CFW GSP—STREETS DIV)
1 Section 1-05.4 is supplemented with the following:
Video Taping
Prior to beginning work, the Contractor shall furnish the City with a continuous audio-video
recording (DVD format) of the project area. Complete coverage shall include all surface
features within 50' of the work area, and shall be supported by appropriate audio description
made simultaneously with video coverage. Such coverage shall include, but not be limited
to: all existing driveways, sidewalks, curbs, ditches, roadways, landscaping, trees, culverts,
headwalls, and retaining walls, equipment, structures, pavements, manholes, vaults,
handrails, etc. located within the aforementioned work zone. Video coverage shall extend to
the maximum height of all features within this zone. Special audio commentary shall be given
for unusual conditions of buildings, sidewalks and curbing, foundations, trees and shrubbery,
structures, equipment, pavement, etc.
All taping shall be done during times of good visibility. No taping shall be done during times
of visible precipitation, or when more than ten percent of the ground area is covered with
standing water, unless otherwise authorized by the City.
Each DVD shall begin with the Contractors Name, Project Identification, Date, and Location
such as street name & direction of travel.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
1 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
1
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
1 DEC 2018 SP-21 DOWNTOWN STAIRCASE
I
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 I
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 I
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 I
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 I
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.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and O perat�onal Testm� I
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so I
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 ce concurring in or denying substantial completion, whichever is I
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 I
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial I
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-22 DOWNTOWN STAIRCASE I
i
I
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
I 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
fig deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption
11 until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
I 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.
I 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
I 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
I acceptance of the work or that all the obligations of the Contractor under the contract have
been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation
I systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
I operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period, the Contractor shall correct any items of workmanship, materials, or
I equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period
shall be tested under the observation of the Engineer, so that the Engineer may determine
I their suitability for the purpose for which they were installed. The Physical Completion Date
cannot be established until testing and corrections have been completed to the satisfaction of
the Engineer.
l 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.
1 1-05.13 Superintendents. Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
IDelete the sixth and seventh paragraphs of this section.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-23 DOWNTOWN STAIRCASE
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP) I
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 I
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
Project Engineer's office. Electronic copies such as e-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
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and I
water necessary for the performance of the work, unless the contract includes power and
water as a pay item.
1-05.17 Contractor's Daily Diary
(December 1, 2017 CFW GSP-STREETS DIV)
Section 1-05.17 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this contract
work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary
Record of this Work. This diary will be created by pen and ink entries in a hardbound diary
book of the type that is commonly available by the commercial outlets. The diary must be
kept and maintained by the Contractor's designated project superintendent. Entries must be
made on a daily basis and must accurately represent all of the project activities on each day.
i
At a minimum, the diary shall show on a daily basis:
• The day and date.
• The weather conditions, including changes throughout the day.
• A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contract,
Owner, or any third party in any manner.
• Listing of any materials received and stored on or off-site by the Contractor for future
installation, to include the manner of storage and protection of the same.
• Listing of materials installed during each day.
• List of all subcontractors working on-site during each day.
• Listing of the number of Contractor's employees working during each day by category
of employment.
• Listing of Contractor's equipment working on the site during each day. Idle equipment
on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake-out, and all other services furnished to I
the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non-work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. The Contractor
shall not allow any conditions to develop that would be hazardous to the public.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-24 DOWNTOWN STAIRCASE
I
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
j • Summary of total number of working days to date, and total number of delay days to
date.
IAll pages of the diary must be numbered consecutively with no omissions in page numbers.
The Contractor shall utilize additional sheets separate from the diary book, if necessary, to
is
provide a complete diary record. However, the Owner's senior representative must sign
separate sheets on each day and a copy furnished at the time of signing to the Owner. The
Contractor must provide a copy of the diary to the Owner and the Engineer each morning for
the preceding workday.All copies must be legible.
IIt is expressly agreed between the contractor and the owner that the daily diary maintained
by the Contractor shall be the "Contractor's Book of Original Entry"for the documentation of
I any potential claims or disputes that might arise during this contract. Failure of the
Contractor to maintain this diary in the manner described above will constitute a waiver of
any such claims or disputes by the Contractor. The daily diary maintained by the Contractor
1 does not constitute the official record of the project. The official record of the project is
prepared and maintained exclusively by the engineer.
I 1-05.18 As-Built Survey and Record Drawinas
(December 1, 2017 CFW GSP-STREETS DIV)
Section 1-05.18 is a new section:
I As-Built Survey
After construction has been completed the Contractor shall perform an as-built survey and
provide the information (including point files) in AutoCAD 2012 or later version file to the
Engineer.
I
The applicable tolerance limits for the as-built survey include, but are not limited to the
following:
IVertical Horizontal
As-built sanitary & storm invert and t 0.01 foot t 0.01 foot
I grate elevations
As-built monumentation ± 0.001 foot t 0.001 foot
As-built waterlines, inverts, valves, t 0.10 foot t 0.10 foot
I hydrants
As-built ponds/swales/water features t 0.10 foot t 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot t 0.10 foot
IAs-built gas lines, power, TV, Tel, Corn t 0.10 foot ± 0.10 foot
As-built signs, signals, etc. N/A ± 0.10 foot
IThis as-built survey shall consist of the following:
• Survey of rim elevation, sump elevations, and invert elevations of all storm drainage
structures installed, modified or left in place within the limits of this contract. Storm
I pipe diameter and material; drainage structure type, size, lid type (solid cover or
grate, standard or heavy duty), and lid shape; model No. of CB water quality
treatment inserts installed, flowline of open channel conveyance systems at 50-foot
Imax. intervals, and retaining wall footing drains, including cleanouts.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
iDEC 2018 SP-25 DOWNTOWN STAIRCASE
1
• Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have one
survey shot in the center of the manhole or valve cover, or at the center of the fire
hydrant. Utility handholes and boxes shall have two shots on opposite corners of the I
cover.
• Final curb elevations, with a minimum of 5 shots at each curb return. Also, final shots
along all curb and gutter, block curb, integral curb and extruded curb installed in this •
contract (at flowline of the curbs).
• Final elevations at the front and back of walk throughout the project limits. 1
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of this
contract. 111
• Shots to delineate all channelization installed in this contract.
Record Drawings 1
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly identified in
red ink in
a comprehensive manner on one set of
full size Plans .These Record Drawingshall all
be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings.
The
Record Drawings s shall
g be kept on site, and shall be available for review by the
Contracting Agency at all times. The Contractor shall bring the Record Drawings to each
progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked-up drawings (either full-size paper copy or electronic PDF) that are signed and
certified by the Contractor or their surveyor. The Certification on each page of the record
drawings shall state that said drawings are an accurate depiction of built conditions. City
acceptance of the Record Drawings is one of the requirements for achieving Physical
Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that were
not shown on the approved construction drawings.
• Accurate locations of storm drainage, sanitary sewer, water mains and other water I
appurtenances, structures, conduits, light standards, vaults, width of roadways,
sidewalks, landscaping areas, channelization and pavement markings, etc. Record
drawings shall reflect actual dimensions, arrangement, and materials used when
different than shown in the Plans.
• Changes made by Change Order or Field Directive I
• Changes made by the Contractor as approved by Engineer.
En ineer.
• Pothole information gathered by the Contractor.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-26 DOWNTOWN STAIRCASE
I
Payment
I Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when
included in the proposal:
"As-Built Survey and Record Drawings", lump sum.
IThe lump sum contract price for "As-Built Survey and Record Drawings " shall be full pay for
all labor, equipment, materials, and supervision utilized to perform the work specified,
I including any resurveying, checking, correction of errors, preparation of record drawings, and
coordination efforts.
I 1-05.19 Defects Arising in One Year and Remedies
(December 1, 2017 CFW GSP—STREETS DIV)
Section 1-05.19 is a new section:
in
II The Contractor shall be responsible for correcting all defects in workmanship and material
within one year after acceptance of this work by the City of Federal Way. When corrections of
defects are made, the Contractor shall be responsible for correcting all defects in
I workmanship and/or materials in the corrected work for one year after acceptance of the
corrections by the Owner. The Contractor shall start work to remedy such defects within
seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall
complete such work within a reasonable time. In emergencies, where damage may result
I from delay or where loss of services may result, such corrections may be made by the
Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor
does not accomplish corrections at the time specified, the work will be otherwise
I
accomplished and the cost of same shall be paid by the Contractor. These actions will be
pursuant to the provisions of Section 1-05.8 of the Standard Specifications.
I The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in making
I emergency repairs and cost of engineering, inspection and supervision by the Owner or the
Engineer. The Contractor shall hold the Owner harmless from any and all claims which may
be made against the Owner as a result of any defective work, and the Contractor shall
I defend any such claims at his own expense.
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from defective
I
and unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability,
expressed or implied, arising out of a written agreement.
I -06 CONTROL OF MATERIAL
1-06.2 Acceptance of Materials
(***DOWNTOWN STA/RCASE",
Supplement this Section with the following:
I The Contractor will be responsible to hire an independent, third-party testing company to
conduct testing such as gradation, concrete compressive strength, and compaction testing.
The testing company shall be designated as a WSDOT-certified testing firm.
I Its.
The testing company shall provide prompt results. Original test results shall be sent to the
City's Project Engineer and Field Inspector. Email delivery of test results is acceptable.
iCopies of test results shall also be sent to the Prime Contractor.
I CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-27 DOWNTOWN STAIRCASE
1
Contractor shall cooperate with testing company's personnel and provide access to work to
be tested. Contractor shall be responsible to notify testing company in advance of operations
requiring testing and inspection services. If Contractor does not coordinate for testing
services with sufficient advance notice, they are responsible for any delays caused by the
inability to proceed with work due to lack of testing. This will not be grounds for assignment
of a non-working day.
Required tests and frequency shall be in conformance with '
Manual. the WSDOT Construction
All costs associated with testing are the responsibility of the Contractor '
in bid item costs for the respective items. and shall be included
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction of
the project. Approval of such material use shall be as detailed elsewhere in the Standard
Specifications.
Prior to Physical Completion the
p Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass,
steel furnace slag and other recycled materials (e.g. utilization of on-site material and
aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA 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 I
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 -
known place project site, all articles necessary for providing first aid to the injured.IThe Contractor ashalt l
in
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
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
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002 1
DEC 2018 SP-28 DOWNTOWN STAIRCASE
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 site.
iSection 1-07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP, OPTION 3)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer,, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on-site workers and
compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be sent to
the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent
until to the confined adjacent
to the confined space. No work shall be performed in or a d� space
the plan is submitted to the Engineer as required. The Contractor shall communicate with the
Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both
the Contracting Agency's and Contractor's workers when working in or near a confined
space.
All costs to prepare and implement the confined space program shall be included in the bid
prices for the various items associated with the confined space work.
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
111
The Washington State Department of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in this
area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a
misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit Bid prices or other Contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
I 111 07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if a
FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract-related taxes have been paid
(RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor
any amount the Contractor may owe the Washington State Department of Revenue, whether
the amount owed relates to this Contract or not. Any amount so deducted will be paid into
the proper State fund.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-29 DOWNTOWN STAIRCASE
1
1-07.2(1) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political I
subdivision of the state, or by the United States, and which are used primarily for foot
or vehicular traffic. This includes storm or combined sewer systems within and
included as a part of the street or road drainage system and power lines when such I
are part of the roadway lighting system. For work performed in such cases, the
Contractor shall include Washington State Retail Sales Taxes in the various unit Bid
item prices, or other Contract amounts, including those that the Contractor pays on I
the purchase of the materials, equipment, or supplies used or consumed in doing the
work.
1-07.2(2) State Sales Tax— Rule 170 I
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new
or existing buildings, or other structures, upon real property. This includes, but is not
limited to, the construction of streets, roads, highways, etc., owned by the state of
Washington; water mains and their appurtenances; sanitary sewers and sewage
disposal systems unless such sewers and disposal systems are within, and a part of,
a street or road drainage system; telephone, telegraph, electrical power distribution I
lines, or other conduits or lines in or above streets or roads, unless such power lines
become a part of a street or road lighting system; and installing or attaching of any
article of tangible personal property in or to real property, whether or not such I
personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting I
Agency, retail sales tax on the full Contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason,
the Contractor shall not include the retail sales tax in the unit Bid item prices, or in
any other Contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools, machinery,
equipment, or consumable supplies not integrated into the project. Such sales taxes
shall be included in the unit Bid item prices or in any other Contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any
Contract wholly for professional or other services (as defined in Washington State I
Department of Revenue Rules 138 and 244).
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.13 Contractor's Responsibility for Work I
1-07.13(4) Repair of Damage
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read: '
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-30 DOWNTOWN STAIRCASE
1 The Contractor shall promptly repair all damage to either temporary or permanent
work as directed by the Engineer. For damage qualifying for relief under Sections 1-
07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section
1-04.4. Payment will be limited to repair of damaged work only. No payment will be
made for delay or disruption of work.
I1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
I (***DOWNTOWN STAIRCASE***)
Section 1-07.16(1) is supplemented with the following:
The project is located adjacent to the Performing Arts and Events Center (PAEC) and
I the proposed Hotel site that may be under construction simultaneously with the
DOWNTOWN Staircase project. The Contractor shall ensure that ingress/egress is
maintained at all times to the PAEC/Hotel Site and that day to day operations are not
interrupted by construction activities. All parking spaces designated for the
PAEC/Hotel Site shall be available for patron/customer parking at all times.
Contractor shall ensure that safety measures are fully implemented at all times to
protect the public for the entire project area.
IThe Contractor shall protect private or public property on or in the vicinity of the work
site. Contractor shall ensure that private/public properties are not removed,
I damaged, destroyed, or prevented from being used unless the Contract so specifies.
The Contractor shall not trespass upon private property and shall be responsible for
all injury or damage to persons or property, directly or indirectly, resulting from
I operations in completing this Work. Contractor shall comply with the laws and
regulations of the Owner, County, State, and Federal governments, relating to the
safety of persons and property, and will be held responsible for and required to make
I good any injury or damage to persons or property caused by carelessness or neglect
on the part of the Contractor or subcontractor(s), or any agent or employee of either
during the progress of the Work and until its final acceptance.
I Property includes land, utilities, trees, landscaping, improvements legally on the right-
of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water
lines, signs, and other property of all description whether shown on the Plans or not.
IIf the Engineer requests in writing, or if otherwise necessary, the Contractor shall at
no additional cost to the Contracting Agency, install protection, acceptable to the
I Engineer, for property such as that listed in the previous paragraph. The Contractor
shall be responsible for locating all property that is subject to damage by the
Contractor's operation.
IIf the Contractor damages, destroys, or interferes with the use of such property,
Contractor shall restore the property to its original condition at no additional cost to
the Contracting Agency. Contractor shall halt any interference with the property's use.
The Engineer may have such property restored by other means and deduct the cost
from any money that will be or is due the Contractor if Contractor refuses or does not
immediately.
I
respond
The Contractor shall restore to a condition equal to the original condition
improvements such as pavements, driveways, gravel shoulders, ditches, culverts,
I curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs,
traffic signal loops, landscaping, public and private utilities, etc., which are damaged
1
CITY OF FEDERAL WAY 2
PROJECT# 01 /RFB#19-002
DEC 2018 SP-31 DOWNTOWN STAIRCASE
or removed (and not indicated to be removed) during construction, whether shown on
the Plans or not.
All existing survey monuments and property corner markers shall be protected from
movement by the Contractor. All existing markers and/or monuments that require
removal for construction purposes shall be referenced by survey ties and replaced by I
a Professional Land Surveyor registered in the State of Washington. All existing
property corner markers disturbed or removed by the Contractor's operations which,
in the opinion of the Engineer, were not required to be removed for construction II
purposes shall be replaced, at no additional cost to the Contracting Agency, by a
Professional Land Surveyor registered in the State of Washington. Any of these
monuments damaged shall be reset to second order, first class specifications. i
Sprinkler irrigation systems found to encroach within the limits of improvements shall
be modified as necessary to ensure satisfactory operation upon completion of the
improvements. This work shall include, but not be limited to, cutting and capping
existing pipe, relocating existing risers and sprinkler heads new pipe heads and
connections, and testing of the system. All work shall be done in conformance to
acceptable standards at no additional cost to the Contracting Agency. I
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP) I
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height. I
Vegetation and soil protection zones for shrubs shall extend out from the stems at
ground level to twice the radius of the shrub. I
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the plant.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or suspected of
having facilities within the project limits are supplied for the Contractor's convenience.
Puget Sound Energy Century Link
Attn: Sandy Leek Attn: Jason Tesdal
3130 S 38th St 23315 66th Ave S
Tacoma, WA 98409 Kent, WA 98032
111
Telephone: (253) 381-7313 Telephone: (206) 345-3488
Lakehaven Water&Sewer District Comcast
Attn: Wes Hill Attn: Jerry Steele
31627 1st Avenue S 410 Valley Ave NW, Suite 12-C
Federal Way, WA 98003 Puyallup, WA 98371
Telephone: (253)946-5440 Telephone: (253) 288-7532•
'
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-32 DOWNTOWN STAIRCASE
IIKing County Traffic Operations
Attn: Mark Parrett
I 155 Monroe Avenue NE
Renton, WA 98056
Telephone: (206) 296-8152
1 1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
I 1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(1) General Requirements
I A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
I Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
IC. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims-
madei form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
I claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility for
Iliability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
I Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the
I Contracting Agency shall be excess of the Contractor's insurance and shall not contribute
with it.
I E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
I F. The Contractor shall not begin work under the Contract until the required insurance
has been obtained and approved by the Contracting Agency
I G. 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,
I
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
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
• DEC 2018 SP-33 DOWNTOWN STAIRCASE
of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
H. 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)Additional Insured
All insurance policies, with the exception of Workers Compensation, and of
Professional Liability and Builder's Risk (if required by this Contract) shall name the I
following listed entities as additional insured(s) using the forms or endorsements
required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, I
and volunteers
• The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants
• Consultants hired by the Contracting Agency for design, construction support,
or materials testing.
The above-listed entities shall be additional insured(s) for the full available limits of 111
liability maintained by the Contractor, irrespective of whether such limits maintained
by the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1- I
07.18(4) describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured I
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors i
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor-provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed III
in 1-07.18(2) as additional insureds, and provide proof of such on the policies as
required by that section as detailed in 1-07.18(2) using an endorsement as least as
broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for I
completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the
Contracting Agency evidence of insurance and copies of the additional insured
endorsements of each Subcontractor of every tier as required in 1-07.18(4)
Verification of Coverage. I
1-07.18(4)Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance
and endorsements for each policy of insurance meeting the requirements set forth
herein when the Contractor delivers the signed Contract for the work. Failure of
Contracting Agency to demand such verification of coverage with these insurance
requirements or failure of Contracting Agency to identify a deficiency from the
CITY
OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-34 DOWNTOWN STAIRCASE
insurance documentation provided shall not be construed as a waiver of Contractor's
obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities
listed in 1-07.18(2) as additional insured(s), showing the policy number. The
Contractor may submit a copy of any blanket additional insured clause from its
policies instead of a separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not
satisfy these requirements—actual endorsements must be submitted.
1 Upon request by the Contracting Agency, the Contractor shall forward to the
Contracting Agency a full and certified copy of the insurance policy(s). If Builders
' Risk insurance is required on this Project, a full and certified copy of that policy is
required when the Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
' herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency4s recourse to
any remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to
approval by the Contracting Agency. The cost of any claim payments falling within
the deductible or self-insured retention shall be the responsibility of the Contractor. In
the event an additional insured incurs a liability subject to any policy's deductibles or
self-insured retention, said deductibles or self-insured retention shall be the
responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising
from premises, operations, stop gap liability, independent contractors, products-
completed operations, personal and advertising injury, and liability assumed under an
1 insured contract. There shall be no exclusion for liability arising from explosion,
collapse or underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per
project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent
endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-35 DOWNTOWN STAIRCASE
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products& Completed Operations Aggregate
$1,000,000 Personal &Advertising Injury each offense
$1,000,000 Stop Gap/Employers' Liability each Accident
1-07.18(51B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and
shall be written on a coverage form at least as broad as ISO form CA 00 01. If the
work involves the transport of pollutants, the automobile liability policy shall include
MCS 90 and CA 99 48 endorsements.
Such policy must provide the following minimum limit: 1
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
1
The Contractor shall comply with Workers' Compensation coverage as required by
the Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not I
less than $3,000,000 each occurrence and annual aggregate. This excess or
umbrella liability coverage shall be excess over and as least as broad in coverage as
the Contractor's Commercial General and Auto Liability insurance. I
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. I
This requirement may be satisfied instead through the Contractor's primary
Commercial General and Automobile Liability coverages, or any combination thereof
that achieves the overall required limits of insurance.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction under Traffic
(January 2, 2012 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following: ,
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies only to temporary roadside objects introduced by the Contractor's
operations and does not apply to preexisting conditions or permanent Work. Those
work operations that are actively in progress shall be in accordance with adopted and
approved Traffic Control Plans, and other contract requirements. i
During nonworking hours equipment or materials shall not be within the WZCZ unless
they are protected by permanent guardrail or temporary concrete barrier. The use of
temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location.
During actual hours of work, unless protected as described above, only materials I
absolutely necessary to construction shall be within the WZCZ and only construction
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-36 DOWNTOWN STAIRCASE
Ivehicles absolutely necessary to construction shall be allowed within the WZCZ or
allowed to stop or park on the shoulder of the roadway.
IThe Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described above.
IDeviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
IMinimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
I Regulatory Distance From
Posted Speed Traveled Way
(Feet)
I 35 mph or less 10*
40 mph 15
45 to 55 mph 20
60 mph or greater 30
I
*or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
I Lane closures are subject to the following restrictions:
• Unless otherwise approved or shown on plans, the Contractor shall maintain
two-way traffic during construction. The Contractor shall maintain continuous
I two-way traffic along streets throughout the project site. The Contractor shall
have the option, with the approval of the Engineer, of momentarily interrupting
the continuous two-way traffic to allow one-way traffic. Such interruptions
I shall utilize qualified flaggers placed in strategic locations to insure the public
safety and minimize driver confusion. A momentary interruption shall be
defined as a period of time not to exceed two (2) minutes. Regardless of the
period of time no queue greater than ten (10) cars in length will be allowed.
I
• If a lane closure is required and approved by the City, at least one lane of
traffic (alternating directions / flagger controlled) shall be maintained at all
times..
• Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays) is
I not mandated by the City. Should the contractor schedule project work during
nighttime hours, it shall be the Contractor's responsibility to obtain any
required noise variance or exemption for such work. Night work requires prior
Iapproval from the City.
• For approved night work, the Contractor shall, at no additional cost to the City,
I make all arrangements for operations during hours of darkness. Flagger
stations shall be illuminated using a minimum 150-watt floodlight. Lighting
used for nighttime work shall, whenever possible, be directed away from or
shielded from residences and oncoming traffic. Signs and barricades shall be
I
supplemented by Type C steady burn lights to delineate edge of roadway
during the hours of darkness.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-37 DOWNTOWN STAIRCASE
1
• The Contractor shall keep all pedestrian routes & access points (including, but
not limited to, sidewalks, and crosswalks when located within the project
limits) open and clear at all times unless permitted otherwise by the Engineer
in an approved traffic control plan. An ADA accessible route must be provided
through the project site at all times. I
• Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall provide flaggers, signs, and other traffic control devices. 1
The Contractor shall erect and maintain all construction signs, warning signs,
detour signs, and other traffic control devices necessary to warn and protect the 1
public at all times from injury or damage as a result of the Contractor's
operations which may occur on highways, roads, streets, sidewalks, or paths.
No work shall be done on or adjacent to any traveled way until all necessary I
signs and traffic control devices are in place.
• All signs and traffic control devices for the permitted closures shall only be
installed during the specified hours. Construction signs, if placed earlier than 1
the specified hours of closure, shall be turned or covered so as not to be
visible to motorists
• The Contractor shall be responsible
for notifying all affected property owners
prior to commencing the barricading of streets, sidewalks and driveways.
• The Contractor shall, at all times throughout the project, conduct the work in
such a manner as will obstruct and inconvenience vehicular and pedestrian
traffic as little as possible. The streets, sidewalks and private driveways shall 1
be kept open by the Contractor except for the brief periods when actual work
is being done. The Contractor shall so conduct his operations so as to have
under construction no greater length or amount of work than he can prosecute
vigorously g y and he shall not open up sections of the work and leave them in an
unfinished condition.
• Lane closures shall not impact business accesses. All business accesses will 1
remain open during business hours.
• Lane closures shall not restrict vehicular access for buses through the project II
site. Bus stops shall remain ADA accessible to pedestrians at all times
throughout the project.
• Access to and parking for the City of Federal Way Performing Arts and Events
Center, as well as the adjacent hotel site, shall not be disrupted at any time
without prior approval from the City. 1
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in 1
writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday, 111
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-38 DOWNTOWN STAIRCASE
I2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
1 1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
1 Delete this section and replace it with the following:
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,
Iunless 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.
IExceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
I 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.
I 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.
IWhenever 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
I 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
I 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.
IThe 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
I 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,
I 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
I
the property and all necessary permits have been obtained or, in the case of a release, that
the restoration of the property has been satisfactorily accomplished. The statement shall
include the parcel number, address, and date of signature. Written releases must be filed
Iwith the Engineer before the Completion Date will be established.
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-39 DOWNTOWN STAIRCASE
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held I
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; I
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, I
approvals, submittals, etc.;
4. To establish normal working hours for the work; I
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work. I
The Contractor shall prepare and submit at the preconstruction meeting the following:
1. A breakdown of all lump sum items; I
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable. I
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break.
If the Contractor desires different than the normal working hours stated above, the
request must be submitted in writing prior to the preconstruction conference, subject
to the provisions below. The working hours for the Contract shall be established at or
prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions I
(such as noise ordinances).
•
If the Contractor wishes to deviate from the established working hours, the Contractor I
shall submit a written request to the Engineer for consideration. This request shall
state what hours are being requested, and why. Requests shall be submitted for
review no later than noon two working days prior to the day(s) the Contractor is I
requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be subject
to certain other conditions, which will be detailed in writing. For example:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-40 DOWNTOWN STAIRCASE
I1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for
I Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
I include, but are not limited to: survey crews; personnel from the Contracting
Agency's material testing lab; inspectors; and other Contracting Agency
employees or third party consultants when, in the opinion of the Engineer,
I such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
I 3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour period.
I 4. If a 4-10 work schedule is requested and approved the non-working day for
the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
Imet and recorded properly on certified payroll.
1-08.3 Proaress Schedule
I1-08.3(2)A Type A Proaress Schedule
(March 13, 2012 APWA GSP)
111 Revise this section to read:
The Contractor shall submit 3co ies of a Type A Progress Schedule no later than at
p Yp 9
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
Ireceiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
I 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
I 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
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall
I not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
I 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
I 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
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-41 DOWNTOWN STAIRCASE
other work shall beerformed on the site until the
p Contracting Agency has accepted the
installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(September 12, 2016 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is I
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged I
to the contract the week before; (2) specified for the physical completion of the contract; and
(3) remaining for the physical completion of the contract. The statement will also show the
nonworking days and any partial or whole day the Engineer declares as unworkable. Within 111
10 calendar days after the date of each statement, the Contractor shall file a written protest II
of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in
sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed.
By not filing such detailed protest in that period, the Contractor shall be deemed as having
accepted the statement as correct. If the Contractor is approved to work 10 hours a day and
4 days a week (a 4-10 schedulel and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day then the fifth day of that week will be charged
as a working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read: I
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: I
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required 111
by 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. Monthly Reports of Amounts Credited as DBE Participation, as required by the 1
Contract Provisions.
d. Final Contract Voucher Certification 1
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor
and all Subcontractors
f. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 100 working days.
CITY OF
FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-42 DOWNTOWN STAIRCASE
1-08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The Engineer
will notify the Contractor in writing of the Substantial Completion Date. For overruns in
Contract time occurring after the date so established, the formula for liquidated damages
shown above will not apply. For overruns in Contract time occurring after the Substantial
' Completion Date, liquidated damages shall be assessed on the basis of direct engineering
and related costs assignable to the project until the actual Physical Completion Date of all the
Contract Work. The Contractor shall complete the remaining Work as promptly as possible.
Upon request by the Project Engineer, the Contractor shall furnish a written schedule for
completing the physical Work on the Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
' Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to the
Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report,
unless the printed ticket contains the same information that is on the Scaleman's Daily
Report Form. The scale operator must provide AM and/or PM tare weights for each truck on
the printed ticket.
1-09.2(5) Measurement
' (May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks -At the Engineer's discretion, the Engineer may perform verification
checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items
Work.
1 1-09of.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All such
' dollar amounts are to become a part of Contractor's total bid. However, the Contracting
Agency does not warrant expressly or by implication, that the actual amount of work will
correspond with those estimates. Payment will be made on the basis of the amount of work
actually authorized by Engineer.
1-09.7 Mobilization
(December 1, 2017 CFW GSP-STREETS DIV)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and
other general operations shall be the responsibility of the Contractor. The Contractor shall
provide the City with a copy of agreement(s) with property owner. All costs associated with
obtaining sites shall be included in the other bid items on the project and no other
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-43 DOWNTOWN STAIRCASE
r
compensation will be made. A 6' high chainlink temporary construction fence shall be
provided as shown on the Plans to secure the site. This fence is considered incidental to the
Mobilization bid item.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. 1
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that include 111
a basis for incremental payments as part of the respective Specification. Absent a lump sum
breakdown, the Project Engineer will make a determination based on information available.
The Project Engineer's determination of the cost of work shall be final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor I
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the work
are tentative, and made only for the purpose of determining progress payments. The I
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following: t
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price. I
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders --entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less: I
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents. i
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1-05.1.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018P_
S 44 DOWNTOWN STAIRCASE
1-09.11 Disputes and Claims
U1-09.11(3) Time Limitation and Jurisdiction .
(July 23, 2015 APWA GSP)
' Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties
that any claims or causes of action which the Contractor has against the Contracting
' Agency arising from the Contract shall be brought within 180 calendar days from the
date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency;
and it is further agreed that any such claims or causes of action shall be brought only
in the Superior Court of the county where the Contracting Agency headquarters is
located, provided that where an action is asserted against a county, RCW 36.01.05
shall control venue and iurisdiction. The parties understand and agree that the
' Contractor's failure to bring suit within the time period provided, shall be a complete
bar to any such claims or causes of action. It is further mutually agreed by the parties
that when any claims or causes of action which the Contractor asserts against the
Contracting Agency arising from the Contract are filed with the Contracting Agency or
' initiated in court, the Contractor shall permit the Contracting Agency to have timely
access to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
' 1-09.13 Claim Resolution
' 1-09.13(3) Claims $250.000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
' The Contractor and the Contracting Agency mutually agree that those claims that total
$250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by
nonbinding ADR processes, shall be resolved through litigation unless the parties
mutually agree in writing to resolve the claim through binding arbitration.
' 1-09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
' Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the arbitrator
may Superior entered in the Su erior Court of the county in which the Contracting Agency's
head uarters is located, provided that where claims subject to arbitration are asserted
q
against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior
Court. The decision of the arbitrator and the specific basis for the decision shall be in
writing. The arbitrator shall use the Contract as a basis for decisions.
' 1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
' 1-10.2(1) General
(January 3, 2017 WSDOT GSP)
Section 1-10.2(1) is supplemented with the following:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-45 DOWNTOWN STAIRCASE
Only training with WSDOT TCS card and WSDOT training curriculum is recognized m '
the State of Washington. The Traffic Control Supervisor shall be certified by one of
the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778 1
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(2) Traffic Control Plans
(December 1, 2017 CFW GSP-STREETS D/1/)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided in I
these Contract Documents, the Contractor shall provide traffic control plans to
the City of Federal Way for review and approval a minimum of five (5) working
days prior to implementation. These plans shall supplement Construction I
Staging Plans. The plans as provided by the Contractor shall include and not
be limited to the following information:
• Stop line locations with station and offset to verify safety of I
intersection turning radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City of I
Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2)
as amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective
tubular markers shall be required for each shift of traffic control. The 1
Contractor shall provide temporary striping, reflective marking tape, and/or
reflective tubular markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control I
device spacing, tapers, etc., to scale, and shall contain accurate
dimensions and legends and shall be signed by the preparer. '
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-46 DOWNTOWN STAIRCASE
1-10.4 Measurement
1-10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(2) is supplemented with the following:
' The proposal does not contain the item "Project Temporary Traffic Control", lump sum.
The provisions of Section 1-10.4(2) shall apply.
END OF DIVISION
1
1
1
1
1
1
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-47 DOWNTOWN STAIRCASE
DIVISION 2 EARTHWORK
1
2-01 CLEARING. GRUBBING. AND ROADSIDE CLEANUP !
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include I
removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade. '
2-01.3 Construction Requirements
2-01.3(3) Clearinq Limit Fence
(December 1, 2017 CFW GSP-STREETS DIV)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing II
with mesh openings 1%-inch by 3-inches nominal and weigh at least 7 oz. per linear M.
foot. Either wood or steel posts shall be used. Wood posts shall have minimum
dimensions of 1% inches by 1% inches by the minimum length of 5 feet, and shall be II
of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or
larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape
steel posts with a minimum weight of 1.35 lbs./ft. or other steel posts having
equivalent strength and bending resistance to the post sizes listed. The spacing of I
the support posts shall be a maximum of 6%feet.
2-01.4 Measurement '
(December 1, 2017 CFW GSP-STREETS DIV)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance, I
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid
item.
2-01.5 Payment '
(December 1, 2017 CFW GSP-STREETS DIV)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", on a lump sum basis.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3 Construction Requirements
(February 17, 1998 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The Contractor shall remove and dispose of all items shown on the plans and other minor
items necessary to complete the work. The following partial list of items to be removed and I
disposed of is provided for the convenience of the contractor. The contractor shall review the
plans, specifications, and project site to verify other items to be removed.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-48 DOWNTOWN STAIRCASE •
Items to be removed include, but is not limited to, the followin•:
Chain Link Fence 20 linear feet
Remove Cement Conc. Stairs 500 s•uare feet
Cement Conc. Planters 3 each
Cement Conc. Retainin• Wall & Foundation 210 linear feet
Storm Sewer Line 210
linear feet
Storm Sewer Catch Basin 4 each
I
Waterline 215 linear feet
Bollard 1 each
Irri•ation S stem 1 each
' Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in
the "Roadway Excavation Incl. Haul" bid item.
' (***DOWNTOWN STAIRCASE***)
Section 2-02.3 is supplemented with the following:
' Sawcutting (full depth) of existing asphalt concrete pavement, cement concrete curb and
gutter, cement concrete curbs, sidewalks, retaining walls, etc. will be required prior to
removal of such items. Sawcutting shall be considered incidental to other bid items.
2-02.3(3) Removal of Pavement. Sidewalks, Curbs, and Gutters
(September 8, 1997 WSDOT GSP)
Section 2-02.3(3) is supplemented with the following:
IThe approximate thickness of the asphalt pavement is 9 inches.
(December 1, 2017 CFW GSP-STREETS DIV)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the
areas of pavement removal from those areas of pavement to remain. The Engineer shall
approve the equipment and procedures used to make the full-depth sawcut. No wastewater
from the sawcutting operation shall be released directly to any stream or storm sewer
system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits
shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section
2-03.
' 2-02.3(4) Removal of Drainage Structures
(December 1, 2017 CFW GSP-STREETS DIV)
Section 2-02.3(4) is a new section:
Where shown in the Plans or where designated by the Engineer, the Contractor shall remove
existing catch basins, manholes, pipes, and otherr drainage features in accordance with
Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner
as to prevent damage to surrounding facilities including any existing storm sewers, sanitary
' sewers, electrical conduits or other facilities to remain. All remaining facilities including but
not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical
conduits damaged due to the Contractor's operations shall be replaced by the Contractor to
I
the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins,
manholes, and other drainage structures designated for removal, including all debris, shall be
completely removed. All removed catch basins, manholes, and other drainage structures
shall become the property of the Contractor and shall be disposed of in accordance with
Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers
CITY OFFEDERAL L WAY PROJECT#201 /RFB#19-002
RA
DEC 2018 SP-49 DOWNTOWN STAIRCASE
in a re-useable condition shall become the property of the City of Federal Way and shall be
delivered to a location specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and
gutter surroundingthe structure required for removal emoval will
be considered incidental qncidental
to the I removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in
accordance with Section 2-02 of these Special Provisions.
Backfillingof
catch basins, manholes, pipes and other drainage structures to be removed and I
replaced shall not be performed until the new structure is installed and shall be in accordance
with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to
the construction and installation of the new catch basin, manhole, or other drainage structure.
Backfilling of catch basins, manholes, pipes and other drainage structures to be completely
removed shall be performed using gravel borrow paid in accordance with the Bid Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe I
shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF
in accordance with Section 2-09.3(1)E of the Standard Specifications. Material, labor, tools,
and equipment necessary to remove and/or fill any abandoned pipe shall be paid in
accordance with the Bid Schedule.
Pipe ends at limits of pipe removal shall be plugged completely with brick and mortar I
extending twice the diameter into the pipe from the cut end. Plugging pipe ends shall be
considered incidental and included in the pipe removal and no additional payment will be
made. 1
The Contractor shall maintain existing drainage, where designated by the Engineer, until the
new drainage system is completely installed and functioning. '
2-02.3(51 Adjust Existing Utility to Grade
(December 1, 2017 CFW GSP-STREETS DIV)
2-02.3(5) is a new section:
As shown on the Plans, existing utilities such as monuments, manholes, catch basin frames
and grates, water valves, and meter boxes shall be adjusted to finished grade. The
Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility
locations. The Contractor shall adjust City-owned utilities. Final adjustment shall be smooth
and flush with finished grade. The Contractor shall mark the location of all utilities prior to
paving the new surface. Unless otherwise provided for in the Special Provisions and I
Proposal, costs for adjusting utilities to grade, including coordinating the work with other
utilities, shall be incidental to the various items of work and no additional compensation will
be allowed. I
Existing facilities shall be adjusted to the finished grade as shown on the Drawings and as
further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and 11
workmanlike manner to conform to the new grade. Special care shall be exercised in all
operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve
boxes, or water mains, due to the Contractor's operations, shall be repaired at the
Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or
cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers
and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing
and keeping a record of such references of all manholes, catch basins, monument cases,
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-50 DOWNTOWN STAIRCASE
meter boxes, and valve boxes encountered, and shall submit a copy of these references to
the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be
adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade
1 surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar
installed and restored with 3 inches of crushed surfacing top course.
' 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of
Topsoil Type Al, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See detail provided in Section 7-
05.3(1).
2-02.3(6) Existing Utilities to Remain
(December 1, 2017 CFW GSP-STREETS DII)
2-02.3(6) is a new section:
Utilities indicated on the Plans to remain shall be protected and supported in place in such a
manner that they remain functional and undamaged. Utilities indicated to remain that are
' damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction
of the Contracting Agency at no additional cost.
' 2-02.3(7) Removal. Storage. and Reinstallation of Site Furnishings
("DOWNTOWN STAIRCASE***)
2-02.3(7) is a new section:
Contractor shall remove, store, and reinstall site furnishings as indicated on the Plans. Site
furnishings shall be removed from their existing locations by removing fasteners in the field.
Fasteners that cannot be removed through normal means may be ground or cut off with the
' permission of the Contracting Agency. The use of torches for the removal of fasteners will
not be allowed.
' Site furnishings shall be stored in a secure area and in a manner that shall prevent damage.
Reinstall site furnishings in their previous locations unless otherwise noted on the Plans. Site
furnishings damaged during the removal, storage, and reinstallation process or through other
' contractor activities shall be repaired or replaced to the satisfaction of the Contracting
Agency at no additional cost.
' 2-02.3(8) Removal of Existing Retaining Wall
("DOWNTOWN STAIRCASEtm)
2-02.3(8) is a new section:
' Engineering detail drawings for the existing retaining wall are included as an Appendix.
Removal of existing retaining wall shall include finishing the exposed wall ends with straight
cuts as shown on the plans. Finished wall edges shall be smooth and free of jagged edges.
Contractor shall grind existing reinforcing bars on existing retaining wall to be a minimum of
1/4 inch below the cut surface. Contractor shall fill and level with concrete epoxy prior to
painting operations.
CITY OFFEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-51 DOWNTOWN STAIRCASE
2-
02.4 Vacant
1
Section 2-02.4 Vacant shall be deleted and replaced with the following:
2-02.4 Measurement
(***DOWNTOWN STAIRCASE***)
Section 2-02.4 is supplemented with the following:
"Removal of Structures and Obstructions"will be measured on a lump sum basis. I
2-02.5 Payment
(***DOWNTOWN STAIRCASE***)
Section 2-02.5 is supplemented with the following:
"Removal of Structures and Obstructions", per lump sum. Payment for the lump sum
measurement includes all sawcutting, grinding, excavation, haul, disposal costs, backfill
material and compaction, and surface restoration as may be necessary.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.2 Pavement Removal
(December 1, 2017 CFW GSP-STREETS DII)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall remove
asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full-depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve the
equipment and procedures used to make the full-depth sawcut. No wastewater from the I
sawcutting operation shall be released directly to any stream or storm sewer system.
Sidewalk removal will only be allowed for full-panel removals. Curb shall be removed for full I
segment lengths between expansion joints.
The removed pavement shall become the property of the Contractor and shall be removed '
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to
the satisfaction of the Engineer.
2-02.3 Construction Requirements
Section 2-03.3(10) Selected Material
(December 1, 2017 CFW GSP-STREETS DII)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the project
shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow.
Section 2-03.3(14)C Compacting Earth Embankments
(December 1, 2017 CFW GSP-STREETS DM
Change this section as follows under heading "Moisture Content" :
The moisture content shall not vary more than 1 percent wet to 3 percent dry of
optimum as determined by the tests described in Section 2-03.3(14)D. All
compaction shall be per Method C of the Standard Specifications.
Section 2-03.3(14)D Compaction and Moisture Control Tests
(December 1, 2017 CFW GSP-STREETS Dlv)
Change this section as follows under heading item 1. :
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-52 DOWNTOWN STAIRCASE
Materials with less than 30ercent byweight retained on the U.S. No. 4 sieve shall
p 9
be determined using FOP for AASHTO T180, Method D.
Section 2-03.3(14)E Unsuitable Foundation Excavation
(December 1, 2017 CFW GSP-STREETS DIV/)
Section 2-03.3(14)E is supplemented with the following:
All embankments shall be founded on dense, non-yielding granular foundation soil as
approved by the engineer. Remove all organic materials and debris, trash, and all
I other deleterious material prior to beginning construction of new embankments. Proof
roll the foundation to verify dense non-yielding conditions. Unsuitable foundation
encountered during structure excavation shall be considered incidental to "Roadway
Excavation, Incl. Haul."
' Section 2-03.3(141G Backfilling
(December 1, 2017 CFW GSP-STREETS DII/)
I Section 2-03.3(14)G is supplemented with the following:
Remove all water and non-compatible materials from excavations prior to backfilling
or attempting to compact embankment soil. Place native soils or provide import
I Gravel Borrow as required to complete the work. Backfill all embankments in
accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C.
I 2-03.4 Measurement
(***DOWNTOWN STAIRCASE***)
Section 2-03.4 is supplemented with the following:
I No separate measurement of roadway excavation will be made. Roadway excavation will be
paid as lump sum. The vertical limits of the Roadway excavation will be to the top of the
subgrade for sidewalks, curbs, pavement, pathways, stairs, etc. Roadway excavation will
1 extend horizontally to the face of structures (i.e. retaining walls, terrace blocks, etc.).
1111 For biddingpurposes the quantityof roadwayexcavation is estimated as 5,720 cubic yards;
p p
however, this quantity is provided for informational purposes only and in the event that the
Iactual quantity during construction exceeds this amount, no adjustment will be made to the
lump sum quantity.
i d
Although it is not anticipated, should large boulders be encountered on the site during
g
I excavation, it shall be the contractor's responsibility to remove boulders as part of the
Roadway Excavation bid item.
All excavation on the site, unless specifically covered under separate bid items, is a
part of
the "Roadway Excavation, Incl. Haul" bid item.
I (December 1, 2017 CFW GSP-STREETS DIV)
Section 2-03.4 is supplemented with the following:
If the Contractor excavates outside the limits designated for "Roadway Excavation, Incl.
IHaul" or performs extra excavation, it shall be considered for the Contractor's benefit and
shall be included in the cost of other Bid Items.
1 2-03.5 Payment
(***DOWNTOWN.STAIRCASE***)
11 I Section 2-03.5 is supplemented with the following:
"Roadway Excavation Incl. Haul", lump sum.
1
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
DEC 2018 SP-53 DOWNTOWN STAIRCASE
The lump sum price for "Roadway Excavation Incl. Haul" shall be full compensation
for all costs incurred for excavating, loading, placing, or otherwise disposing of the
material. I
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.5 is supplemented with the following: I
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2-09 STRUCTURE EXCAVATION
2-09.3 Construction Requirements I
2-09.3(1)E Backfilling
(December 1, 2017 CFW GSP-STREETS DIV)
The first paragraph of Section 2-09.3(1) is replaced with the following:
Backfill for Structure Excavation Class A shall be "Gravel Borrow for Wall, Incl. Haul".
Backfill materials shall be incidental to the various items in the Contract and no
additional payment will be made.
Backfill for Structure Excavation Class B shall be "Gravel Borrow for Trench Backfill
Inc. Haul." Backfill subsequent to the removal of structures and obstructions shall be I
"Gravel Borrow for Trench Backfill Incl. Haul." Native material may be used for
backfill with approval of the Engineer. Backfill materials shall be incidental to the
various items in the Contract and no additional payment will be made. '
2-09.4 Measurement
(***DOWNTOWN STAIRCASE***)
Change this section as follows under heading "Shoring or Extra Excavation"
Shoring or Extra Excavation
Shoring or Extra Excavation Class B will be measured for payment only when structure 111
excavation is four-feet (4') or deeper measured from ground surface to the bottom of pipe
zone bedding.
Shoring or Extra Excavation Class B will be measured per square foot based upon the I
following calculation:
Depth: Actual trench depth from existing ground to bottom of pipe zone bedding,
only when this dimension is four feet (4') or greater. Depth shall be measured I
only once, not for both sides of the excavation.
Length: Linear foot of trench excavated to a depth of four feet (4') or greater along
the centerline of the structure installed. Length shall be measured only once, II
not for both sides of the excavation.
Area (SF): Depth x Length
2-09.5 Payment
(***DOWNTOWN STAIRCASE***)
This section is modified as follows:
Shoring or Extra Excavation, Class B, per square foot of trench excavated to a depth of 4
feet or more.
The unit contract price per square foot shall be full pay for all excavation, backfill,
•compaction, shoring, and other work required when excavation exceeds a depth of 4
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-54 DOWNTOWN STAIRCASE
feet. If select backfill material is required
for backfillingwithin the limits of the
q
structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense.
END OF DIVISION
1
1
1
1
1
1
1
1
1 .
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
DEC 2018 SP-55 DOWNTOWN STAIRCASE
1
DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES I
3-01.4 Contractor Furnished Material Sources
3-01.4(1)Acquisition and Development
(December 1, 2017 CFW GSP—STREETS MO
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material provided by the Contractor necessitates hauling over roads
other than City streets, the Contractor shall, at his own cost and expense, make all
arrangements for the use of haul routes. is
END OF DIVISION
1
1
1
1
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-56 DOWNTOWN STAIRCASE
DIVISION 4 BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.3 Construction Requirements
' 4-04.3(3) Mixing
(December 1, 2017 CFW GSP- STREETS DIV)
Item 2 of Section 4-04.3(3), is replaced with the following:
' 2. Road Mix Method - The road mix method of mixing surfacing material will not be
allowed.
4-04.3(4) Placing and Spreading
(December 1, 2017 CFW GSP-STREETS DIV)
Item 2 of Section 4-04(4), is replaced with the following:
P 9
2. Road Mix Method - The road mix method of mixing surfacing material will not be
allowed.
4-04.4 Measurement
(***DOWNTOWN STAIRCASE***)
Section 4-04.4 is supplemented with the following:
All references to crushed surfacing top course or base course are removed from Section 4-04.4.
4-04.5 Payment
(***DOWNTOWN STAIRCASE***)
Section 4-04.5 is supplemented with the following:
All references to crushed surfacing top course or base course are removed from Section 4-
04.5.
I No separate payment for crushed surfacing top course or base course will be made.
Crushed surfacing top course or base course, including delivery, material, placement,
' compaction, etc., shall be considered incidental to the Work it is associated with.
END OF DIVISION
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-57 DOWNTOWN STAIRCASE
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT '
(June 19, 2017 APWA GSP)
Delete WSDOT Amended Section 5-04, Hot Mix Asphalt, and replace it with Section 5-04, Hot Mix
Asphalt as printed in the Standard Specifications for Road, Bridge and Municipal Construction, 2016
edition.
5-04.1 Description I
(December 1, 2017 CFW GSP-STREETS DIV)
Section 5-04.1 is supplemented with the following:
Asphalt concrete pavement shall be used at the following locations on the project: I
1. HMA Cl 1/2", PG 64-22: For all asphalt concrete roadway construction and
reconstruction per the Typical Roadway section details on the Plans.
2. Temporary Pavement: For all temporary asphalt concrete construction and patching I
as directed by the Engineer.
5-04.2 Materials '
(January 3, 2011 WSDOT GSP)
Section 5-04.2 is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be 10 million.
5-04.3 Construction Requirements '
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
(April 4, 2016 WSDOT GSP, OPTION 1)
Section 5-04.3(3)D is deleted in its entirety.
5-04.3(5)A Preparation Of Existing Surfaces
(December 1, 2017 CFW GSP-STREETS DIV)
Section 5-04.3(5)A is supplemented with the following:
In accordance with Section 1-07.15(1) Spill Prevention, Control and I
Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address
the mitigating measures to be taken in the event that the paving operation is
suspended or terminated prior to the asphalt for tack coat being fully covered. '
5-04.3(7)A Mix Design
(December 1, 2017 CFW GSP-STREETS DIV/)
Section 5-04.3(7)A is supplemented with the following:
The Contractor shall provide the City a mix design for all specified classes of mix and
binder type that has been approved by WSDOT within the last 12 months. The mix
design(s) shall have met all the requirements of Sections 9-03.8(2) and 9-03.8(6). I
The Contractor shall also provide documentation that the aggregates and binder used
are the same as those used to meet the requirements for the WSDOT approved mix
design. In no case shall the Contractor begin paving before the City has approved the I
submitted mix design(s).
5-04.3(7)A2 Statistical or Nonstatistical Evaluation
Delete this section and replace it with the following:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-58 DOWNTOWN STAIRCASE
5-04.3(7)A2 Nonstatistical Evaluation
(January 16, 2014 APWA GSP)
I Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Be submitted to the Project Engineer on WSDOT Form 350-042
• Have the aggregate structure and asphalt binder content determined in
I accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2) and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
I accordance with WSDOT Test Method T 718 or based on historic anti-strip
and aggregate source compatibility from WSDOT lab testing. Anti-strip
evaluation of HMA mix designs utilized that include RAP will be completed
Iwithout the inclusion of the RAP.
At or prior to the preconstruction meeting, the contractor shall provide one of the
I following mix design verification certifications for Contracting Agency review;
• The proposed mix design indicated on a WSDOT mix design/anti-strip report
that is within one year of the approval date
• The proposed HMA mix design submittal (Form 350-042) with the seal and
Icertification (stamp & signature) of a valid licensed Washington State
Professional Engineer.
• The proposed mix design by a qualified City or County laboratory mix design
Ireport that is within one year of the approval date.
The mix design will be performed by a lab accredited by a national authority such as
I Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO
IMaterial Reference Laboratory (AMRL) program.
At the discretion of the Engineer, agencies may accept mix designs verified beyond the
I one year verification period with a certification from the Contractor that the materials
and sources are the same as those shown on the original mix design!
I
5-04.3(8)A1 General
(January 16, 2014 APWA GSP, OPTION 1)
Delete this section and replace it with the following:
Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation.
I
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA
in the contract documents.
IThe mix design will be the initial JMF for the class of HMA. The Contractor may
request a change in the JMF. Any adjustments to the JMF will require the approval of
Ithe Project Engineer and must be made in accordance with Section 9-03.8(7).
Commercial evaluation may be used for Commercial HMA and for other classes of
I HMA in the following applications: sidewalks, road approaches, ditches, slopes,
paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of
HMA accepted by commercial evaluation shall be as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at
Ithe option of the Project Engineer. Commercial HMA can be accepted by a contractor
' CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-59 DOWNTOWN STAIRCASE
certificate of compliance letter stating the material meets the HMA requirements
defined in the contract.
5-04.3(8)A4 Definition of Sampling
p o Lot and Sublot
(January 16, 2014 APWA GSP)
Section 5-04.3(8)A4 is supplemented with the following: I
For HMA in a structural application, sampling and testing for total project quantities
less than 400 tons is at the discretion of the engineer. For HMA used in a structural
application and with a total project quantity less than 800 tons but more than 400 I
tons, a minimum of one acceptance test shall be performed:
i. If test results are found to be within specification requirements, additional
testing will be at the engineers discretion. I ii. If test results are found not to be within specification requirements,
additional testing as needed to determine a CPF shall be performed.
5-04.3(8)A5 Test Results I
(January 16, 2014 APWA GSP)
The first paragraph of this section is deleted.
5-04.3(8)A6 Test Methods
(January 16, 2014 APWA GSP, OPTION 1)
Delete this section and replace it with the following: I
Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If
tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP
731. Testing for compliance of asphalt binder content will be by WSDOT FOP for
AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for
AASHTO T 27/T 11.
5-04.3(10)8 Control I
(December 1, 2017 CFW GSP-STREETS DIV)
Delete Section 5-04.3(10)B in its entirety and replace it with the following: I For HMA, where paving is in the traffic lanes, including lanes for ramps, truck
climbing, weaving, speed changes, and left turn channelization, and the specified
compacted course thickness is greater than 0.10 foot, the acceptable level of
compaction shall be a minimum of ninety-two percent (92%) of the maximum density t
as determined by WSDOT Test Method 705. The level of compaction attained will be
determined as the average of not less than five (5) nuclear density gauge tests taken
on the day the mix is placed (after completion of the finish rolling) at randomly I
selected locations within each lot. The quantity represented by each lot will be no
greater than a single day's production or approximately 400 tons, whichever is less.
Control lots not meeting the minimum density standard shall be removed and I
replaced with satisfactory material. At the option of the Engineer, noncomplying
material may be accepted at a reduced price. I
Cores may be used as an alternate to the nuclear density gauge tests. When cores
are taken by the City at the request of the Contractor, the request shall be made by
noon of the first working day following placement of the mix. The City shall be
reimbursed for the coring expenses at the invoiced rate per core when the core
indicates the acceptable level of compaction within a lot has not been achieved.
CITY OF FEDERAL WAYPROJECT#201 /RF
B#
19-002
DEC 2018 SP-60 DOWNTOWN STAIRCASE
At the start of paving, if requested by the Contractor, a compaction test section shall
be constructed as directed by the Engineer to determine the compatibility of the mix
I
design. Compatibility shall be based on the ability of the mix to attain the specified
minimum density (ninety-two percent (92%) of the maximum density determined by
WSDOT Test Method 705). Following determination of compatibility, the Contractor is
I
responsible for the control of the compaction effort. If the Contractor does not request
a test section, the mix will be considered compactable.
I HMA constructed under conditions other than listed above shall be compacted on the
basis of a test point evaluation of the compaction train. The test point evaluation shall
be performed in accordance with instructions from the Engineer. The number of
I passes with an approved compaction train, required to attain the maximum test point
density, shall be used on all subsequent paving.
Preleveling mix shall be compacted to the satisfaction of the Engineer.
IIn addition to the randomly selected locations for tests of the control lot, the Engineer
reserves the right to test any area which appears defective and to require the further
I
compaction of areas that fall below acceptable density readings. These additional
tests shall not impact the compaction evaluation of the entire control lot.
I
5-04.3(12) Joints
(January 5, 2004 WSDOT GSP, OPTION 1)
Section 5-04.3(12) is supplemented with the following:
' The HMA overlay shall be feathered to produce a smooth riding connection to the
existing pavement.
I
HMA utilized in the construction of the feathered connections shall be modified by
eliminating the coarse aggregate from the mix at the Contractor's plant or the
commercial source or by raking the joint on the roadway, to the satisfaction of the
Engineer.
I
5-04.3(13) Surface Smoothness
(January 5, 2004 WSDOT GSP, OPTION 3)
I
The second sentence of Section 5-04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch from
the lower edge of a 10-foot straightedge placed on the surface parallel to centerline.
I5-04.3(22) Temporary Asphalt Pavement
(December 1, 2017 CFW GSP-STREETS DIV)
I
Section 5-04.3(22) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon the
request of the Engineer for the maintenance of traffic during construction. These
I
areas include: voids created by the removal of existing improvements (i.e. Traffic
islands, curbs), providing paved access to private properties, and ramps for property
access during cement concrete driveway approach construction. All temporary
paving shall be approved by the Engineer before placement. Any areas of temporary
I pavement to be removed and replaced shall be approved by the Engineer
beforehand. This work shall also include the removal of temporary asphalt concrete
pavement in its entirety prior to final paving. Temporary asphalt pavement shall
I
consist of asphalt concrete cold patch mix. Payment for temporary asphalt pavement
shall be considered incidental to other bid items.
ICITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-61 DOWNTOWN STAIRCASE
1
5-04.4 Measurement
(***DOWNTOWN STAIRCASE***)
Section 5-04.4 is replaced with the following:
"HMA for Pavement Repair, CL 1/2" PG64-22" will be measured by ton in accordance with
Section 1-09.2. is
5-04.4 Payment
(***DOWNTOWN STAIRCASE***) 1
Section 5-04.5 is replaced with the following:
"HMA for Pavement Repair, CL 1/2" PG64-22", per ton. The unit price shall be full
compensation for all costs, including anti-stripping additive, incurred to carry out the 1
requirements of Section 5-04 except for thse costs included in other sections. Costs for
crushed rock as a base to the HMA pavement is incidental to this bid item.
END OF DIVISION 1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-62 DOWNTOWN STAIRCASE
111
' RES
DIVISION 6 STRUCTU
I6-02 CONCRETE STRUCTURES
6-02.3 Construction Requirements
I6-02.3(14) Finishing Concrete Surfaces
(***DOWNTOWN STAIRCASE'**)
I Section 6-02.3(14) is supplemented with the following:
Concrete surfaces exposed to view shall be finished as shown on the Plans and in
accordance with Division 033521 — Exterior Site Concrete. See also Division 033510 —
ISandblast Finish.
6-02.4 Measurement
i (***DOWNTOWN STAIRCASE***)
I
Section 6-02.4 is supplemented with the following:
Concrete Class 4000 for stairs and terrace blocks will be measured in place by the cubic yard
I to the neat lines of the Structure as shown on the plans. The measurement for stairs is
inclusive of the terrace stairs shown on the plans.
Textured and Pigmented Cement Concrete Pavement will be measured in place by the
Isquare yard. This bid item has a 5" concrete depth and is located at, but not limited to, the
PAEC Plaza, Stair/Ramp Landings, and the Main Pedestrian Access Ramp/Route.
I Crushed aggregate beneath the structures as shown on the plans shall be incidental to the
respective bid items. Structure excavation, including haul, associated with the structures
shall be incidental to the respective bid items. Backfill materials, including placement and
Icompaction, as shown on the plans, shall be incidental to the respective bid items.
Steel reinforcing bar for stairs, terrace blocks, and Textured & Pigmented Cement Concrete
I Pavement will be measured as specified in Section 6-02.4. The measurement for stairs is
inclusive of the terrace stairs shown on the plans.
I 6-02.5 Payment
(***DOWNTOWN STAIRCASE***)
Section 6-02.5 is supplemented with the following:
Payment will be made for each of the following bid items when they are included in the
IProposal:
"Conc. Class 4000 for Stairs", per cubic yard.
"Conc. Class 4000 for Terrace Blocks", per cubic yard.
I "Textured and Pigmented Cement Concrete Pavement", per square yard.
"St. Reinf. Bar for Stairs", per pound.
"St. Reinf. Bar for Terrace Blocks", per pound.
I "St. Reinf. Bar for Textured & Pigmented Cement Conc. Pavement", per pound.
6-11 REINFORCED CONCRETE WALLS
I6-11.2 Materials
(***DOWNTOWN STAIRCASE***)
I Section 6-11.2 is supplemented with the following:
Concrete surfaces exposed to view shall be finished as shown on the Plans and in
accordance with Division 033521 —Exterior Site Concrete.
O
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-63 DOWNTOWN STAIRCASE
1
6-11.4 Measurement
(***DOWNTOWN STAIRCASE***)
Section 6-11.4 is replaced with the following:
Concrete Class 5000 for retaining wall and Concrete Class 4000 for foundations will be
measured as specified in Section 6-02.4. 1
Crushed aggregate beneath the structures as shown on the plans shall be incidental to the
respective bid items. Structure excavation, including haul, associated with the structures 1
shall be incidental to the respective bid items. Backfill materials, including placement and
compaction, as shown on the plans, shall be incidental to the respective bid items.
Steel reinforcing bar for retaining wall and foundations and epoxy-coated steel reinforcing bar . I
for retaining wall and foundation will be measured as specified in Section 6-02.4.
6-11.5 Payment I
('""*DOWNTOWN STAIRCASE***)
Section 6-11.5 is replaced with the following:
Payment will be made for each of the following bid items when they are included in the I
Proposal:
"Conc. Class 5000 for Retaining Wall", per cubic yard.
"Conc. Class 4000 for Foundations", per cubic yard.
"St. Reinf. Bar for Retaining Wall", per pound.
"St. Reinf. Bar for Foundations", per pound.
END OF DIVISION
I
1
1
1
1
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-64 DOWNTOWN STAIRCASE
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
' 7-01 DRAINS
I7-01.1 Description
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-01.1 is supplemented with the following:
This work consists of installing catch basins, installing storm pipes, installing a storm
underdrain system, installing area drains and trench drains, and connecting wall drains to the
1 storm drainage system.
See also Division 015600.
7-01.3 Construction Requirements
7-01.3(3) Cleanouts and Fittings for Drain and Underdrain Pipe
(December 1, 2017 CFW GSP-SWM DIV)
II I Section 7-01.3(3) is a new section:
The Contractor shall install cleanouts at the terminal end of any drain or underdrain
pipe not entering into a drainage structure. Cleanouts shall be installed at 150'
Imaximum spacing with a maximum of two (2) cleanouts per section of drain or
underdrain pipe. Storm cleanouts shall meet the requirements of Section 7-19,
Sewer Cleanouts.
I7-01.3(4) Reconstructing Wall Footing Drain
("*DOWNTOWN STAIRCASE')
Section 7-01.3(4) is a new section:
There is an existing footing drain for the existing retaining wall that is being cut and
modified with this project. The Contractor shall be responsible to connect each end of
I
the wall footing drain from the locations where the wall will be cut, and tie them into
the existing drainage system on S 316th Street. The clean draining material behind
the wall shall be maintained. The Contractor shall utilize geotechnical fabric as wrap
' the end of the trenches.
7-01.4 Measurement
("DOWNTOWN STAIRCASE")
1 I Section 7-01.4 is replaced with the following:
"Underdrain Pipe, 4 In. Diam" and "Underdrain Pipe, 6 In. Diam", will be measured per linear
foot and is inclusive of the wall underdrain pipe. The length of drain or underdrain pipe will
I
be the number of linear feet of completed installation measured along the invert. The
measured length includes all fittings required for a complete underdrain system. Pipe placed
in excess of the length designated by the Engineer will not be measured or paid for.
Excavation of the trench, along with haul and disposal of trench material, will not be
measured and is considered incidental to the underdrain pipe.
I "Gravel Backfill for Drains" will be measured by the volume placed within the neatline limits
shown on the Plans. The volume of the underdrain pipe will be subtracted from the neatline
limits.
•
1 ill "Storm Cleanouts", will be measured per each.
' O F FEDERALWAY PROJECT#201 /RFB#19-002
CITY
DEC 2018 SP-65 DOWNTOWN STAIRCASE
"Reconstruct Footing Drains" will be measured on a lump sum basis.
7-01.5 Payment I
(***DOWNTOWN STAIRCASE***)
Section 7-01.5 is replaced with the following:
"Underdrain Pipe, 4 In. Diam", per linear foot.
"Underdrain Pipe, 6 In. Diam", per linear foot.
"Gravel Backfill for Drains", per cubic yard.
"Storm Cleanouts", per each. I The unit contract price per each cleanout shall be full pay for furnishing and placing
the wye, pipe, pipe bends, pipe plug, castings, and collar as specified and as shown
on the Standard plans. Excavation, laying pipe, fittings, haul and disposal of trench II
material to be wasted including unsuitable material, and cleaning will not be II
measured as these items are incidental to the underdrain pipe pay items.
"Reconstruct Footing Drains" per lump sum.
The unit contract price for reconstructing footing drains shall be full pay for excavation
including haul, footing drain, pipe, connections to existing drainage system, pipe
bedding, backfill material and compacting, clear drainage material, and geotextile
fabric. Any material, labor, and equipment necessary to maintain a fully functional
wall footing drain system for the existing retaining wall is included in this bid item.
7-04 STORM SEWERS
7-04.2 Materials
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-04.2 is supplemented with the following:
Storm sewer used in this project includes Ductile Iron pipe (Class 54), and Corrugated I
Polyethylene Pipe -Type S (corrugated outer wall and smooth inner liner) (aka ADS N-12).
The Contractor shall require the pipe suppliers to furnish certificates signed by their
authorized representatives stating the specifications to which the materials or products were '
manufactured. Certificates indicating non-conformance with these Specifications shall be
sufficient evidence for rejection. Materials shall not be shipped until pipe suppliers have
provided documentation that materials have been properly cured. I
Approval of certificates shall be considered only as tentative acceptance of the materials or
products, and such action by the Engineer will not relieve the Contractor of its responsibility I
to perform field tests and to replace or repair faulty materials, equipment, and/or
workmanship.
7-04.3 Construction Requirements
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-04.3 is supplemented with the following:
Pipe Joints:
All pipe joints shall be unrestrained, rubber gasketed; except connections made between
dissimilar existingand pipe materials shall
new P p be made utilizing WSDOT Standard Plan B-
60.20-00 connection collar.
Backfill and Compaction:
Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in
accordance with Section 2-03.3(24)C "Method B" of the Standard Specifications.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-66 DOWNTOWN STAIRCASE
' Existing storm sewer facilities:
The Contractor shall field verify the location and material type of existing storm sewer
facilities. All facilities shown on the plan but not noted for removal shall be protected and
' remain operational throughout construction.
(***DOWNTOWN STAIRCASE***)
Section 7-04.3 is supplemented with the following:
IContractor is responsible to make sure that the new storm system is in place, prior to
disconnecting the existing storm outlet that flows from the water quality vault to S 316th
Street. In particular, the pipe run starting at SDCB-13 and extends through the site and ties
' into EX SDCB-3 on S 316th St shall be constructed and fully functional prior to removing the
existing pipe that is encountered at SDCB-13 and protrudes through the retaining wall and
ties into S 316th Street.
7-04.3(1) Cleanina and Testing
(December 1, 2017 CFW GSP-SWM
' Section 7-04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-
04.3(1) of the Standard Specifications, except as modified herein:
' Prior to testing, storm sewers will be visually inspected by the Engineer's
representative either by external physical observation before backfilling, by physical
' observation from inside the pipe, or by video inspection methods, at the discretion of
the Engineer. The contractor shall provide all necessary video inspection and/or
safety equipment, including mechanical ventilation, as requested by the Engineer,
with all related costs to be included in the unit bid price of the related item.
Any departures from the best construction practices by the Contractor, such as pipe
line misalignment, presence of foreign matter in the pipes or catch basins, poor catch
' basin construction, etc., shall be corrected by the Contractor at the Contractor's own
expense. Testing will not be authorized until such corrections have been made to the
satisfaction of the Engineer.
' Should high groundwater conditions be encountered, the completed storm sewers
may be required to be infiltration tested. Infiltration testing shall be utilized only when
Iordered by the Engineer.
7-04.3(2) Coordination with Others
(December 1, 2017 CFW GSP-SWM DIV)
' Section 7-04.3(2) is a new section:
It is anticipated that minor adjustments may need to be made by others (such as
franchise utility companies) to avoid the proposed storm drainage system. Known
relocations not to be performed by the Contract have been shown on the Plans to be
performed "by others". The Contractor shall identify any additional utility or facility
system and notifythe Engineer
crossings that mayconflict with the storm drainage
9 9 9
' immediately prior to construction in vicinity of conflicts.
The Contactor is responsible for coordinating anticipated relocation work with the
I respective owners of the conflicting facilities. This coordination shall include
contacting the utility/facility representative at least fifteen (15) working days prior to
installing storm drain pipe that may conflict with the respective facilities; and
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
1 DEC 2018 SP-67 DOWNTOWN STAIRCASE
coordinating the construction of the storm drainage system with the respective utility
construction crews. Coordination with utility companies shall be considered incidental I
to the Contract and no additional compensation will be made.
7-04.4 Measurement
(December 1, 2017 CFW GSP-SWM
Section 7-04.4 is supplemented with the following:
"Corrugated Polyethylene Storm Sewer Pipe, 4 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 6 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 8 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 12 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 15 In. Diam.", per lineal foot.
"Ductile Iron Storm Sewer Pipe 12 In. Diam.", per lineal foot.
7-04.5 Payment
(***DOWNTOWN STAIRCASE'E')
Section 7-04.5 is supplemented with the following:
"Corrugated Polyethylene Storm Sewer Pipe, 4 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 6 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 8 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 12 In. Diam.", per lineal foot.
"Corrugated Polyethylene Storm Sewer Pipe, 15 In. Diam.", per lineal foot.
"Ductile Iron Storm Sewer Pipe 12 In. Diam.", per linear foot.
The unit contract price per linear foot of storm sewer pipe of the type and size specified shall I
be full pay for furnishing all tools, labor, and equipment, and materials necessary for its
complete installation, including, but not limited to: sawcutting, pavement removal, trench
excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding
material, imported backfill material (or native material if approved by engineer), compaction,
connection to new storm sewers or drainage structures, surface restoration, haul and
disposal of trench material to be wasted including unsuitable material, cleaning and testing, I
costs related to maintaining existing drainage system during construction or to provide
temporary drainage systems, and temporary patching hot mix to allow for the passage of
traffic. Pipe anchoring, where required, shall be included in the storm sewer pipe bid items I
and no additional payment will be made.
7-05 MANHOLES. INLETS. CATCH BASINS.AND DRYWELLS
7-05.1 Description
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-05.1 is modified as follows:
In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard
Drawings."
7-05.2 Materials
(December 1, 2017 CFW GSP-SWM
Section 7-05.2 is supplemented with the following:
Heavy-Duty Hinged Style Frame and Cover:
Heavy-Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product Number
00104040L01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East I
Jordan, MI 49727, (800)626-4653, www.eico.com
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
DEC 2018 SP-68 DOWNTOWN STAIRCASE
I
High Impact Multi-Purpose Rubber Composite Adjustment Risers:
I High Impact Adjustment Riser shall be Infra-Riser Multi-Purpose Rubber Composite
Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI,
49727, (800)626-4653, www.eico.com
I7-05.3 Construction Requirements
(December 1, 2017 CFW GSP-SWM DIV)
I Section 7-05.3 is supplemented with the following:
Backfill around catch basins shall be compacted by mechanical tampers in accordance with
Section 2-03.3(14)C "Method B" of the Standard Specifications.
I Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified on the plans. The cleanout configuration
and connection shall be per the plan detail.
ICatch basin cover frames shall be installed on precast rings or as directed by the Engineer.
All bricks shall be installed with full mortar coverage and shall be plastered on the surface to
I a depth of 3/4 inch both inside and outside of the structure. Catch basin covers shall be
adjusted to the rim elevations depicted on the storm profile drawings.
I The following requirements shall be applicable to both existing and proposed structures, as
shown on the plans, or as designated by the Engineer:
Vaned Grate vs Solid Lid
I A vaned grate and associated frame shall be installed on manholes and catch
basins located where they will accept runoff. Bi-directional vaned grates shall
be installed at all roadway sag locations and at low points along curb returns.
(Reference City of Federal Way Standard Drawings No. 4-10 for standard
Ivaned grate and 4-6 for standard frame).
All structures not receiving surface runoff shall include solid lids, unless
I otherwise indicated on the plans or directed by the Engineer. (Reference City
of Federal Way Standard Drawings No. 4-12 for solid cover and 4-13 for
standard frame.).
ILocking vs Non-Locking Lid
All lids and frames shall be locking unless shown as non-locking on.plans or
I directed otherwise by the Engineer. The Contractor shall place anti-seize
compound on all locking lid bolts prior to the final project punch list inspection.
I Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that
accept surface runoff (i.e. those located along a gutter flow line). Catch
basins shall include conversion risers to accommodate round lids where
I
indicated in the plans or directed by the Engineer. (Reference City of Federal
Way Standard Drawing 4-18 for Conversion Riser).
I Heavy-Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round, solid
lids are required as outlined above.
1
I
CITY OF FEDERAL WAY PROJECT#201 1 RFB#19-002
IDEC 2018 SP-69 DOWNTOWN STAIRCASE
7-05.3(1) Adiusting Manholes.Valve Boxes and Catch Basins to Grade
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted to
final grade until the adjacent pavement is completed, at which time the center of each I
structure shall be carefully relocated from references previously established by the
Contractor. The asphalt concrete pavement shall be removed to a neat circular
shape for manholes and catch basins with conversion risers and a neat rectangular
shape for catch basins the accept runoff. The edge of the cut shall be 1.5 feet from
the outside edge of the cast iron frame of the structure. The base materials and
crushed rock shall be removed to the full depth of adjustment plus 2 inches. The
manhole and catch basin frames shall be lifted and reset to the final grade, plumb to
the roadway, and shall remain operational and accessible. (Reference City of Federal
Way Standard Drawing 3-55 for Utility Adjustment).
The Contractor shall adjust manholes and catch basins with pre-cast grade rings, and
mortar and high impact adjustment risers with a maximum 2-inch thickness where
required for heavy-duty frames and covers within the travelled roadway. Metal I
adjustment rings shall not be used. If more than three grade rings are required to
adjust a manhole or Type 2 catch basin to final grade, including existing grade rings,
the Contractor shall remove the existing cone section or top slab, install a pre-cast 111
manhole section of sufficient height to limit the number of grade rings to a maximum
of three, and reinstall the cone section or top slab prior to paving operations. Grade
adjustment rings and high impact riser installation shall be inspected by the Engineer
prior to frame installation. Cover and grate frames shall be securely grouted to the
structure.
Where existing structures are located within the wheel path of a proposed travel lane, I
catch basins adjusted to grade shall also include conversion risers and heavy duty
locking frames and covers and high-impact risers per Section 7-05.3(6).
Following frame installation, the edges of the removed asphalt pavement and the
outer edge of the reset frame shall be painted with asphalt for tack coat. The entire
void around the adjustment shall then be filled with Commercial HMA, placed and I
compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The
joint between the patch and existing pavement shall then be painted with asphalt for
tack coat and immediately covered with dry paving sand before the asphalt for tack I
coat solidifies.
7-05.3(3) Connections to Existing Manholes
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-05.3(3) is supplemented with the following:
The requirements of this section shall also apply to connections to existing catch
basins.
7-05.3(5) Connections to Existing Pipe
(December 1, 2017 CFW GSP-SWM DIV) I
Section 7-05.3(5) is a new section:
The contractor shall connect (or reconnect) existing pipes to new manholes or catch
basins without obstructing flow from upstream locations.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-70 DOWNTOWN STAIRCASE '
I
7-05.5 Pay
U
(December 1, 2017 CFW GSP-SWM DIV)
Section 7-05.5 is supplemented with the following:
The unit contract price for catch basins and/or manholes shall be full pay for furnishing all
I labor, tools, equipment, and materials necessary to complete each unit according to the
Plans and Specifications. This includes all sawcutting, pavement removal and disposal,
excavation, dewatering (if required), temporary flow bypass, connections to existing and new
I pipe, foundation material, bedding, imported backfill (or native if approved by the engineer),
compaction, surface restoration, testing, and furnishing and placing of all accessories and
conversion risers, temporary patching hot mix to allow for the passage of traffic, and other
items as applicable. Frames and grates or rings and covers, grade rings and adjustment
Irisers including conversion risers shall be considered incidental to this bid item and will not
be measured for separate payment.
The unit contract price for "Connection to Drainage Structure" applies to connecting new
storm drain pipe to existing storm drainage catch basins and manholes and includes all labor,
tools, equipment, and materials necessary to core drill the existing drainage structure and.
I
provide the necessary pipe connection. Any associated sawcutting, pavement removal and
disposal, excavation, backfill, compaction, and pavement restoration are incidental to this bid
item.
I
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
I
Payment
(December 1, 2017 CFW GSP-SWM DII)Section 7-07.5 07.5 is replaced with the following:
All costs associated with cleaning existing drainage structures shall be considered incidental
11 I to and included in the various bid items and no additional payment shall be made. .
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
I7-08.3(1)A Trenches
(December 1, 2017 CFW GSP-SWM DII)
I Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe-laying operations
and the trench so maintained until the ends of the pipe are sealed and provisions are made
I to prevent floating of the pipe. Trench water or other deleterious materials shall not be
allowed to enter the pipe at any time.
I Trenching may disturb existing pavement markings that are not shown to be replaced on the
itafter
plans. All such pavement markings damaged by trenching shall be repaired trenching is
backfilled and restored. The new pavement markings shall match the damaged pavement
marking. All pavement marking repair cost shall be incidental to the pipe installation,
I •
including all necessary labor and materials.
7-08.3(3) Backfillin
Q
I (December 1, 2017 CFW GSP-SWM DIV)
Section 7-08.3(3) is supplemented with the following: •
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
I Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or
overloading.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-71 DOWNTOWN STAIRCASE
1
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, it shall be used at other locations on the project as directed by the I
Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost
of transporting the excess backfill material shall be considered incidental to the pipe or
structure backfilled. ,
7-09 WATER MAINS
7-09.2 Materials '
(***DOWNTOWN STAIRCASE*')
Revise this section to delete any references to steel, polyvinyl chloride (PVC), and
Polyethylene pipe for permanent water supply facilities. Pipe for water main shall only be
ductile iron pipe Special Thickness Class 52, or such thicker-walled pipe as shown in the
Plans.
7-09.3 Construction Requirements
(***DOWNTOWN STAIRCASE')
Supplement and revise this section with the following: I All construction within public road rights-of-way shall be in conformance with the
requirements of the City, County, or State governmental agency having jurisdiction in which
the work is performed, as herein specified and as directed by the Engineer. '
All trench excavation required for the installation of water mains and appurtenances shall be
unclassified. All material excavated from trenches and piled adjacent to the trench, or in a
roadway or public thoroughfare, shall be piled and maintained so that the toe of the slope of
the spoil material is at least two feet (2') from the edge of the trench. It shall be piled in a
manner to prevent surface water from flowing into the excavation and in a manner that will
cause a minimum of inconvenience to public travel. Free access shall be provided to all fire
hydrants, water valves and meters; and clearance shall be left to enable the free flow of
storm water in all gutters, conduits and natural water courses.
All public traffic shall be permitted to pass through the Work with as little inconvenience and
delay as possible. The Contractor shall keep existing roads and streets adjacent to or within
the limits of the Project open to and maintained in a good and safe condition for traffic at all II
times. The Contractor shall remove any deposits or debris and shall repair any damage
resulting from its operations.
Construction shall be conducted so as to cause as little inconvenience as possible to I
abutting property owners. Additionally, convenient access to each facility's driveways and
buildings along the line of Work shall be maintained at all times.
Upon completion of rough grading or placing any subsequent layer thereon, the surface of
any road bed disturbed shall be brought to a smooth, even condition, free of bumps and
depression, and satisfactory for the use of public traffic. '
Roadways, streets and appurtenances, including driveways and sidewalks, shall be cleaned
• at the conclusion of each day's operations and at such other times as deemed necessary by I
the Engineer to ensure the safety of the traveling and pedestrian public and to prevent
inconvenience to the Contracting Agency, the public and owners of private property
adjacent to the Project. The Contracting Agency reserves the right to restrict the Contractor I
to various sites and times of construction during the entire Project. All costs to comply with
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-72 DOWNTOWN STAIRCASE ,
this Section are incidental to the Contract and are the responsibility of the Contractor. The
IContractor shall include all related costs in the unit or lump sum bid prices of the Contract.
On its own responsibility and expense, the Contractor shall provide adequate safeguards,
I
safety devices and protective equipment, and take any other needed actions, on its own
responsibility or as the Engineer may determine reasonably necessary to protect the life,
health and safety of the public and to protect property in connection with the performance of
the Work covered by the Contract. Where shown on the Plans or otherwise directed by the
I Contracting Agency, or City, County, or State governmental agency having jurisdiction, the
Contractor shall install silt fences meeting the requirements of the Standard Plans where
runoff from areas disturbed by construction activities could impact adjacent undisturbed
I
property.
The types of gravel material which shall be used in trenches or other excavations are
I divided into several classifications. The descriptions of the materials, the locations where
they shall be used, and the method for computing pay quantities are set forth in the
following Sections and are shown on the Contract Plans.
IThe Contractor shall comply with all covenants, requirements and stipulations of easement
documents which provide the right of the Contracting Agency to perform the Work on
Iprivate property.
7-09.3(5) Grade and Alignment
(***DOWNTOWN STAIRCASE***)
Revise this subsection, including title, to read:
7-09.3(5) Grade. Depth and Alignment
IThe Contractor shall verify the locations and establish the depth of existing water mains at
the points where connections are to be made prior to trenching for the pipelines.
The profile shall be adjusted so neither a high spot nor a low spot is created adjacent to the
Iconnection to the existing water mains.
The depth of trenching for water mains shall be such as to provide a minimum cover of fourt
I two inches (42") over the top of the pipe, or twelve (12) inches over all valve nuts,
whichever is deeper, or as otherwise shown on the Plans. Deeper excavation may be
required due to localized breaks in grade, or to install the new main under existing culverts or
Iother utilities where necessary.
To provide for future street/road widening, this standard minimum cover shall be measured
from the ground surface where the proposed water main is to be located, or the adjacent
Iedge of pavement, whichever provides the lower water main elevation.
Where the profile of the pipeline and ground surface is shown on the Plans, the pipeline
Ishall be laid to the elevation shown regardless of depth.
7-09.3(6) Existing Utilities
I (***DOWNTOWN STAIRCASE***)
Supplement this subsection with the following:
In addition to those facilities exposed above the ground surface, certain underground utility
facilities exist, both known and of record, and unknown. Existing underground utility
I facilities, where known, are shown on the Plans for convenience only, and the Engineer and
Contracting Agency assume no responsibility for proper locations or failure to show utility
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-73 DOWNTOWN STAIRCASE
I
locations on the Plans. Among others, these utilities include: telephone, telegraph and
power lines; natural gas and petroleum product pipelines; sanitary sewer, storm I
drain/ditches and structures and water lines; traffic and street lighting and signing systems.
The locations of the underground utility facilities shown on the Plans have been provided I
from available records, and may not reflect the exact location of the underground utility
facility. The proposed water facilities constituting the Work have been designed to minimize
potential conflicts with the existing known underground utility facilities. '
If the Plans so indicate, certain existing underground utility facilities shall require removing
or relocating the underground utility facility by the utility owner before the Contractor begins I
Work. If said utility owner has not done so by the time Work begins, the Contractor shall
immediately notify the Engineer and Contracting Agency in writing.
The Contractor shall advise the Utilities Underground Location Center of the I
commencement of the Work by calling 1-800-424-5555 or 811, providing the proposed
construction area and the proposed schedule of work sequence, so the respective
participating utilities may field-mark their underground utility facilities, as provided for in I
RCW 19.122. The Contractor shall also individually advise those utilities and private parties
not participating in said one number locator service. The Contractor shall, by letter and
copies thereof, demonstrate to the Contracting Agency its efforts to fully inform both the I
non-participating utilities and private parties and the Utilities Underground Location Center
of its activities. Furthermore, the Contractor shall demonstrate full cooperation with each
utility and private party involved in the Project. The Contractor shall conform to all other
provisions of RCW 19.122.
As provided for in RCW 19.122, "reasonable accuracy" in field-locating (marking)
underground utility facilities means a field mark within twenty-four (24) inches of the outside
dimensions of both sides of an underground utility facility.
The minimum horizontal spacing between water mains and storm drains, gas mains, power
cable, telephone cable, cable TV, and other underground utility facilities, except sanitary
sewers, shall be three (3) feet, measured horizontally. The minimum vertical
clearance/spacing between walls of water main pipelines and pipeline/cable/conduits of I
other utility facilities, except sanitary sewers, shall be six (6) inches. The minimum horizontal
spacing between water mains and sanitary sewers shall be ten (10) feet, measured
horizontally, unless a closer spacing is shown on the Plans, in which case certain pipe I
protection provisions are shown. For water mains crossing over sanitary sewers, a minimum
vertical clearance/spacing between the walls of these pipelines shall be eighteen (18)
inches, as measured at the intersection thereof, unless a narrower clearance/spacing is
shown on the Plans, in which case certain pipe protection measures shall be shown. If
these horizontal spacing and/or vertical clearance/spacing requirements cannot be met and
are not already provided for in the Plans, the Contractor shall immediately notify the
Engineer and Contracting Agency in writing. •
'
Certain alterations in alignment and grade of the proposed water system may be required if
an existing underground utility facility, by field-location, is found to occupy that corridor I
indicated on the Plans to be reserved for construction of the proposed water system, or if
the standard spacing cannot otherwise be achieved. The Contractor shall do all necessary
excavation and potholing to expose such underground utility facilities to prevent damage to I
them which may otherwise result from the Work. The Contractor shall protect all existing
underground utility facilities from damage resulting from the Work. The alignment and grade
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-74 DOWNTOWN STAIRCASE
of the proposed water system shown on the Plans shall only be altered upon the written
Iexpress approval of the Engineer.
The Contractor shall also notify those owners of underground utility facilities within close
111 proximity of the proposed water system, within a reasonable period' of time prior to
construction at a particular location, so said owner and the Contractor can coordinate the
precautions necessary to facilitate construction of the proposed water system and protect
Ithat particular underground utility facility.
Any damages or disruptions to underground utility facilities resulting from the Contractor's
operation shall be reported to the owner of said underground utility facility and to the
IContracting Agency. Repairs to the damaged or disrupted underground utility facility shall
immediately be made by the owner of said underground utility facility or by the Contractor, at
the sole discretion of the owner of said underground utility facility. The cost for repairs to
I
damaged or disrupted underground utility facilities shall be borne by the Contractor, unless
the underground utility facility was not field-marked within "reasonable accuracy" defined
by RCW 19.122.
IWhenever existing drainage channels, ditches, culverts, storm drains or structures are
disturbed, the Contractor shall provide suitable means for diverting and maintaining all flows
during construction in that area. After construction has been completed in that area, all
channels, ditches, culverts, storm drains or structures shall be returned to their original
location and functional use.
I
Where the proposed water system is in close proximity of existing utility poles, the
Contractor shall coordinate construction procedures with the owners of the affected utility
poles. The Contractor shall give to the owners of affected utility poles reasonable advance
II
notice so that the Contractor and owners of affected utility poles can properly protect the
integrity of the utility poles by temporarily holding or moving the utility poles during
construction of the proposed water system.
ITo efficiently perform the Work, the Contractor shall be fully responsible to coordinate the
Work and make the necessary arrangements, including permits and payment of any
1 associated charges, with the respective owner of underground utility facilities to relocate,
move, remove, or alter their underground utility facilities to attempt to minimize or eliminate
conflicts during construction of the proposed water system in ways not otherwise shown on
the Plans.
of under round utilityfacilities
Anyauthorized agent of the Contracting Agency orowners
Co t
9 9 9 Y9
I
mayenter the site of the waterimprovementssystem at any time to repair, rearrange, alter,
or
connect their facilities. The Contractor shall cooperate with such efforts and shall avoid
creating delays or hindrances to those doing the work. As needed, the Contractor shall
Iarrange to coordinate work schedules.
1All utility facilities, including, but not limited to, water main valve boxes, gas main valve
I
bxes, water meter boxes, and the like, shall remain accessible and marked by the
Contractor at all times during construction.
All costs to comply with this Section, including any repair and/or restoration of facilities
necessitated by the Contractor's operations, are incidental to the Contract and are the
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-75 DOWNTOWN STAIRCASE
1
responsibility of the Contractor, except as otherwise provided in RCW 19.122. The
Contractor shall include all related costs in the Contract bid prices. '
7-09.3(7)A Dewatering of Trench
(***DOWNTOWN STAIRCASE'**)
Revise this subsection to read:
Where water is encountered in the trench and other excavations for structures, it shall be
removed during pipe-laying and backfilling operations and the trench and/or excavation so I
maintained until the ends of the pipe are sealed and provisions are made to prevent floating
of the pipe, or the structure is placed or constructed and provisions are made to prevent it
from floating. Trench water or other deleterious materials shall not be allowed to enter the
pipe at any time.
The Contractor shall furnish all equipment necessary to dewater the excavation and shall
dispose of the water in such a manner as not to cause a nuisance or menace to the public, I
or damage or cause deterioration of existing improvements or natural features. The
dewatering system shall be installed and operated by the Contractor so that the
groundwater level outside the excavation is not reduced to the extent that adjacent I
structures or property are endangered or damaged. The release of groundwater to its static
level shall be performed in such a manner as to maintain the undisturbed state of the natural
foundation soil, prevent disturbances of backfill and prevent movement of structures and I
pipelines. Discharge to existing storm sewer facilities, storm drain system, or containment
and discharge of such collected groundwater shall be in accordance with the TESC Plan as
reviewed by the Engineer. ,
7-09.3(8) Removal and Replacement of Unsuitable Materials
• (***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
When so directed by the Engineer, excavation shall be extended below the structure or
pipeline grades to permit the placing of foundation gravel.
Whenever in excavating a trench for water mains the bottom of the trench exposes peat,
soft clay, quicksand, or other unsuitable foundation material, such material shall be removed
to the depth directed by the Engineer and backfilled with foundation material. When I
determined by the Engineer that silty soils or fine, sandy soils are encountered, Class C
foundation material will be required. Silty soils or fine, sandy soils usually flow in the
presence of a stream of water. When determined by the Engineer that clays, peats, or other I
soft materials are encountered that become saturated with water, but do not break down
into fine particles and flow, Class A or Class B foundation material will be required.
When native excavated material is shown on the Plans or directed by the Engineer to be I
used for trench backfill, and such material removed from the trench that is determined by
the Engineer to be unsuitable for trench backfill shall be removed loaded directly into trucks,
and hauled to a waste site permitted to receive such material. Stockpiling of unsuitable
material at the Project site will not be allowed.
If material is not available within the limits of the Project for backfilling the trench, the II
Contractor shall furnish suitable material meeting the requirements of Section 9-03.10 "
Gravel Base for Trench Backfill," or the aggregate material as shown on the Plans.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-76 DOWNTOWN STAIRCASE ,
1
7-09.3(9) Bedding the Pipe
I (***DOWNTOWN STAIRCASE***)
Revise this subsection, including title, to read:
' 7-09.3(9) Pipe Zone Bedding and Backfill
Gravel backfill for pipe zone bedding shall be placed to depths shown on the Plans, and
shall be rammed and tamped around the pipe to 95 percent of maximum density by the use
I of shovels or other approved hand-held tools, so as to provide firm and uniform support for
the full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to
the pipe or its protective coating.
Gravel backfill for pipe zone bedding for pipe zone backfill shall be placed in uniform lifts on
each side of and above the pipe as shown on the Plans, and shall be compacted to 90
percent of maximum density.
I7-09.3(10) Backfilling Trenches
(***DOWNTOWN STAIRCASE***)
I Revise this subsection to read:
Trench backfill material, placement and compaction for ductile iron pipe shall be as shown in
the Plans.
IWhen all pipe, fittings, valves, valve boxes and other appurtenances have been properly
installed and inspected, the trench shall be backfilled. Prior to backfilling, all shoring or other
I trench safety system components, and debris shall be removed from the trench. Shoring
and trench safety system components used by the Contractor shall be removed just ahead
of the backfilling operation. Backfill up to twelve (12) inches over the top of the pipe shall be
I evenly and carefully placed. Materials capable of damaging the pipe or its coating, including,
but not limited to, large rocks, stumps, logs, brush, broken concrete, frozen dirt clumps,
pavement pieces, and other deleterious material, shall be removed from the backfill
material. The remainder of the material shall be continually placed from the end of the
Itrench.
Unless otherwise shown on the Plans or directed by the Engineer, native material excavated
I from the trenches and excavations shall be used as backfill in the trench section and around
structures and special appurtenances, provided that compaction requirements specified
hereinafter can be satisfied. A warranty is neither expressed nor implied relative to the
suitability of the native excavated material for trench backfill and the ability to compact said
material as set forth in this section..
I Material removed from the trench that is unsuitable for backfill shall be replaced with
suitable material available within the limits of the Project or with suitable imported material
meeting the requirements of Section 7-09.3(8), "Removal and Replacement of Unsuitable
Materials."
•
I A neoprene pad or high-density polyethylene foam) shall be placed between the water main
and existing pipelines, conduits, or other facilities when encountered during construction
Iand as directed by the Engineer.
Native excavated material in excess of the quantity for compacted trench backfill shall be
removed and disposed as provided in Section 7-09.3(8) "Removal and Replacement of
Unsuitable Materials."
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
1 DEC 2018 SP-77 DOWNTOWN STAIRCASE
7-09.3(11) Compaction of Backfill
('"`"DOWNTOWN STAIRCASE***)
Revise this subsection to read:
Unless the density of the trench backfill within a road right-of-way is required to be greater
by the jurisdictional road agency, the trench backfill material shall be compacted to at least II
ninety-five percent (95%) of the maximum density as specified in Section 2-03.3(14)D
"Compaction and Moisture Control Tests,"for the purposes of this project, the trench backfill
p p
materials and compaction shall be as shown on the Plans." '
Maximum density and optimum moisture for non-granular materials will be determined using
WSDOT Test Method No. 609. Maximum density and optimum moisture for granular
materials will be determined using WSDOT Test Method No. 606. 1
In-place density and moisture content shall be determined using the Washington
Densometer method or Nuclear Gauge as outlined in the WSDOT Construction Manual. '
The backfill material shall be placed in successive layers not exceeding twelve inches (12")
in loose thickness, and each layer shall be mechanically compacted to the density specified I
herein as the trench is backfilled.
At locations where paved streets, roadway shoulders, driveways, or sidewalks will be I
constructed or reconstructed over the trench, the backfill shall be spread in layers and be
compacted by mechanical tampers. In such cases, the backfill material shall be placed in
successive layers not exceeding six inches (6") in loose thickness, and each layer shall be
compacted with mechanical tampers to the density specified herein. Mechanical tampers
shall be of the impact type as approved by the Engineer.
The Contractor shall provide the proper size and type of mechanical compaction equipment I
and select the proper method of utilizing said equipment to attain the required compaction
density. The thickness of layers and the number of passes shall be adjusted to the extent
necessary to attain the required compaction density. Impact compactors shall be operated I
with the least practical amount of pressure or weight applied, and vibratory compactors shall
be operated with no more weight applied than the unsupported weight of the machine's pad
and boom, all to achieve the required compaction density without overloading the pipe or I
structure.
Moisture content of the backfill material may be adjusted to achieve the required compaction I
density. This adjustment may be attained by sprinkling the backfill material, or by adding
and mixing dry backfill material, or by windrowing the backfill material and allowing it to dry
prior to placement in the trench.
The Contractor at its sole expense, shall remove and recompact material that does not meet
the specified compaction requirements; shall promptly and properly refill, regrade, restore, •
or otherwise repair any trench settlement; and shall otherwise remedy any defects that
appear in the backfill. Where the required compaction density cannot be achieved on the
existing backfill material, the Contractor shall remove and replace said backfill with material
able to meet said compaction densities.
7-09.3(12) General Pipe Installation
(***DOWNTOWN STAIRCASE***)
Supplement this subsection with the following new subsections:
7-09.3(12)A Laving Ductile Iron Pipe, Fittings and Appurtenances
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-78 DOWNTOWN STAIRCASE '
I
Ductile iron pipe shall be laid in accordance with AWWA C-151 and the recommendations of
I the pipe manufacturer. The pipe shall be laid to the line and grade shown on the Plans, in
the Standard Plans, and as may be directed by the Engineer.
I All pipe, fittings and appurtenances shall be carefully checked by the Contractor upon
delivery to the project site, as well as just prior to their installation and placement in the
trench.
IThe bottom of the trench shall be finished to grade in such a manner that the pipe will have
bearing along the entire length of the barrel.
I The pipe, fittings and appurtenances shall be carefully bedded, joined, and protected. The
pipe interior at all times shall be kept free from dirt, gravel, water, and all other deleterious
material. The open ends of the pipe, fittings, and appurtenances shall be closed by a
I watertight plug or by other means approved by the Contracting Agency to ensure
cleanliness inside the pipe.
I Except where necessary to make connections with other pipelines, and where otherwise
authorized by the Engineer, ductile iron pipe shall be laid with bells facing the direction of
laying. The bells shall face upward where pipelines are laid on an appreciable slope, as
I authorized by the Engineer. A non-toxic pipe lubricant, as recommended by the pipe
manufacturer and approved for use in potable-water applications, shall be applied to the
gasket and pipe mating surfaces. Bolts on mechanical joint and flanged pipe, fittings,
I spools, and appurtenances shall be tightened uniformly to the torque recommended by the
manufacturer.
All joints in the pipe, fittings, valves, flexible couplings, etc., shall be fully seated with small
Iclearances allowed for pipe expansion. Where flexible couplings are required, the space
between pipe ends shall not exceed one quarter inch (1/4") to prevent pipe movement.
When the space between pipe ends is excessive, short sections of pipe may be inserted as
I a spacer ring to limit such pipe movement within the coupling or mechanical joint sleeve
fitting, to obtain the one quarter inch (1/4") spacing limitation provided herein.
I All fittings and pipe which will come in contact with cement concrete, such as from concrete
pipe encasement and thrust blocking, shall be protected by a layer of heavy building paper
or plastic sheeting. The material shall be wrapped loosely around the pipe and need not be
I water tight, but no part of the pipe or fittings shall be exposed to the cement concrete. Care
shall be exercised during backfilling to prevent the plastic film wrap from becoming
punctured or otherwise damaged. The Contractor shall comply with other requirements for
Iplacing concrete thrust blocking provided in Section 7-09.3(21) "Concrete Thrust Blocking."
Only mechanical joint sleeve fittings shall be used to connect plain ends of ductile iron pipe
and/or spools; flexible couplings shall not be used for this purpose.
I
Fittings shall not be backfilled until first approved by the Engineer for compliance with the
I
Plans and Specifications.
Where shown on the Plans or otherwise directed by the Engineer, the Contractor shall
install pipe anchor blocks, sacked slope retainer and timber baffles meeting the
I requirements of the Standard Plans in the backfilled trench where water mains are installed
on slopes twenty percent (20%) or greater.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
111 DEC 2018 SP-79 DOWNTOWN STAIRCASE
7-09.3(12)B Taste and Odor
No water main pipe, fitting, or other appurtenances will be accepted by the Contracting I
Agency in which an objectionable taste and/or odor is detected in water which has been in
contact with the interior surface(s) of said material, either before or after the material has
been installed. Taste and odor testing, if determined necessary by the Contracting Agency, 1
shall be conducted through Lakehaven Utility District in accordance with the Lakehaven
Utility District's testing procedures and requirements. Such testing shall be subject to the
Lakehaven Utility District's schedule. All such testing by Lakehaven Utility District, and
resulting corrective actions required by the Contracting Agency to remedy a defect or
defects as may be determined by such testing, shall be at the Contractor's sole expense.
7-09.3(13) Handling of Pipe
(***DOWNTOWN STAIRCASE***)
Supplement this subsection with the following:
Each pipe, fitting, or other accessory shall be carefully inspected and thoroughly cleaned of I
any dirt or deleterious material which might be present on the inside prior to its installation.
Such cleaning shall be accomplished prior to lowering the pipe or other accessories into the I
trench; and after the materials are placed in the trench, care shall be taken to keep them
internally clean. To minimize risks and expedite the Work, it is suggested that the open
ends of stockpiled pipe be plugged, or sealed with a polyethylene bag or equivalent I
mechanism to prevent the introduction of dirt or deleterious material, and that the pipe be
cleaned using, and/or swabbed with a clean foam cube designed for that purpose and
saturated in, a one percent (1%) hypochlorite solution. '
The Contractor shall exercise particular care to guard against the entrance of stormwater or
sewage into the trench during the course of construction. All sanitary sewers and storm I
drain lines, house side sewers, and/or other subsurface drains shall be located prior to
excavation. The Contractor shall employ provisions to protect the Work from contamination
by deleterious liquids.
7-09.3(14) Cutting Pipe
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read: I Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive
saw or by special pipe cutter. All pipe ends shall be square with the longitudinal axis of the
pipe and shall be reamed or otherwise smoothed so that good connections can be made.
Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be
allowed.
Flaring of copper tubing shall be accurately and smoothly performed with tools designed I
specifically for this task.
7-09.3(15) Laving of Pipe on Curves '
7-09.3(15)A Ductile Iron Pipe
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting
the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard
lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-80 DOWNTOWN STAIRCASE ,
can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or
vertical curve shall not exceed the manufacturer's printed recommended deflections. For the
purposes of this project, the maximum allowable deflection shall be three (3) degrees or the
manufacturer's recommendation, whichever is least.
' Where field conditions require deflection or curves not anticipated by the Plans, the
Engineer will determine the methods to be used. No additional payment will be made for
laying pipe on curves as shown on the Plans, nor for field changes involving standard
lengths of pipe deflected at the joints. When special fittings not shown on the Plans are
required to meet field conditions, additional payment will be made for special fittings.
When rubber-gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment
and then deflected to thli Trenches shall be made wider on curves for this
curved alignment.n .e t
9
purpose.
7-09.3(16) Cleaning and Assembling Joints
(***DOWNTOWN STAIRCASE***)
' Revise this subsection to read:
Joints shall be "made-up" in accordance with the manufacturer's recommendations.
Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe.
' Materials shall be suitable for the specified pipe sizes and pressures.
All parts of the pipe ends, coupling, fittings, and appurtenances shall be cleaned to remove
oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint from
contacting the ground.
•
Pipe not furnished with a depth mark shall be marked before assembly to ensure visual
' observation of the work.
7-09.3(19) Connections
' 7-09.3(191A Connections to Existing Mains
(***DOWNTOWN STAIRCASE***)
' Revise this subsection to read:
No connection to the existing water system shall be made until all provisions for hydrostatic
pressure testing, as required in Section 7-09.3(23) "Hydrostatic Pressure Test," and
disinfection, as required in Section 7-09.3(24) "Disinfection of Water Mains," have been met.
At least one connection to the existing water system shall be made within ninety-six (96)
' consecutive hours of the time that written acceptable results of the most recent
bacteriological sampling are available as provided in Section 7-09.3(24)W. "Subsequent
Bacteriological Sampling." If at least one connection is not made within the specified time
period, additional sampling meeting the requirements of Section 7-09.3(24)0. "Repetition of
' Flushing and Testing"shall be conducted.
Connections to the existing system shall not be made without first making the necessary
' arrangements with the Contracting Agency at least twenty-four(24) hours in advance. Work
shall not be started until all of the materials, equipment and labor necessary to properly
complete the work, including that for temporary surface repair, are assembled on the site.
' When work is once started on a connection, it shall proceed continuously without
interruption and as rapidly as possible until completed and under continuous observation by
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-81 DOWNTOWN STAIRCASE
1
Contracting Agency. All existing mains shall be restored to service overnight and on
weekends and holidays. '
The Contractor shall coordinate its work on connections to the existing system with that of
Contracting Agency's main cleaning efforts as provided for in Section 7-09.3(24)X. "Main I
cleaning." In certain cases, foam rubber cubes used for main cleaning must be inserted into
the new system prior to its connection to the existing system.
If the connection to the existing system involves temporarily discontinuing water service to I
customers, the Contractor shall be responsible for notifying the customers affected by the
service interruption, as well as the fire protection authority having jurisdiction, per 7-10.3(3).
Contracting Agency shall advise the Contractor as to which customers are affected by the
service interruption, and shall provide the forms ("door-hangers") to be used for said
notification efforts. The Contractor shall fill in the appropriate spaces in said forms. The
Engineer may, under certain special circumstances, require this connection work to be I
performed during times other than normal working hours, at no additional expense to
Contracting Agency.
Valves in the existing system, or between the existing system and the new system, shall be I
operated only by Contracting Agency personnel or by others under the Engineer's specific
direction. '
The work anticipated for each connection to the existing system is detailed on the Plans. if
conditions are subsequently found to differ from those shown on the Plans, revisions to the
connections to the existing system must first be approved by the Engineer.
The interior of all pipe and fittings used to make connections to the existing system shall be
cleaned of all deleterious material and swabbed and/or sprayed with a clean, one (1)
percent hypochlorite solution, mixed in a clean container, before they are installed. If any
portion of the new system becomes contaminated during the connection work by the
inadvertent entry of ditch water or any other reason, the new system shall again be I
disinfected in accordance with the provisions of Section 7-09.3(24) "Disinfection of Water
Mains" before said connection work is continued.
When 1)the existing water system is extended with new pipe to connect to a new system;
2) the new water system has successfully passed the hydrostatic pressure and disinfection
tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from I
the existing water system to the new water system is sixty feet (60') or less, this section of
newi e shall be cleaned of all deleterious material and swabbed and/or sprayed with a
pp
clean, one (1) percent hypochlorite solution before they are installed. If the length of pipe
from the existing water system to the new water system is longer than ten (10) feet, but no
longer than sixty (60) feet, this section of new pipe shall be subject to bacteriological
testing as specified in Section 7-09.3(24) "Disinfection of Water Mains." The Contractor
shall install temporary blowoff assemblies as necessary to conduct these tests. I
Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a
minimum pressure of one hundred pounds per square inch (100 psi), with no perceptible I
loss after at least two (2) minutes, after placement onto the existing main and before cutting
into the existing main.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-82 DOWNTOWN STAIRCASE I
I
All pipe and fittings exposed by the excavation for a connection to an existing asbestos
I cement water main shall be bedded with pea gravel meeting the requirements of Section 9-
03.25 "Pea Gravel for Asbestos-Cement Pipe Connections."
I Where shown on the Plans or directed by the Engineer, and after completion of
connection(s) to existing main(s), the Contractor shall excavate and remove any existing
gate valves and other fittings from water mains scheduled for removal, or decommissioning.
Where shown on the Plans, gate valves and other fittings removed shall be replaced with
Iblind flange(s).
Where asbestos-cement water main pipe is encountered and removal of a section thereof is
I required, the Contractor shall comply with all applicable statutes, regulations, and
requirements for disposal of said removed section of asbestos-cement pipe promulgated by
the Puget Sound Air Pollution Control Agency and any other City, County, State, or Federal
I governmental agency having jurisdiction. For the purposes of the current project, the
Contractor shall comply with the requirements of these Special Provisions for the removal and
disposal of asbestos cement pipe.
IAll costs to comply with this Section are incidental to the Contract and are the responsibility
of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid
iprices of the Contract.
7-09.3(23) Hydrostatic Pressure Test
I
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
All water mains and appurtenances, including, but not limited to, water service connection
taps, service saddles, corporation stops, and service pipe and fittings, shall be tested in
Isections of convenient length under a hydrostatic pressure equal to 250 pounds per square
inch (250 psi), or 150 pounds per square inch (150 psi) in excess of the normal operating
pressure, whichever is greater.
I
Sections to be tested shall normally be limited to 1,500 feet in length. The Engineer may
require that the first section of pipe, not less than 1,000 feet in length, installed by each of
I the Contractor's working crews, be tested in order to qualify the crew and the material.
Pipe-laying shall not be continued more than an additional 1,000 feet until the first section
has been tested successfully.
IPrior to requesting the Engineer to witness the "official" pressure test, the Contractor shall
have all equipment set up, completely ready for operation, and shall have successfully
Iperformed an acceptable "pre-test"to assure that the pipe is in a satisfactory condition.
All costs to comply with this Section are incidental to the Contract and are the responsibility
of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid
Iprices of the Contract.
7-09.3(23)A Testing Extensions from Existing Mains
I
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
When 1) the existing water system is extended with new pipe to connect to a new system; 2)
I the new water system has successfully passed the hydrostatic pressure and disinfection
tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from
the existing water system to the new water system is sixty feet (60') or less, this section of
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
DEC 2018 SP-83 DOWNTOWN STAIRCASE
new pipe and fittings shall require no hydrostatic test. However, all pipe and fittings required
to effect this connection shall be disinfected according to Section 7-09.3(19)A. "Connections I
to Existing Mains." Where the length of pipe between the existing water system and the new
water system exceeds sixty feet (60!), this section of new pipe shall pass the hydrostatic
pressure test and undergo the disinfection procedure, all as specified herein. The Contractor I
shall install temporary blowoff assemblies as necessary to conduct these tests. Any visible
leakage detected from pipe, valves, and fittings required to effect the connection shall be
corrected by the Contractor and witnessed by the Contracting Agency, at no additional I
expense to the Contracting Agency.
7-09.3(231C Testing Hydrants Installed on Existing Mains
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
For hydrants installed and connected to existing water mains, and the connection/lateral
pipe is sixty (60) feet or less, the hydrant assembly including hydrant tee, connection/lateral
pipe, auxiliary gate valve and other fittings, shall not be subject to a hydrostatic pressure
test. All pipe, fittings, and appurtenances for the fire hydrant assembly shall be disinfected
using the same procedure provided in Section 7-09.3(19)A. "Connections to Existing
Mains." Any visible leakage detected from the pipe, valves and fittings for the hydrant
assembly shall be corrected by the Contractor and witnessed by the Contracting Agency, at
no additional expense to the Contracting Agency, when subjected to the normal working I
pressure of the existing water system.
Where the connection/lateral pipe exceeds sixty feet (60'), the connection/lateral pipe and
fittings between the auxiliary gate valve and main hydrant valve shall be subjected to the
hydrostatic pressure test and disinfection procedures as specified in Section 7-09.3(24)
"Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." 1
7-09.3(2310 Equipment for Hydrostatic Pressure Test
(��""DOWNTOWN STAIRCASE",
Add the following new subsection:
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and
measuring equipment necessary for performing the test shall be furnished and operated by
the Contractor and witnessed by the Engineer.
A clean container of water from which the pressure pump suction shall draw shall be
provided while pumping pressure into the water system being tested. '
This "make-up" water shall contain a minimum concentration of approximately fifty parts per
million (50 ppm) of free chlorine by the addition of a twelve percent (12%) hypochlorite
solution. All pumps and other equipment used for this hydrostatic pressure test shall be
properly disinfected to prevent the introduction of contamination to the section being tested.
Gauges used in the test shall be accompanied with certifications of accuracy from a I
laboratory approved by the Contracting Agency. If the gauge proposed for use by the
Contractor by its appearance could possibly provide erroneous test results, the Contracting
Agency will provide its own gauge for use during the hydrostatic pressure test(s).
The quantity of water required to restore the pressure (the "make-up" water) shall be
accurately determined by pumping through a positive displacement water meter with a I
sweep unit hand registering one gallon per revolution. The meter shall be approved by the
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-84 DOWNTOWN STAIRCASE I
I
Engineer. As an alternative, the Contractor may provide a volumetric graduated container
Iapproved by the Engineer to accurately record the quantity of the "make-up"water.
7-09.3(23)E Hydrostatic Pressure Test Procedure
I (***DOWNTOWN STAIRCASE***)
Add the following new subsection:
The section of pipeline to be tested shall be backfilled sufficiently to prevent movement of
I the pipe under test pressure. All thrust blocks shall be in place and time allowed for the
concrete to sufficiently cure before testing. Where permanent blocking is not otherwise
required, the Contractor shall furnish and install temporary blocking and remove it after
testing is complete.
' The water system to be tested shall be filled with a chlorinated water solution in accordance
with Section 7-09.3(24)S. "Filling Procedure." The chlorinated water solution shall be
I allowed to stand in the water system to be tested a sufficient length of time (approximately
twenty- four (24) hours) to allow the escape of air and allow the lining of the pipe to
absorb water, all before hydrostatic pressure testing is conducted.
The test shall be accomplished by pumping the water system to be tested up to the required
test pressure, stopping the pump for fifteen (15) minutes, and then pumping the water
system to be tested up to the beginning test pressure again. During the test, the water
system being tested shall be observed to detect any visible leakage.
IAcceptability of the hydrostatic pressure test shall be determined by two (2) factors:
1.The quantity of chlorinated water solution required to restore the pressure (the
I "make- up"water) shall not exceed the volume as determined by the formula:
—L— = ND(P)0.5
29,600
Iin which:
= allowable Ieakagef'make-up" water volume within a fifteen (15) minute period in
IL
gallons
N=number of joints in the length of pipeline tested
D =nominal inside diameter of the pipe in inches
I P = average test pressure during the leak test in pounds per square inch (gauge)
(PSI G)
I Table 7-09.3(12)-A provides the solution to this formula for different diameters and
lengths of water main assuming an average test pressure of 250 psig and an
assumed number of joints per 100 feet of water main of seven (7). )
I2.There shall be no appreciable or abrupt loss in pressure during the fifteen (15)
minute test period.
IThe hydrostatic pressure test shall be conducted with the hydrant auxiliary gate valve(s)
opened and the main hydrant valve(s) closed. At the acceptable conclusion of this
hydrostatic pressure test, and when the water system is placed into service, each hydrant
I will be inspected for visible leakage under working pressure conditions while the hydrant
ports are capped and the main hydrant valve is fully opened (to close the hydrant barrel
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-85 DOWNTOWN STAIRCASE
I
drain valve). Any visible leakage or defects discovered from this visual inspection shall be
corrected by the Contractor. I
TABLE 7-09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP"WATER VOLUME(L)
FOR 15-MINUTE HYDROSTATIC PRESSURE TEST
ASSUMED AVERAGE TEST PRESSURE(P):250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN(N):7
DIAMETER (D) =4 INCHES
I
LENGTH MAX ALLOWABLE LEAKAGE! DEPTH IN
OF MAIN "MAKE-UP"WATER VOLUME GARBAGE CAN*
DECIMAL 16TH I(FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) INCHES INCHES
50 0.007 0.030 0.060 1.728 0.006 0.103
100 0.015 0.060 0.120 3.455 0.013 0.206 I
150 0.022 0.090 0.179 5.183 0.019 0.308
200 0.030 0.120 0.239 6.910 0.026 0.411
250 0.037 0.150 0.299 8.638 0.032 0.514
I
300 0.045 0.179 0.359 10.365 0.039 0.617
350 0.052 0.209 0.419 12.093 0.045 0.720
400 0.060 0.239 0.479 13.820 0.051 0.823111
450 0.067 0.269 0.538 15.548 0.058 0.925
500 0.075 0.299 0.598 17.275 0.064 1.028
550 0.082 0.329 0.658 19.003 0.071 1.131
600 0.090 0.359 0.718 20.730 0.077 1.234
650 0.097 0.389 0.778 22.458 0.084 1.337
I
700 0.105 0.419 0.838 24.185 0.090 1.440
750 0.112 0.449 0.897 25.913 0.096 1.542
800 0.120 0.479 0.957 27.640 0.103 1.645 '
850 0.127 0.509 1.017 29.368 0.109 1.748
900 0.135 0.538 1.077 31.095 0.116 1.851
950 0.142 0.568 1.137 32.823 0.122 1.954
I
1000 0.150 0.598 1.197 34.550 0.129 2.057
1050 0.157 0.628 1.256 36.278 0.135 2.159 I 1100 0.165 0.658 1.316 38.005 0.141 2.262
1150 0.172 0.688 1.376 39.733 0.148 2.365
1200 0.179 0.718 1.436 41.460 0.154 2.468
I
*For a 32-gallon garbage can with a top diameter equaling approximately 18.5 inches.
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-86 DOWNTOWN STAIRCASE
I
I
TABLE 7-09.3(23)E
I
MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP"WATER VOLUME(L)FOR 15-MINUTE
HYDROSTATIC PRESSURE TEST
ASSUMED AVERAGE TEST PRESSURE(P):250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN(N):7
I
DIAMETER (D) = 6 INCHES
LENGTH MAX ALLOWABLE LEAKAGE/ DEPTH IN
OF MAIN "MAKE-UP"WATER VOLUME GARBAGE CAN*
I
DECIMAL 16TH
(FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) INCHES INCHES
50 0.011 0.045 0.090 2.591 0.010 0.154
100 0.022 0.135 0.179 5.183 0.019 0.308
150 0.034 0.202 0.269 7.774 0.029 0.463
1 200 0.045 0.269 0.359 10.365 0.039 0.617
*For a 32-gallon garbage can with a top diameter equaling approximately 18.5 inches.
1
1
I
I
I
I
I
I
I
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
1 DEC 2018 SP-87 DOWNTOWN STAIRCASE
I
TABLE 7-09.3(23)E .
MAXIMUM ALLOWABLE LEAKAGEP'MAKE-UP"WATER VOLUME(L) FOR 15-MINUTE
HYDROSTATIC PRESSURE TEST I
ASSUMED AVERAGE TEST PRESSURE(P):250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN(N):7
DIAMETER (D) = 8 INCHES
I
LENGTH MAX ALLOWABLE LEAKAGE/ DEPTH IN
OF MAIN "MAKE-UP"WATER VOLUME GARBAGE CAN*
DECIMAL 16TH
I
(FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) INCHES INCHES
50 0.015 0.060 0.120 3.455 0.013 0.206
100 0.030 0.120 0.239 6.910 0.026 0.411 I
150 0.045 0.179 0.359 10.365 0.039 0.617
200 0.060 0.239 0.479 13.820 0.051 0.823 I 250 0.075 0.299 0.598 17.275 0.064 1.028
300 0.090 0.359 0.718 20.730 0.077 1.234
350 0.105 0.419 0.838 24.185 0,090 1.440
I
400 0.120 0.479 0.957 27.640 0.103 1.645
450 0.135 0.538 1.077 31.095 0.116 1.851
500 0.150 0.598 1.197 34.550 0.129 2.057
I
550 0.165 0.658 1.316 38.005 0.141 2.262
600 0.179 0.718 1.436 41.460 0.154 2.468 II650 0.194 0.778 1.555 44.915 0.167 2.673
700 0.209 0.838 1.675 48.370 ' 0• .180 2.879
750 0.224 0.897 1.795 51.825 0.193 3.085
I
800 0.239 0.957 1.914 55.280 0.206 3.290
850 0.254 1.017 2.034 58.735 0.219 3.496
900 0.269 1.077 2.154 62.190 0• .231 3.702
I
950 0.284 1.137 2.273 65.645 0.244 3.907
1000 0.299 1.197 2.393 69.100 0.257 4.113 I 1050 0.314 1.256 2.513 72.555 0.270 4.319
1100 0.329 1.316 2• .632 76.010 0.283 4.524
1150 0.344 1.376 2.752 79.465 0.296 4.730
I
1200 0.359 1.436 2.872 82.920 0.308 4.936
1250 0.374 1.496 2.991 86.375 0.321 5.141
1300 0.389 1.555 3• .111 89.830 0.334 5.347
I
1
350 0.404 1.615 3.231 93.285 0.347 5.553
1400 0.419 1.675 3.350 96.740 0.360 5.758
1450 0.434 1.735 3.470 100.195 0• .373 5.964 I
1500 0.449 1.795 3.590 103.650 0.386 6.170
1550 0.464 1.855 3.709 107.105 0.398 6.375 I 1600 0.479 1.914 3.829 110.560 0.411 6.581
1650 0.494 1.974 3.949 114.015 0.424 6.787
1700 0.509 2.034 4.068 117.470 0.437 6.992
I
1750 0.523 2.094 4• .188 120.925 0.450 7.198
1800 0.538 2.154 4.308 124.380 0.463 7.404
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-88 DOWNTOWN STAIRCASE
I
I
1850 0.553 2.214 4.427 127.835 0.476 7.609
I 1900 0.568 2.273 4.547 131.290 0.488 7.815
1950 0.583 2.333 4.666 134.745 0.501 8.020
2000 0.598 2.393 4.786 138.200 0.514 8.226
2050 0.613 2.453 4.906 141.655 0.527 8.432
2100 0.628 2.513 5.025 145.110 0.540 8.637
I
2150 0.643 2.573
2.632 5.145 148.565 0.553 8.843
2200 0.658 5.265 152.020 0.566 9.049
2250 0.673 2.692 5.384 155.475 0.578 9.254
I2300 0.688 2.752 5.504 158.930 0.591 9.460
2350 0.703 2.812 5.624 162.385 0.604 9.666
2400 0.718 2.872 5.743 165.840 0.617 9.871
I
2450 0.733 2.932 5.863 169.295 0.630 10.077
2500 0.748 2.991 5.983 172.750 0.643 10.283
I
*For a 32-gallon garbage can with a top diameter equaling approximately 18.5 inches.
I
I
1
I
I
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-89 DOWNTOWN STAIRCASE
I
TABLE 7-09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP"WATER VOLUME (L) FOR 15-MINUTE I HYDROSTATIC PRESSURE TEST
ASSUMED AVERAGE TEST PRESSURE(P):250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN(N):7
DIAMETER (D) = 12 INCHES
LENGTH MAX ALLOWABLE LEAKAGE/ DEPTH IN
OF MAIN "MAKE-UP"WATER VOLUME GARBAGE CAN*
DECIMAL 16TH
I
(FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) INCHES INCHES
50 0.022 0.090 0.179 5.183 0.019 0.308
100 0.045 0.179 0.359 10.365 0.039 0.617 I
150 0.067 0.269 0.538 15.548 0.058 0.925
200 0.090 0.359 0.718 20.730 0.077 1.234 U 250 0.112 0.449 0.897 25.913 0.096 1.542
300 0.135 0.538 1.077 3• 1.095 0.116 1.851
350 0.157 0.628 1.256 36.278 0.135 2.159
I
400 0.179 0.718 1.436 4• 1.460 0.154 2.468
450 0.202 0.808 1.615 46.643 0.174 2.776
500 ' 0.224 0.897 1.795 51.825 0.193 3.085
I
550 0.247 0.987 1.974 57.008 0.212 3.393
600 0.269 1.077 2.154 62.190 0.231 3.702 I 650 0.292 1.167 2.333 67.373 0.251 4.010
700 0.314 1.256 2.513 72.555 0.270 4.319
750 0.337 1.346 2.692 77.738 0.289 4.627
I
800 0.359 1.436 2.872 82.920 0.308 4.936
850 0.381 1.526 3.051 88.103 0.328 5.244
900 0.404 1.615 3.231 93.285 0.347 5.553
I
950 0.426 1.705 3.410 98.468 0.366 5.861
1000 0.449 1.795 3.590 103.650 0.386 6.170
1050 0.471 1.885 3.769 108.833 0.405 6.478 I
1100 0.494 1.974 3.949 114.015 0.424 6.787
1150 0.516 2.064 4.128 119.198 0.443 7.095
I
1200 0.538 2.154 4.308 124.380 0.463 7.404
1250 0.561 2.244 4.487 129.563 0.482 7.712
1300 0.583 2.333 4.666 134.745 0.501 8.020
1350 0.606 2.423 4.846 139.928 0.521 8.329
1400 0.628 2.513 5.025 145.110 0.540 8.637 I 1450 0.651 2.602 5.205 150.293 0.559 8.946
1500 0.673 2.692 5.384 1• 55.475 0.578 9.254
1550 0.695 2.782 5.564 160.658 0.598 9.563
1600 0.718 2.872 5.743 165.840 0.617 9.871
1650 0.740 2.961 5.923 171.023 0.636 10.180
1700 0.763 3.051 6.102 176.205 0.656 10.488
I
1750 0.785 3.141 6.282 181.388 0.675 10.797
1800 0.808 3.231 6.461 186.570 0.694 11.105
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 SP-90 DOWNTOWN STAIRCASE
I
I
1850 0.830 3.320 6.641 191.753 0.713 11.414
I 1900 0.853 3.410 6.820 196.935 0.733 11.722
1950 0.875 3.500 7.000 202.118 0.752 12.031
2000 0.897 3.590 7.179 207.300 0.771 12.339
I2050 0.920 3.679 7.359 212.483 0.790 12.648
2100 0.942 3.769 7.538 217.665 0.810 12.956
I 2150 0.965 3.859 7.718 222.848 0.829 13.265
2200 0.987 3.949 7.897 228.030 0.848 13.573
2250 1.010 4.038 8.077 233.213 0.868 13.882
I 2300 1.032 4.128 8.256 238.395 0.887 14.190
2350 1.054 4.218 8.436 243.578 0.906 14.499
2400 1.077 4.308 8.615 248.760 0.925 14.807
I2450 1.099 4.397 8.795 253.943 0.945 15.116
2500 1.122 4.487 8.974 259.125 0.964 15.424
* For a 32-gallon garbage can with a top diameter equaling approximately 18.5 inches.
I TABLE 7-09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP"WATER VOLUME(L) FOR 15-MINUTE
I HYDROSTATIC PRESSURE TEST
ASSUMED AVERAGE TEST PRESSURE(P):250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN(N):7
DIAMETER (0) = 16 INCHES
I LENGTH MAX ALLOWABLE LEAKAGE/ DEPTH IN
OF MAIN "MAKE-UP"WATER VOLUME GARBAGE CAN*
DECIMAL 16TH
I (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) INCHES INCHES
50 0.030 0.120 0.239 6.910 0.026 0.411
I
100 0.060 0.239
0.359 0.479 13.820 0.051 0.823
150 0.090 0.718 20.730 0.077 1.234
200 0.120 0.479 0.957 27.640 0.103 1.645
I 250 0.150 0.598 1.197 34.550 0.129 2.057
300 0.179 0.718 1.436 41.460 0.154 2.468
350 0.209 0.838 1.675 48.370 0.180 2.879
"I 400 0.239 0.957 1.914 55.280 0.206 3.290
450 0.269 1.077 2.154 62.190 0.231 3.702
I
500
550 0.299 1.197
1.316 2.393 69.100 0.257 4.113
0.329 2.632 76.010 0.283 4.524
600 0.359 1.436 2.872 82.920 0.308 4.936
I
650 0.389 1.555 3.111 89.830 0.334 5.347
700 0.419 1.675 3.350 96.740 0.360 5.758
750 0.449 1.795 3.590 103.650 0.386 6.170
I800 0.479 1.914 3.829 110.560 0.411 6.581
850 0.509 2.034 4.068 117.470 0.437 6.992
900 0.538 2.154 4.308 124.380 0.463 7.404
I950 0.568 2.273 4.547 131.290 0.488 7.815
1000 0.598 2.393 4.786 138.200 0.514 8.226
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
IDEC 2018 SP-91 DOWNTOWN STAIRCASE
1
I
1050 0.628 2.513 5.025 145.110 0.540 8.637
1100 0.658 2.632 5.265 152.020 0.566 9.049 I
1150 0.688 2.752 5.504 158.930 0.591 9.460
1200 0.718 2.872 5.743 165.840 0.617 9.871 I 1250 0.748 2.991 5.983 172.750 0.643 10.283
1300 0.778 3.111 6.222 179.660 0.668 10.694
1350 0.808 3.231 6.461 186.570 0.694 11.105
I
1400 0.838 3.350 6.701 193.480 0.720 11.517
1500 0.897 3.590 7.179 207.300 0.771 12.339
1550 0.927 3.709 7.419 214.210 0.797 12.750
I
1600 0.957 3.829 7.658 221.120 0.823 13.162
1650 0.987 3.949 7.897 228.030 0.848 13.573 I 1700 1.017 4.068 8.136 234.940 0.874 13.984
1750 1.047 4.188 8.376 241.850 0.900 14.396
1800 1.077 4.308 8.615 248.760 0.925 14.807
I
1850 1.107 4.427 8.854 255.670 0.951 15.218
1900 1.137 4.547 9.094 ' 262.580 0.977 15.630
1950 1.167 4.666 9.333 269.490 1.003 16.041 1
2000 1.197 4.786 9.572 276.400 1.028 16.452
2050 1.226 4.906 9.812 283.310 1.054 16.864
2100 1.256 5.025 10.051 290.220 1.080 17.275 I
2150 1.286 5.145 10.290 297.130 1.105 17.686
2200 1.316 5.265 10.530 304.040 1.131 18.097
I
2250 1.346 5.384 10.769 310.950 1.157 18.509
2300 1.376 5.504 11.008 317.860 1.183 18.920
2350 1.406 5.624 11.247 324.770 1.208 19.331
I
2400 1.436 5.743 11.487 331.680 1.234 19.743
2450 1.466 5.863 11.726 338.590 1.260 20.154
2500 1.496 5.983 11.965 345.500 1.285 20.565 I
*For a 32-gallon garbage can with a top diameter equaling approximately 18.5 inches.
7-09.3(23W Repetition of Pressure Test Procedure
I
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
Any visible leakage detected shall be corrected by the Contractor regardless of the I
allowable leakage specified above. Should the water system being tested fail to
successfully meet the hydrostatic pressure test as specified, the Contractor shall, at no
expense to the Contracting Agency, locate and repair the defects and then re-test the
I
water system as herein specified. The Contracting Agency shall witness said repairs of
the defects found.
Defective materials or workmanship, discovered as a result of the hydrostatic pressure I
test, shall be replaced by the Contractor at no expense to the Contracting Agency.
Whenever it is necessary to replace defective material or correct the workmanship, the I hydrostatic pressure test procedure shall be repeated by the Contractor at its own
expense until a satisfactory hydrostatic pressure test is obtained.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-92 DOWNTOWN STAIRCASE
I
I .
7-09.3(24) Disinfection of Water Mains
I ("DOWNTOWN STAIRCASE***)
Revise this subsection to read:
All new water mains, water service connection pipelines and appurtenances thereof,
I and repaired portions of existing water mains, or extensions thereto, shall be filled,
flushed, and disinfected using this procedure.
I All costs to comply with this Section 7-09.3(24) are incidental to the Contract and are
the responsibility of the Contractor. The Contractor shall include all related costs in the
unit or lump sum bid prices of the Contract.
I
7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water
Service Connections
(***DOWNTOWN STAIRCASE"'")
IRevise this subsection to read:
The disinfection procedure for connections to existing mains shall be as specified
in Section 7-09.3(19)A. "Connections to Existing Mains." The disinfection procedure for
I service connections shall be as specified in Section 7-15.3(5) "Pressure Testing and
Disinfection of Water Service Connections."
I 7-09.3(24)N Final Flushing and Testing
(***DOWNTOWN STAIRCASE**'`)
Revise this subsection to read:
I When satisfactory results of the intermediate chlorine residual test(s) have been
achieved, the disinfection solution shall be thoroughly flushed and expelled from all
parts of the water system to be tested, including from the water service connection
I pipelines. Replacement water shall be fed into the water system to be tested through a
flushing box obtained and connected by the Contractor. To ensure expulsion of the
solution, chlorine residual tests shall be conducted at the designated non-source
I sample points, and at the end of each water service connection pipeline, and the tests
shall show a residual not in excess of that carried in the Contracting Agency's system in
the vicinity of the "feed point(s)."
I Due to the restricted capacity of the flushing box, low flushing velocities should be
anticipated.
I Before flushing has commenced, the hydrant barrel and the flushing box and its
appurtenances shall be disinfected using the procedure as that provided in Section 7-
09.3(24)S. "Filling Procedure."
IFlushing overnight will not be permitted.
I
7-09.3(24)0 Repetition of Flushing and Testing
(***DOWNTOWN STAIRCASE***)
Revise this subsection to read:
Should the first disinfection procedure (consisting of the initial and subsequent
I bacteriological tests constituting one "round" of tests) yield unsatisfactory
bacteriological test results, the disinfection procedure shall be repeated by the
Contractor at its own expense until satisfactory results are obtained. Failure to obtain
I satisfactory test results shall be considered as failure by the Contractor to keep the pipe
clean before and during construction, and/or failure to properly disinfect the watersystem.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-93 DOWNTOWN STAIRCASE
1
7-09.3(241P Sequence of Hydrostatic Pressure Testing and Water for Testing
("`*DOWNTOWN STAIRCASE***)
Add the following new subsection:
The hydrostatic pressure test shall be performed after the water system to be tested
has been initially filled, but before bacteriological sampling is conducted. The
Contractor shall comply with the requirements for this procedure provided in Section 7-
09.3(23) "Hydrostatic Pressure Test."
The Contracting Agency shall provide a reasonable quantity of water for the testing '
procedures described herein. The Contracting Agency shall first provide approval to the
Contractor for use of said water, based upon its determination whether supply in excess
of normal domestic demands is available at that particular time. Excessive wasting of
water shall not be permitted. The cost for water in excess of a quantity deemed
reasonable by the Engineer shall be borne by the Contractor in accordance with the
Contracting Agency's latest fee schedule.
7-09.3(24)Q Equipment for Main Filling. Flushing and Disinfection
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
In order to prevent possible contamination of the water system and to reduce wasting of
water, the Contracting Agency shall provide to the Contractor one of two devices each '
time the Contractor requests water to be supplied to the water system to be tested. For
the filling procedure hereinafter detailed in Section 7-09.3(24)S. "Filling Procedure," the
Contracting Agency shall provide a backflow prevention device (hereinafter referred to
as a "chlorinator box") for this purpose. For the chlorine residual testing, flushing and
sampling procedures hereinafter detailed in Section 7-09.3(24)T. "Intermediate Chlorine
Residual Test," Section 7- 09.3(24)N. "Final Flushing and Testing," Section 7-
09.3(24)V. "Initial Bacteriological Sampling," and Section 7-09.3(24)W. "Subsequent
Bacteriological Sampling," the Contracting Agency shall provide a different backflow
prevention device, hereinafter referred to as the "flushing box."
The chlorinator box is equipped with an electrically-driven chemical feed pump which
can be adjusted to provide a free chlorine concentration of approximately fifty parts per
million (50 ppm) at a variety of flow rates. The chlorinator box is also provided with a
short section of two and one-half (2%) inch diameter inlet hose adaptable to a two and
one-half (2%) diameter NST hose thread, and is equipped with a meter and double
check valve assembly. A power source with a minimum capacity of one hundred ten
(110) volts A.C. and five hundred (500) watts shall be supplied by the Contractor to
operate the pump. The flushing box is also provided with a short section of two and
one-half(2%) diameter inlet hose adaptable to a two and one-half inch (2%) NST hose
thread, and is equipped with a meter and double check valve assembly, but has no
chemical feed pump. Both the chlorinator box and flushing box shall be checked out by
the Contractor at Lakehaven Utility District's Water Operations Building on an "as-
available" basis, upon execution of an agreement holding the Contracting Agency
harmless from any damage to either device while in the Contractor's custody. Other
sections of two and one-half (2%) diameter hose to be used for connecting either
device to the water system to be tested can also be provided to the Contractor on an
"as-available" basis. The Contractor shall supply all labor and equipment necessary to
load and unload either device at the Water Operations Building. The chlorinator box
P 9
shall be returned to the Water Operations Building after each day's use by the
Contractor.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-94 DOWNTOWN STAIRCASE I
No other method of disinfection/chlorine solution acceptable,injection will be unless,
J
I
prior to use, the Contractor obtains written approval from the Engineer. The use of dry
chlorine compounds inserted into the water system during installation is prohibited and
deemed an unacceptable disinfection procedure by the Contracting Agency.
ITo provide access at all extremities of the water system to be tested and in the absence
of a permanent blowoff assembly or fire hydrant assembly necessaryfor filling,
I disinfecting, and hydrostatically testing the water, the Contractor shall furnish temporary
blowoff assemblies meeting the requirements of the Standard Plans, including
provisions for temporary thrust restraint. During testing procedures, the Contractor shall
' furnish a standpipe assembly for permanent blowoff assemblies as that shown for
temporary blowoff assemblies in the Plans. All hoses used for connecting the
III
chlorinator box or flushing box will be furnished by the Contracting Agency at the Water
Operations Shop buiding. The Contractor shall furnish all hoses, dechlorination
I equipment and materials, velocity dissipaters, and/or containment vessels for flushing,
draining, and disposing the disinfection solution from the water main.
I In addition, the Contractor shall furnish containers of twelve percent (12%) hypochlorite
solution and a chlorine residual testing kit (capable of detecting a range from 0 to no
more than 250 ppm free chlorine residual) required for the disinfection procedure.
I7-09.3(24)R Sample Collection and Bacteriological Testing Results
("DOWNTOWN STAIRCASE***)
I Add the following new subsection:
Bacteriological samples shall remain in the custody of the Contracting Agency at all
times. Sample bottles will be brought to the Project site and samples collected and
' delivered to the laboratory by the Contracting Agency or an authorized agent thereof.
Lakehaven Collections of the first sample shall be limited to Monday, Tuesday and
Wednesday between 8:00 a.m.. and 2:00 p.m., excluding holidays. Second day samples
shall be limited to Tuesday, Wednesday, and Thursday. between 8:00 a.m.. and 2:00
Ip.m., excluding holidays.
Copies of the written reports of bacteriological tests shall be obtained from the
I
laboratory only by employees of the Contracting Agency or an authorized agent thereof.
7-09.3(24)S Filling Procedure
I
("DOWNTOWN STAIRCASE'")
Add the following new subsection:
Each extremity of the water main system to be tested shall be equipped with a fire
I
hydrant assembly or permanent blowoff assembly, as shown on the Plans. Other pipe
extremities shall be equipped with a temporary blowoff assembly meeting the
requirements of the Standard Plans. The end of each water service connection pipeline
I
shall be equipped with a temporary valve to be used during this main filling, flushing,
disinfection, and hydrostatic pressure testing procedure, if the meter setter has not
been installed.
' The water system to be tested, including water service connection pipelines, shall be
filled with a chlorinated water solution by use of the chlorinator box, so that all parts of
the water system to be tested shall have an initial free chlorine residual of at least fifty
I
parts per million (50 ppm), but not more than one hundred parts per million (100 ppm).
The Contractor shall connect the chlorinator box between the existing water system and
a point on the water system to be tested, which is selected by the Contractor and
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-95 DOWNTOWN STAIRCASE
1
approved by the Engineer. Representatives of the Contracting Agency shall observe
this filling process. '
If water is drawn from a fire hydrant on the existing water system, the flow shall be
regulated from said hydrant by use of the auxiliary gate valve, with the main hydrant
valve fully opened (to close the hydrant barrel drain valve).
The Contractor shall disinfect the hydrant barrel and the chlorinator box and its
appurtenances by infusing a one percent (1%) hypochlorite solution into a hydrant port
after the auxiliary gate valve is closed and after the main hydrant valve is opened. This
solution shall be discharged from the hydrant barrel through the chlorinator box before it
is connected to the water system to be tested.
The initial chlorine content shall be tested at pipe extremities and other representative
points, the number of which is a function of the size of the water system to be tested,
and shall be determined by and at the direction of the Engineer, and witnessed by
representatives of the Contracting Agency. These points shall hereinafter be referred to
as the"designated non-source sample points."
During the filling process, all valves and other appurtenances to the water system to be
tested shall be operated by the Contractor. '
The hydrostatic pressure test shall be undertaken at this time, before proceeding
further, in accordance with Section 7-09.3(23) "Hydrostatic Pressure Test". I
7-09.3(24)T Intermediate Chlorine Residual Test
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
The disinfection solution shall be retained in the water system to be tested for a period
of at least twenty-four (24) hours. After this period, the Contractor shall obtain and I connect a flushing box from the existing system to the water system to be tested in
order to conduct a test for free chlorine residual. This test shall be performed by the
Contractor and witnessed by the Engineer. The test will be deemed acceptable if the
residual measured at the designated non-source sample points is no lower than forty
parts per million (40 ppm) less than the initial free chlorine residual recorded during the
filling procedure. If this residual is not achieved, the Contractor shall clean and/or
disinfect the water system by use of the chlorinator box to refill the system with more
disinfection solution and provide for a further retention period. The hydrant barrel and
flushing box and its appurtenances shall be disinfected using the procedure as that
provided in Section 7-09.3(24)S."Filling Procedure." '
7-09.3(24)U Discharge of Disinfection Solution
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
The environment to which the chlorinated water disinfection solution is to be discharged
shall be inspected by the Contractor and if there is any question that the chlorinated
discharge will cause damage to the environment, a reducing agent shall be applied to
the water to be wasted to neutralize the chlorine residual remaining in the water (such
as sodium thiosulfate in burlap sacks placed across the water stream). Disposal may be
made to any available sanitary sewer, provided the rate of disposal does not overload
the sewer and the disposal is approved by the sewer agency having jurisdiction.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-96 DOWNTOWN STAIRCASE ,
,
I
Where necessary, Federal, State, and local regulatory agencies should be contacted to
Idetermine special provisions for the disposal of heavily chlorinated water.
7-09.3(24W Initial Bacteriological Sampling
("DOWNTOWN STAIRCASE'')
Add the following new subsection:
Bacteriological samples shall be collected by the Contracting Agency from the
I source(s) and the designated non-source sample points, using the flushing box
obtained and connected by the Contractor. The hydrant barrel and the flushing box and
its appurtenances shall be disinfected using the procedure as provided in Section 7-
09.3(24)S "Filling Procedure." The Contractor shall not disconnect the box nor its
appurtenances nor otherwise cause any disturbanceprior to the collection of the
samples. At least fifteen (15) minutes prior to the scheduled time for collection of the
samples, the flow from the source tap(s) and the designated non-source sample points
Ishall be regulated by the Contractor to a flow conducive to the collection of the
samples.
1 Bacteriological samples will be analyzed for total coliform bacteria, and for
heterotrophic bacteria by the heterotrophic plate count (HPC) analysis. The maximum
allowable coliform content of the flushed sample shall be zero (0). The maximum
I allowable HPC population count in all source samples shall be eighty counts per
milliliter(80/m1). The maximum allowable HPC population count for samples from any of
the designated non-source sample points shall be no greater than twenty counts per
1 milliliter (20/m1) above the highest HPC population count from a source sample.
The HPC population count from any source sample that exceeds eighty counts per
I milliliter (80/m1) shall be deemed as an indeterminate test and the Contractor shall
obtain and connect a flushing box to allow new samples to be drawn for initial
bacteriological testing in accordance with the procedures provided herein.
I • 7-09.3(241W Subsequent Bacteriological Sampling
(***DOWNTOWN STAIRCASEE')
Add the following new subsection:
I A subsequent bacteriological sample shall be collected by the Contracting Agency at
each point where an initial bacteriological sample was collected, again using a flushing
box obtained and connected by the Contractor. The hydrant barrel and the flushing box
I and its appurtenances shall be disinfected using the procedure as provided in Section 7-
09.3(24)S. "Filling Procedure." The Contractor shall not disconnect the box nor its
appurtenances nor otherwise cause any disturbance prior to the collection of the
I samples. At least fifteen (15) minutes prior to the scheduled time for collection of the
samples, the flow from the source tap(s) and the designated non-source sample points
shall be regulated by the Contractor to a flow conducive to the collection of the samples.
IThese subsequent bacteriological samples shall be collected at least twenty-four (24)
hours, but no longer than forty-eight (48) hours after the initial bacteriological samples
were collected. However, the subsequent bacteriological samples may be collected
I
later than forty-eight (48) hours after the initial bacteriological samples were collected
upon concurrence of the Contractor. The results of the tests performed by the
laboratory on these samples shall meet the same criteria as those allowed for the initial
I bacteriological samples. No flushing of the water system to be tested will be allowed
between initial and subsequent bacteriological sampling procedures. The Contractor
may charge the system with the flushing box and run no more than sixty (60) seconds
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-97 DOWNTOWN STAIRCASE
1
of flow at each designated non-source sample point to purge the sample station prior to
collecting the test sample. I
The water system shall be deemed disinfected when written results of both the initial
and subsequent bacteriological tests, constituting one "round" of tests, meet the criteria111
herein set forth. Before placing the water system into service, a satisfactory written
report shall be received by the Contracting Agency from the certified laboratory
evidencing successful tests. The Contractor's attention is directed to Section 7-
09.3(19)A. "Connections to Existing Mains," which provides for the maximum allowable
period when a connection to the existing system is to be made by the Contractor after
the water system has been deemed disinfected.
7-09.3(241X Main Cleaning
(***DOWNTOWN STAIRCASE'`*)
Add the following new subsection:
The Contractor shall flush and drain the section of new main as directed by the
Contracting Agency's on-site representative immediately following satisfactory
completion of all bacteriological testing. After the main has been flushed to the
satisfaction of the Contracting Agency's on-site representative, the Contractor shall
connect the new water main improvements to the existing water system and the new
water main improvements will be placed into service as approved, and as may be
directed, by the Contracting Agency's representative.
In the event that the new water system improvements fail pass two (2) "rounds" of initial
and subsequent bacteriological tests, the Contractor may request to have the '.
Contracting Agency perform main cleaning. The Contractor must notify the Contracting
Agency one (1) week in advance of the time such main cleaning is desired to be
performed. The Contractor shall cooperate with the main cleaning efforts.
The main cleaning procedure will require the furnishing and installation by the
Contractor at its own expense, temporary cube launch facilities at the extremities of the
water system to be tested. For water mains less than or equal to 8-inch diameter,
permanent blowoff assemblies meeting the requirements of Section 7-09.3(22) "Blowoff
Assemblies," temporary blowoff assemblies meeting the requirements of Section 7-
09.3(24)Q. "Equipment for Main Filling, Flushing and Disinfection," and fire hydrants are
acceptable for use as cube launch facilities. For water mains larger than 8-inch
diameter, the temporary cube launch facility shall consist of ductile iron pipe and fittings
connected to each end of the water main, extended to a point between one (1) and
three (3) feet above the ground surface with a blind flange tapped two-inch (2") and
providing the minimum size as follows: I
12-inch water main —8-inch cube launch facility
16-inch and 24-inch water main— 12-inch cube launch facility '
The interior of all pipe and fittings used for temporary cube launch facilities shall be
cleaned of all deleterious material and swabbed and/or sprayed with a clean, one
percent (1%) hypochlorite solution mixed in a clean container, before they are installed.
At the conclusion of main cleaning, the Contractor shall remove and dispose the
temporary cube launch facilities, and restore the water system and ground surface to
meet the requirements of the Plans and these Specifications, all at its own expense.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-98 DOWNTOWN STAIRCASE ,
I
The Contractor shall repair and restore at its own expense, any damage caused by the
I main cleaning procedure, including, but not limited to, erosion caused by water flow
from blowoffs, fire hydrants, and cube launch facilities.
I This main cleaning procedure shall not relieve the Contractor of its responsibility for
ensuring the proper disinfection of the water system it installed.
I 7-09.3(25) Placing New Water Facilities Into Operation
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
I Subsequent to satisfactory completion of hydrostatic pressure testing, disinfection, and
bacteriological testing, and taste and odor testing, the Contracting Agency will allow the
new water facilities to be directly connected to the existing Contracting Agency's water
supply system. The Contractor shall complete any remaining connections between the
I new water facilities and existing water facilities, and the new facilities placed into active
service, within 72- hours of the satisfactory completion of the water quality testing.
Opening of new or existing valves to place the new water facilities into operation shall
Ionly be performed by the Contracting Agency.
Before final acceptance, the new water facilities shall remain in operation for a period of
I at least ten (10) calendar days. Any leaks or other defects in the Work detected in that
period shall be promptly corrected by the Contractor to the satisfaction of the
Contracting Agency, at the sole expense of the Contractor.
1 7-09.3(26) Concrete Thrust Blocking
(***DOWNTOWN STAIRCASE***)
I Add the following new subsection:
Conform to The Lakehaven Utility District standard details for general blocking, and
vertical blocks herein. All fittings to be blocked as shown on the plans shall be
wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed
I
with plywood or other acceptable forming materials and shall not be poured around
joints. The forms shall be stripped prior to backfilling.
I Blocking shall be commercial concrete (hand mixed concete is not allowed) and
poured in place.
I 7-09.3(27) Tapping Sleeve and Tapping Gate Valve Installation
(***DOWNTOWN STAIRCASE***)
Add the following new subsection:
I Tapping sleeves and tapping gate valve assemblies shall be installed on existing water
mains at points of water main connections (normally denoted as "wet taps" or "tapping
tees") shown on the Plans. Tapping sleeves and tapping gate valves shall be installed
I in accordance with the manufacturer's recommendations using tools and equipment
specifically designed for this work. Tapping sleeves and tapping gate valve assemblies
shall first be tested by air or water at a minimum pressure of one hundred (100) pounds
per square inch, with no perceptible loss after at least two (2) minutes, after installation
I
onto the existing main and before cutting into the existing main. Bedding and backfill
material shall be carefully compacted around the assembly after it is installed. The
Contractor shall also comply with applicable provisions of Section 7-09.3(19)A
I "Connections to Existing Mains."
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
INOV 2018 SP-99 DOWNTOWN STAIRCASE
7-09.4 Measurement
(***DOWNTOWN STAIRCASE***)
Revise this section to read:
"Cap Existing Water Main", shall be measured per each.
Measurement for payment of capping, testing and placing back into service the existing
water main will be by per each. Measurement for concrete thrust blocking or concrete
thrust restraint will be incidental to the water pipe bid items. Measurement for fittings
will be incidental to the bid item. Measurement for coordination with Lakehaven Water
and Sewer District, including but not limited to coordination of schedule, shut down of
adjacent valves, inspection and opening of adjacent valves will be incidental to the bid
item.
If a separate bid Proposal item is included, measurement for gravel base for trench
backfill shall be based on computed volume within the excavated neat line trench width
and depth, not to exceed the neat-line payment limits as shown on the Water Main
Trench Detail, and for the length measured horizontally along the pipeline where the
material is used, as directed by the Engineer. Otherwise, all such Work, including
materials as designated on the Plans or necessary to complete the trench backfill to
subgrade or finish grade as applicable, shall be considered incidental to the bid
Proposal items for water facility installation. '
No separate measurement or payment will be made for furnishing, placing, and
compacting pipe zone bedding or backfill as shown in the Plans. All costs for the Work
shall be included in and be incidental to the bid Proposal items(s) for installation of the
respective water facilities.
Measurement for shoring or extra excavation cl. B will be as specified in Section 2-09.4, '
and shall apply to all temporary shoring or equivalent trench stabilization and worker
protection methods and materials for the Work under this Contract.
7-09.5 Payment
(***DOWNTOWN STAIRCASE***)
Revise this section to read:
Payment will be made for each of the following Bid items that are included in the
Proposal:
"Cap Existing Water Main", per each.
The unit contract price per each for "Cap Existing Water Main" shall be full pay
for all Work to remove the existing gate valve, install an 8" blind flange, and
install thrust blocking per the Lakehaven Water and Sewer District standard
details, including but not limited to excavating, backfilling, pipe and fittings, and
cover and cleanup. '
END OF DIVISION
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-100 DOWNTOWN STAIRCASE
DIVISION 8 MISCELLANEOUS CONSTRUCTION
' 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
' 8-01.3 Construction Requirements
8-01.3(2)B Seeding and Fertilizing
' (January 3, 2006 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
' species which will grow without irrigation at the project location, and approved
by the Engineer. The application rate shall be two pounds per 1000 square
feet.
' (January 3, 2006 WSDOT GSP, OPTION 6)
Section 8-01.3(2)B is supplemented with the following:
Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied
' at the rate of 10 pounds per 1000 square feet.
8-02 ROADSIDE RESTORATION
' 8-02.1 Description
(December 1, 2017 CFW GSP STREETS DIV)
' The first paragraph of Section 8-02.1 is revised to read:
All plant materials required by the Bid Documents shall be plant species including plant
establishment (PSIPE) per the Standard Specifications.
' 8-02.2 Materials
(December 1, 2017 CFW GSP-STREETS DIV)
' The first paragraph of Section 8-02.2 is revised to read:
Root Barrier: 18-inch high, minimum thickness 0.090-inch, interlocking root barrier
panels constructed of high-impact polypropylene with 1/2-inch reinforcing tabs.
' Cast Iron Tree Grate: The Contractor shall provide 4-foot x 6-foot Kiva tree grates as
indicated in the City Standard details, and as manufactured by Urban Accessories,
Tacoma, WA, (877) 487-0488, or approved equal.
8-02.3 Construction Requirements
(**DOWNTOWN STAIRCASE***)
' Section 8-02.3 is supplemented with the following:
Topsoil Type A Installation
Till or rip native subgrade soils to a minimum depth of 12 inches. Break up all silt-clay
' bonded aggregates to a maximum size of 1 inch. Install topsoil to a depth of 18 inches.
Topsoil shall be kept consistently moist throughout profile prior to planting. When
installing topsoil (Types Al and A2), the Contractor shall not compact topsoil during
' topsoil placement and planting operations.
Transplanting of Existing Plant Materials
' Contractor shall photo inventory existing plant material to be transplanted as indicated
on the Plans prior to beginning Work on site.
Remove existing trees, shrubs and groundcover and maintain in a healthy living
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-101 DOWNTOWN STAIRCASE
condition. Replant materials in their original locations upon completion of the Work. Any
plant material that has died or been damaged due to lack of standard care or through
Contractor's handling shall be replaced in kind, both of type and size, at no additional
cost.
Root barrier shall be installed at all trees located next to sidewalks or other concrete or
man-made facilities.
8-02.3(1) Responsibility During Construction I
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls,
and associated roadside work is completed. Landscape materials shall not be
installed until weather permits and installation has been authorized by the
Engineer. If water restrictions are anticipated or in force, planting of landscape
materials may be delayed.
Throughout planting operations, the Contractor shall keep the premises clean, '
free of excess soils, plants, and other materials, including refuse and debris,
resulting from the Contractor's work. At the end of each work day, and as each
planting area is completed, it shall be neatly dressed, and all surrounding walks
and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing
will be allowed. At the conclusion of work, the Contractor shall remove surplus
soils, materials, and debris from the construction site and shall leave the project
in a condition acceptable to the Engineer.
8-02.3(4)Topsoil
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-02.3(4) is supplemented with the following:
Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions
and shall be supplied by a Contractor's supplied source, and as approved by the
Engineer.
8-02.3(5) Planting Area Preparation ,
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of twelve-inches (12") except within critical root zones of existing trees to remain,
as noted on plans. Scarified subgrade shall be inspected and approved by the
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two-inches (2") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
to a minimum depth of 4 inches lightly compacted depth in all seeded areas,
unless otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow
g Y p
to surface drainage and prevents ponding.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-102 DOWNTOWN STAIRCASE ,
I
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
I mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
I The costs of removing all excess material and debris shall be considered
incidental to and included in the unit contract prices of other items in this
contract.
I8-02.3(8) Planting
(***DOWNTOWN STAIRCASE***)
I Section 8-02.3(8) is supplemented with the following:
Use loosened and replaced compacted mineral native soil without organics under
tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for
shrubs, ground cover, grasses, vines, and perennials.
ITrees shall be handled by the rootball, not by the trunk. Burlap and wire shall
remain intact until trees are set in their final positions within each planting pit.
I
Plant all plant material upright and rotate in order to give the best appearance or
relationship to adjacent plants, topography, and structures. Hold plant rigidly in
I position until topsoil has been backfilled and water settled free of voids and air
pockets and tamped firmly around the ball or roots.
I When the pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets
around the perimeter of, and immediately adjacent to the root system. Carefully
I place water and compact planting topsoil, filling all voids. Tree root crowns to be
1" higher than finished grade to allow for settlement.
When the planting pit is three quarters backfilled, fill with water and allow water to
Isoak away. Fill the pits with additional topsoil to finish grade and continue
backfilling as detailed on the Plans. Water trees immediately after planting.
I The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3-31.
I 8-02.3(10) Fertilizers
(***DOWNTOWN STAIRCASE***)
Section 8-02.3(10) is supplemented with the following:
I All fertilizers shall be furnished in standard unopened containers with weight,
name of plant nutrients and manufacturer's guaranteed statement of analysis
clearly marked, in accordance with State and Federal law.
I
Fertilizer tablets shall be slow release 20-10-5 with micronutrients, 21 grams
r
each with a minimum 6 month slow release duration. A minimum of 1 tablet for 1
gallon shrubs, 2 tablets for 3 gallon shrubs, and 5 tablets for 2-inch caliper trees
I
and larger.
Fertilizer tablets shall be installed in accordance with the manufacturer's written
Iinstructions and are considered incidental to the PSIPE bid item.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
INOV 2018 SP-103 DOWNTOWN STAIRCASE
1
8-02.3(11) Bark or Wood Chip Mulch
(***DOWNTOWN STAIRCASE***) 111
Section 8-02.3(11) is supplemented with the following:
Shredded Bark Mulch
Shredded bark mulch shall be placed to a uniform non-compacted depth of 3
inches over all planting areas.
8-02.3(13) Plant Establishment
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-02.3(13) is supplemented with the following:
Plant establishment shall consist of insuring resumption and continued growth of
all planted materials including trees, shrubs, ground cover, and seeded areas for
a period of one (1) year. This shall include, but is not limited to, labor and
materials necessary or removal and replacement of any rejected plant material
planted under this contract.
8-02.3(16) Lawn Installation
8-02.3(16)A Lawn Installation
(***DOWNTOWN STAIRCASE***)
Section 8-02.3(16)A is supplemented with the following: '
Seed of the following mix, rate, and analysis shall be applied at the rates shown
below on all areas requiring roadside restoration seeding within the project:
Roadside Restoration Seed Mix 1
Seed Application Rate: 100-120 lbs/acre
Bonded Fiber Matrix: 2,500 lbs/acre
Fertilizer: 23-11-11
Fertilizer Rate: 523 lbs/acre
Seed shall meet or exceed Washington State Department of Agriculture Certified I
Seed Standards.
The seed certification class shall be Certified (blue tag) in accordance with WAC
16-302 and meet the following requirements:
Prohibited Weed 0% max.
Noxious Weed 0% max.
Other Weed 0.20% max.
Other Crop 0.40% max.
The Contractor shall document all Source Identified seed by providing the I
Association of Official Seed Certifying Agents (AOSCA) yellow seed label for each
species in the mix. Site Identification Logs can be supplied for collections where
the AOSCA yellow label is not available.
8-02.4 Measurement
(***DOWNTOWN STAIRCASE***)
The first paragraph of Section 8-02.4 is revised to read:
Topsoil, mulch, and soil amendments will be measured by the cubic yard in the hauling
vehicle.
Section 8-02.4 is supplemented with the following:
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-104 DOWNTOWN STAIRCASE
1
"PSIPE, Amelanchier Arborea `Autumn Brilliance'" will be measured per each.
' "PSIPE, Prunus X Yedoensis ` Akebono"" will be measured per each.
"PSIPE, Robinia Pseudoacacia `Frisia"'will be measured per each.
"PSIPE, Cornus Sericea Kelseyi" will be measured per each.
' "PSIPE, Lonicera Pileata" will be measured per each.
"PSIPE, Manhonia Nervosa" will be measured per each.
"PSIPE, Pittosporum Tobira, `Wheeler's Dwarf" will be measured per each.
' "PSIPE, Prunus Laurocerasus 'Otto Luyken"" will be measured per each.
"PSIPE, Calamagrostis X Acutiflora 'Karl Forester" will be measured per each.
"PSIPE, Miscanthus Sinensis, `Morning Light"will be measured per each.
"PSIPE, Muhlenbergia Capillaris, `Regal Mist' TM" will be measured per each.
"PSIPE, Pennisetum Alopecuroides, `Hameln"will be measured per each.
"PSIPE, Clematis Armandii ` Snowdrift" will be measured per each.
"PSIPE, Euphorbia Amygdaloides Robbiae" will be measured per each.
"PSIPE, Fragaria Chiloensis" will be measured per each.
"PSIPE, Lirope Spicata" will be measured per each.
"PSIPE, Allium Gigantum `Globemaster"', will be measured per each.
' Root barrier will not be measured, and shall be incidental to trees.
Tree stakes, fertilizer and topsoil shall be incidental to other bid items.
Removal, storing, and transplanting of plants, as called out in the plans, is incidental to
other bid items.
"Seeded Lawn Installation" will be computed in square yards of actual lawn completed,
established, and accepted. The unit contract price will also include all topsoil,
' preparation, fertilizer, establishment, and mowing as called for in the specifications.
8-02.5 Payment
I
(***DOWNTOWN STAIRCASE***)
The second and third paragraphs of Section 8-02.5 are revised to read:
"Topsoil Type Al", per cubic yard.
"Topsoil Type A2", per cubic yard.
The unit Contract price per cubic yard for"Topsoil Type Al" and "Topsoil Type A2" shall
be full payment for all costs for the specified Work.
(***DOWNTOWN STAIRCASE***)
' Section 8-02.5 is supplemented with the following:
"Shredded Bark Mulch", per cubic yard.
The unit Contract price per cubic yard for"Shredded Bark Mulch" shall be full pay for
furnishing and spreading the mulch onto the existing soil.
"PSIPE, Amelanchier Arborea `Autumn Brilliance'" per each.
"PSIPE, Prunus X Yedoensis ` Akebono" per each.
"PSIPE, Robinia Pseudoacacia 'Frisia" per each.
"PSIPE, Cornus Sericea `Kelseyi"' per each.
' "PSIPE, Lonicera Pileata" per each.
"PSIPE, Manhonia Nervosa" per each.
"PSIPE, Pittosporum Tobira, `Wheeler's Dwarf' per each.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-105 DOWNTOWN STAIRCASE
1.
"PSIPE, Prunus Laurocerasus 'Otto Luyken" per each.
"PSIPE, Calamagrostis X Acutiflora 'Karl Forester" per each. ,
"PSIPE, Miscanthus Sinensis, `Morning Light' per each.
"PSIPE, Muhlenbergia Capillaris, `Regal Mist' TM" per each.
"PSIPE, Pennisetum Alopecuroides, `Hameln' per each.
"PSIPE, Clematis Armandii ' Snowdrift' per each.
"PSIPE, Euphorbia Amygdaloides Robbiae" per each.
"PSIPE, Fragaria Chiloensis" per each.
"PSIPE, Lirope Spicata" per each.
"PSIPE, Allium Gigantum `Globemaster"', per each.
8-03 IRRIGATION SYSTEMS 1
8-03.1 Description
(December 1, 2017 CFW GSP-STREETS DIV) •
Section 8-03.1 is supplemented with the following:
The work shall consist of installing a fully functioning and complete landscape irrigation
system. 1
Some private irrigation systems exist within the project limits which may be impacted by
the project improvements. The Contractor shall minimize the impacts to these facilities
to the maximum extent possible. In the event that irrigation systems are found to
encroach within the limits of the project improvements, they shall be modified as
necessary per Engineer directed force accounts to ensure satisfactory operation upon
completion of the improvements.
8-03.3 Construction Requirements
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-03.3 is supplemented with the following:
The Contractor shall apply and pay for associated fees for the water meter and
installation through the Lakehaven Utility District. Permit fees will be reimbursed at
actual invoice cost in accordance with Section 8-03.3(15). Application review may take
up to 6 weeks.
The Contractor shall provide, install, and set the irrigation meter in location as shown on
the Plans. The Contractor shall coordinate installation and all required inspections with
the Lakehaven Utility District. Tapping of active water mains must be performed by
Lakehaven, or authorized agent for large diameter taps, and any connection to an
irrigation system, including testing, requires an approved backflow prevention device.
All work shall be in strict conformance with the Lakehaven Utility District Water System '
and Sewer Standards, together with the plans, details and manufacturer's written
information regarding recommended installation procedures. References to the use of
galvanized pipe in the Standard Specifications and Amendments shall be replaced with
Schedule 80 PVC or other Engineer accepted pipe material.
Private sprinkler irrigation systems found to encroach within the limits of improvements 1
shall be modified as necessary to remove the encroachment and to ensure satisfactory
operation of the remaining system. The Contractor shall ensure that existing private
systems remain in operation during the construction of this project. The Contractor shall
furnish temporary water to disconnected existing irrigation systems. Private irrigation
systems that have been damaged during construction activities shall be repaired within 5
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-106 DOWNTOWN STAIRCASE '
I
working days. The Contractor shall be liable for any damage due to irrigation facilities
I damaged by his operations and shall repair such damaged facilities to an "equal or
better than" original condition. This work will include, but not be limited to, cutting and
capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and
Iconnections, and testing of the system.
8-03.3(7) Flushing and Testing
I (December 1, 2017 CFW GSP-STREETS DII)
Section 8-03.3(7) is supplemented with the following:
The Contractor shall pretest and prove functional then advise the Engineer at
least 48 hours before pressure and coverage tests are to be conducted and shall
Iave the approval of the Engineer before backfilling. Mainlines shall be tested at
140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be
accepted, the Contractor, in the presence of the Engineer, shall perform a
I sprinkler head water coverage test to determine if the water coverage and
operation of the system is complete and satisfactory. If any part of the system is
inadequate it shall be repaired or replaced at the Contractor's expense and the
Itest repeated until accepted.
All backfilled trenches shall be repaired by the Contractor at his expense,
Iincluding restoration of plant materials.
8-03.3(15) Lakehaven Utility District Connection Fees
I (December 1, 2017 CFW GSP-STREETS DIV)
Section 8-03.3(15) is supplemented with the following:
Fees payable to the Lakehaven Utility District for permitting and connection of the
irrigation meter will be reimbursed at actual cost.
I
For the purpose of providing a common proposal,' and for that purpose only, the
Contracting Agency has estimated the cost of permit fees and has arbitrarily
I
entered that amount in the bid proposal to become part of the total bid by the
Contractor.
I Any labor, materials, or equipment necessary to prepare the necessary
applications to obtain the permit and coordinate necessary inspections and
approval shall be included in the lump sum bid price "Automatic Irrigation
I
System, Complete" and shall not be reimbursable under the item "Lakehaven
Utility District Connection Fees".
I 8-03.4 Measurement
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-03.4 is supplemented with the following:
:9
"Automatic Irrigation System, Complete" will be measured by lump sum for the
installation of the new irrigation system within the City's right-of-way outlined in the
contract documents, complete and in full operating condition.
No separate measurement will be made for Lakehaven Utility District Connection Fee,
as all work shall be reimbursed at actual cost.
I
I
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
INOV 2018 SP-107 DOWNTOWN STAIRCASE
8-03.5 Payment
(December 1, 2017 CFW GSP-STREETS DIV) '
Section 8-03.5 is supplemented with the following:
Payment will be made for the following bid items when included in the proposal:
"Automatic Irrigation System Complete", per lump sum I
The lump sum price shall be full compensation for furnishing all labor, materials, tools,
electrical services connection costs, and equipment necessary or incidental to the
construction of the complete and operable sprinkler irrigation system shown in the Plans
or as directed by the Engineer. Excavation, backfill, bedding material, conduits, wiring,
and testing are all included in this bid item. ,
All costs for furnishing and installing controller, pads, enclosures, conduit, wiring,
irrigation controller, new irrigation meter and connection to existing main, all control
wiring, backflow preventer, vault enclosures, valves, piping, and all other required
components for a fully functional system where indicated and as detailed in the Plans
and all costs of inspections and tests performed on Cross Connection Control shall be
considered incidental to and included in the unit contract price for Automatic Irrigation I
System.
"Lakehaven Utility District Connect Fees", per force account. ,
The Contractor shall pay the Lakehaven Utility District access fees at the time they
purchase the meters. Payment for Lakehaven Utility District Connection Fee shall be a
reimbursement for actual permit cost, and no additional payment will be made.
8-04 CURBS. GUTTERS. AND SPILLWAYS
8-04.2 Materials
("*`DOWNTOWN STAIRCASE***)
Section 8-04.2 is supplemented with the following:
See Division 033521, Exterior Site Concrete for material requirements for "Cement
Conc. Pedestrian Curb" and "Cement Conc. Plaza Curb".
8-04.3 Construction Requirements
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-04.3 is supplemented with the following:
The sub-base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter. I
White-pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown I
in the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow
paint. Paint and application shall conform to the Standard Specifications for traffic paint
striping.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-108 DOWNTOWN STAIRCASE '
' 8-04.4 Measurement
(December 1, 2017 CFW GSP- STREETS DIV)
Section 8-04.4 is supplemented with the following:
' "Cement Conc. Pedestrian Curb" shall be measured per lineal foot. This curb is used in
locations also identified as "planter curb" on the plans.
' "Extruded Curb" shall be measured per lineal foot.
"Cement Conc. Traffic Curb and Gutter" shall be measured per lineal foot.
"Cement Conc. Plaza Curb" shall be measured per lineal foot.
Pedestrian curbing associated with ADA ramps shall be incidental to the "Cement Conc.
' Curb Ramp" bid item.
Painting of curbs, where required, will not be measured and is considered incidental to
' the unit price of the type of curb.
8-04.5 Payment
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-04.5 is supplemented with the following:
"Cement Conc. Pedestrian Curb", per lineal foot.
' "Extruded Curb", per lineal foot.
"Cement Conc. Traffic Curb and Gutter" per lineal foot.
"Cement Conc. Plaza Curb" per lineal foot.
The unit price per lineal foot of curb is inclusive of crushed aggregate base, sawcutting,
formwork, and finishing.
8-09 RAISED PAVEMENT MARKERS
8-09.1 Description
' (December 12, 2012 CFW GSP— TRAFFIC DI1,0
Section 8-09.1 is supplemented with the following:
RPM's shall be installed per City of Federal Way Standard Details.
8-09.2 Materials
(December 12, 2012 CFW GSP— TRAFFIC Dll/)
' Section 8-09.2 is supplemented with the following:
RPM'S shall not be ceramic.
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.2 Materials
(January 2, 2018 WSDOT GSP)
Section 8-12.2 is supplemented with the following:
Coated Chain Link Fence
Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per
' square foot of surface area. Fencing materials shall be coated with an ultraviolet-
insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or
coating shall be applied in accordance with the manufacturer's written instructions. The
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 SP-109 DOWNTOWN STAIRCASE
Contractor shall provide the Engineer with the manufacturer's written specifications
detailing the product and method of fabrication. The color shall match SAE AMS
Standard 595 color number 37038 (black), or be as approved by the Engineer.
Samples of the coated fencing materials shall be approved by the Engineer prior to
installation on the project.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a
minimum of 14 ounces each of paint of the color specified above. The touch-up paint
shall be compatible with the coating system used.
8-12.4 Measurement
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-12.4 is replaced with the following:
"Black Vinyl Coated Chain Link Fence", is measured per linear foot, along the ground
line, exclusive of openings. End, gate, corner, and pull posts for chain link fence are
included in this bid item.
8-12.5 Payment
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-12.5 is supplemented with the following:
•"Black Vinyl Coated Chain Link Fence", per linear foot.
The unit Contract price per linear foot for"Black Vinyl Coated Chain Link Fence" shall be
full payment for all costs for the specified Work including brace post installation; end,
corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12
for Chain Link Fence, unless covered in a separate Bid Item in this section.
8-14 CEMENT CONCRETE SIDEWALKS 1
8-14.2 Materials
('"*DOWNTOWN STAIRCASE***) I
Section 8-14.2 is supplemented with the following:
See Division 033521, Exterior Site Concrete for material requirements for "Cement
Conc. Pedestrian Curb" and "Cement Conc. Plaza Curb". '
8-14.3 Construction Requirements
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or
other pedestrian access routes to discuss construction requirements. Those attending
shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing
the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb
ramp or pedestrian access route Work. I
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans. ,
2. Inspection
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-110 DOWNTOWN STAIRCASE ,
I
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
I6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
1 (April 3, 2017 WSDOT GSP, OPTION 2)
Section 8-14.3 is supplemented with the following:
Timing Restrictions
I Within an intersection, the crossing of one leg of the intersection shall be constructed at
a time and shall be completed and open to traffic within five calendar days before
construction can begin on another intersection unless otherwise allowed by the
Engineer.
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins
I when an existing curb ramp for the quadrant or traffic island/median is closed to
pedestrian use and ends when the quadrant or traffic island/median is fully functional
and open for pedestrian access.
I (April 3, 2017 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
1 The Contractor shall meet the requirements depicted in the Contract documents. Using
the information provided in the Contract documents, the Contractor shall layout, grade,
and form each new curb ramp, sidewalk, and curb and gutter.
December 1, 2017 CFW GSP- STREETS DI
Section 8-14.3 is supplemented with the following:
I Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall
be constructed at a maximum distance of 5 feet from each full depth expansion joint,
except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers
I in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and
shall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
Y
All completed work shall be so barricaded as to prevent damage. Any damaged
I sections shall be removed and replaced at the Contractor's expense. Landscaped areas
disturbed during construction shall be restored to original condition at the Contractor's
expense.
IScored Cement Concrete Sidewalk shall be broom finished and scored as detailed on
the Plans.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
INOV 2018 SP-111 DOWNTOWN STAIRCASE
8-14.3(5) Detectable Warning! Surface 1
("DOWNTOWN STAIRCASE**)
Section 8-14.3(5) is supplemented with the following:
MMA-Style Truncated Dome Detectable Warning Surfaces shall be liquid-applied
Vanguard ADA Systems, or approved equal.
8-14.4 Measurement
(***DOWNTOWN STAIRCASE'k**)
Section 8-14.4 is supplemented with the following:
The bid item for"Cement Conc. Sidewalks" includes the base crushed aggregate
material. Items measured under this bid item are a 4" depth and are located on, but not
limited to, S 316th Street.
The bid item for"Standard Cement Concrete Pavement" is measured on a square yard f
basis. This bid item includes the base crushed aggregate material. Items measured
under this bid item are a 5" depth and are located at, but not limited to, the PAEC and
NE Plaza areas. l
The bid item for"Cement Conc. Curb Ramp Type Perpendicular" includes the base
crushed aggregate material. The application of the detectable warning surface material
on the curb ramps is included in this bid item.
The bid item for"MMA Style Truncated Dome Detectable Warning Surface" is measured
at the mid-block crossing location and along the graded pedestrian access ramp.
Detectable warning surfaces to be installed on new curb ramps is included in the curb
ramp bid item.
8-14.4 Payment
(***DOWNTOWN STAIRCASE***)
Section 8-14.5 is supplemented with the following:
"Cement Conc. Sidewalk", per square yard.
"Standard Cement Concrete Pavement" per square yard.
"Cement Conc. Curb Ramp Type Perpendicular", per each. I
"MMA Style Truncated Dome Detectable Warning Surface", per square foot.
8-20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS. ELECTRICAL I
8-20.1 Description
(December 12, 2012 City of Federal Way)
Section 8-20.1 is replaced with the following:
Work includes furnishing and installing all materials necessary to provide:
1. A fully functional RRFB system on S 316th Street.
2. A fully functional decorative street light illumination system onsite.
3. A fully functional decorative street light illumination system on the north side of S
316th Street. I
4. A fully functional festival electrical outlet system on the north side of S 316th
Street.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-112 DOWNTOWN STAIRCASE '
Bid Alternative#A1 includes furnishing and installing all materials necessary to provide:
1. A fully functional festival electrical outlet system onsite.
2. A fully functional low voltage landscape up-light system onsite.
Bid Alternative#A2 includes furnishing and installing all materials necessary to provide:
1. A fully functional lit handrail and lit site furnishings onsite as shown on the plans.
All work shall be performed as shown in the Plans in accordance
with applicable
Standard Specifications and Standard Plans included herein and the following Special
111 Provisions. Work shall include the supply, testing, and installation of all traffic signal
9
hardware including the communication cable and interface system, and when specified,
the modification of such an existing system.
' The work involves, but shall not be limited to, the following:
1. Junction boxes
2. Conduit and wire
3. Luminaires
4. Illumination poles and bases
5. Electrical service, enclosures, connections, and bases
1 See also:
Division 260000— Electrical General Conditions
Division 260010—Excavation and Backfill for Electrical Underground Utilities
Division 260519—Wires and Cables
Division 260526—Grounding and Bonding
Division 260532—Outlet and Pull Boxes
Division 260533— Raceway
Division 262726—Switches and Receptacles
Division 265000— Lighting
8-20.1(1) Reaulations and Code
(March 13, 2012 CFW GSP- TRAFFIC DIV)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget
Sound Energy and the Washington State Department of Labor.
8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP- TRAFFIC DIV)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
' 8-20.1(3) Permitting and Inspections
(December 1, 2017 CFW GSP- TRAFFIC DIV)
Section 8-20.1(3) is supplemented with the following:
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work
involved.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-113 DOWNTOWN STAIRCASE
1
8-20.2 Materials
Section 8-20.2 is supplemented with the following: 1
(March 13, 2012 CFW GSP- TRAFFIC DIV)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association. I
Crushed surfacing top course and crushed surfacing base course shall meet the
requirements of Section 9-03.9(3) of the Standard Specifications. I
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications). I
8-20.2(1) Equipment List And Drawinos
(January 26, 2012 CFW GSP- TRAFFIC DIV)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre-construction conference, the Contractor
shall submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
Manufacturer's technical information shall be submitted for signal, electrical and
luminaire equipment, all wire, conduit, junction boxes, and all other items to be
used on the project. Approvals by the Engineer must be received before material
will be allowed on the job site. Materials not approved will not be permitted on the
job site.
8-20.3 Construction Requirements I
8-20.3(1) General
(May 15, 2000 WSDOT NWR GSP, OPTION 2)
Section 8-20.3(1) is supplemented with the following:
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the
service cabinet, is energized within 72 hours of installation.
October 31, 2005 WSDOT NWR GSP, OPTION 5) 1
Section 8-20.3(1) is supplemented with the following:
Construction Core Installation
The Contractor shall coordinate installation of construction cores with Contracting
Agency maintenance staff through the Engineer. The Contractor shall provide
written notice to the Engineer, a minimum of seven working days in advance of
proposed installation. The Contractor shall advise the Engineer in writing when
construction cores are ready to be removed.
(May 15, 2000 WSDOT NWR GSP, OPTION 6)
Section 8-20.3(1) is supplemented with the following:
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the
job site without the Engineer's approval.
(January 26, 2012 CFW GSP— TRAFFIC DIV)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-114 DOWNTOWN STAIRCASE '
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
• Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
• Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
• Abandoned conduit encountered during excavation shall be removed to
the nearest outlets or as directed by the Engineer.
• Remove foundations entirely, unless the Plans state otherwise.
• Backfill voids created by removal of foundations and junction boxes.
' Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
8-20.3(2) Excavating and Backfilling
(January 8, 2013 CFW GSP— TRAFFIC DIV)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system. Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an
approved manner. The trench bottom shall be graded to provide a uniform
grade.
2. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
' minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing
pavement section, whichever is greatest. The asphalt concrete surface
cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved
equal immediately before resurfacing, applied to the entire edge and full
depth of the pavement cut. Immediately after compacting the new asphalt
surface to conform to the adjacent paved surface, all joints between new
and original pavement shall be filled with joint sealant meeting the
111 requirements of Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified.
1 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-
way and outside the traveled way shall have a minimum of twenty-four
inches (24") cover over conduits. Such trenches shall be backfilled with
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-115 DOWNTOWN STAIRCASE
1
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with bank run gravel unless the
Engineer determines that spoils from the trench excavation are suitable for
backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surroundingground, including 9 a
matching depth of top soil, mulch and/or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible.
Backfill shall be carefully placed so that the backfilling operation will not disturb 1
the conduit in any way. The backfill shall be thoroughly mechanically tamped in
eight-inch (8") layers with each layer compacted to ninety-five percent (95%) of
maximum density in traveled ways, and ninety percent (90%) of maximum
density elsewhere at optimum soil moisture content.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard 1
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the
public.
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications. I
Excavation for foundations shall be completed by vactor excavation. This
•
excavation shall be incidental to the signal or illumination bid items.
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-20.3(2) is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and
the City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans. I
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all
utilities may be shown on the plans. I
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of
the Engineer for resolution.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-116 DOWNTOWN STAIRCASE I
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes.
The Contractor shall get approval from the Engineer prior to installation. The
Contractor may consider changing depth or alignment of conduit to avoid utility
conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the
surface by the various utility companies. If a conflict is identified, the following
rprocess shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
the foundation,junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the
exact location of other utilities. Potholing must be approved by the
Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8-20.3(4) Foundations
(December 1, 2017 CFW GSP- TRAFFIC D111
Section 8-20.3(4) is supplemented with the following:
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where
the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the
pad shall be flush with the sidewalk. A construction joint shall be provided
between the two units.
' The foundation for the controller and service cabinets shall conform to the detail
on the Plans. Conduits shall be centered horizontally except service conduit,
which shall be placed at the side of the power panel.
' Foundations for Type I traffic signal poles shall conform to Standard Plan J-
21.10-01.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-117 DOWNTOWN STAIRCASE
t
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans. I
Foundations for streetlight poles shall conform to City of Federal Way Drawing
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.3(5) Conduit 1
8-20.3(5)A General
(March 16, 2011 CFW GSP— TRAFFIC DI1/) 111
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance. I
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads. I
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot-dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall
be approved by the Engineer prior to starting work. The recommended
owner/type abbreviations are:
PSE—Puget Sound Energy111
QWEST—Qwest
COMCAST(AT&T)/C— Cable
COMCAST(AT&T)/F—Fiber ,
SIC—City Signal Interconnect
City Spare—City spares
Cobra—COBRA luminaire system I
8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit
(June 24, 2013 WSDOT NWR— OPTION 1)
Section 8-20.3(5)A1 is supplemented with the following:
Conduit Seal
Exisitng conduits, entering cabinets, that are scheduled to have cables added or I
removed shall be sealed with an approved mechanical plug or waterproof foam at
both ends of the conduit run.
Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled 1
to have cables added or removed shall be sealed according to this section.
8-20.3(5)B Conduit Type
(March 16, 2011 CFW GSP— TRAFFIC DIV)
Section 8-20.3(5)B is supplemented with the following:
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-118 DOWNTOWN STAIRCASE I
I
All conduits for signal cable raceways under driveways shall be rigid galvanized
Isteel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8-20.3(5)E3 Boring
(October 16, 2006 WSDOT NWR, OPTION 1)
I Section 8-20.3(5)E3 is supplemented with the following:
In addition to the requirements for boring with casing, the Contractor shall submit
to the Engineer for approval a pit plan and a proposed method of boring that
includes, but is not limited to, the following:
1) A pit plan depicting:
• a) Protection of traffic and pedestrians.
b) The dimension of the pit.
li I c) Shoring, bracing, struts, walers or sheet piles.
1 d) Type of casing.
2) The proposed method of boring, including:
I a) The boring system.
b) The support system.
c) The support system under and at the bottom of the pit.
IThe shoring and boring pit plan shall be prepared by and bear the seal and
signature of a Washington State licensed Professional Civil Engineer.
IInstalled casing pipe shall be free from grease, dirt, rust, moisture and any other
deleterious contaminants.
Commercial concrete meeting the requirements of Section 6-02.3(2)B may be
used to seal the casing.
I8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 8-20.3(6) is supplemented with the following:
I Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
I All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
I the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
Junction boxes, cable vaults and pull boxes which are placed within the sidewalk
I
shall have slip resistant lids which meet the requirements of Americans with
Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline
(PROWAG). Approved products are:
•
1.) Mebac1 (their most aggressive surface) manufactured by IKG Industries
2.) SIipNOT Grade 3-coarse manufactured by W.S. Molnar Company.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
! ' NOV 2018 SP-119 DOWNTOWN STAIRCASE
1
All streetlight junction boxes not placed in the sidewalk shall be placed
immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if
roadway)
adjacent to roa y) to the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than
0.6 and have a proven track record of outdoor application which lasts for at least
10 years.
Wiring shall not be pulled into any conduit until all associated junction boxes 1
have been adjusted to, or installed in, their final grade and location, unless
installation is necessary to maintain system operation. If wire is installed for this
reason, sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8) is not maintained. No splicing will be permitted. 1
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system
per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be
grounded per Section 8-20.3(9). 1
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30-01.
Fiber vaults shall be installed in accordance with the following: 1
1. All openings around conduits shall be sealed and filled with grout to
prevent water and debris from entering the vaults or pull boxes. The
grout shall meet the specifications of the fiber vault manufacturers. 1
2. Backfilling around the work shall not be allowed until the concrete or
mortar has set. 1
3. Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
installation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic bearing lids shall be raised to final grade using ring risers to
raise the cover only.
5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-120 DOWNTOWN STAIRCASE 1
I
6. All existing conduits will need to be open and exposed for access within
the vault. Care shall be taken to identify which conduits have existing
cables. All conduits will extend 2 inches within the vault walls. At the 2-
inch mark the excess conduit on the existing structure will need to be
removed and all cables exposed.
7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the
existing conduits are at a minimum of 4 inches above the top of the floor.
8-20.3(8)Wiring
' (March 13, 1995 WSDOT NWR, OPTION 2)
Section 8-20.3(8) is supplemented with the following:
Wire Splices
IAll splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR, OPTION 3)
I Section 8-20.3(8) is supplemented with the following:
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
I (March 6, 2012 CFW GSP— TRAFFIC DIV)
Section 8-20.3(8) is supplemented with the following:
I Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall
bear the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
' The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting
connector kits. Installation shall conform to details in the Standard Plans.
8-20.3(9) Bonding. Grounding
(August 21, 2006 WSDOT NWR)
Section 8-20.3(9) is supplemented with the following:
Where shown in the Plans or where designated by the Engineer, the metal frame
and lid of existing junction boxes shall be grounded to the existing equipment
grounding system. The existing equipment grounding system shall be derived
from the service serving the raceway system of which the existing junction box is
' a part.
(December 1, 2017 CFW GSP- TRAFFIC DIV)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-121 DOWNTOWN STAIRCASE
1 .
junction boxes and any modified existing junction boxes. For the purposes of this
section, a box shall be considered "modified" if new current-carrying conductors I
are installed, including low-voltage conductors.
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department
of Labor and Industries standards, and shall be grounded so that the ground will
not break when the lid is removed and laid on the ground next to the junction
box. I
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, %-inch in diameter by 10-feet long,
connections shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields
shall be neatly wired and terminated on suitable grounding lugs.
(October 23, 2014 CFW GSP- TRAFFIC DIV)
Section 8-20.3(9) is supplemented with the following:
In addition to the service grounds provided at the service cabinet each Type II, Ill, I
IV, or V signal standard shall have a supplemental ground installed per Standard
Plan J-60.05.
8-20.3(10) Services. Transformer. Intelligent Transportation System Cabinet 1
(March 13, 2012 CFW GSP- TRAFFIC DIV)
Section 8-20.3(10) is supplemented with the following:
The Contractor shall apply for an electrical service connection with Puget Sound
Energy or Tacoma Public Utilities as applicable and make arrangements for a
new electrical service connection.
The Engineer will approve Electrical Service Installations. The Contractor shall
request the City of Federal Way Building Division to perform required inspections
for service approval. I
Electrical service is detailed in the Plans. The Contractor shall notify the City of
Federal Way inspector when the service is ready for connection. ,
A two-circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The
underground electrical service shall be brought to the load center in minimum
2-inch conduit. Wire sizes and conduit terminations between the load center and
the connection location shall meet the requirements of PSE or Tacoma Public
Utilities as applicable. The service shall be split in the load center into a 120-volt
circuit for the signals and 240 volt for the illumination. When the service is to be
provided from an overhead source, the Contractor shall provide conduit from the
electrical service to ten feet up the power pole from which service is provided.
Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In
addition, the Contractor shall provide service conductors from the electrical
service to the top of the conduit on the power pole with 30 feet of service wire
111
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-122 DOWNTOWN STAIRCASE I
1
coiled at top and provide the local electrical utility with 30 feet of 2-inch conduit to
make the connection.
Electrical service cabinet will be painted inside with white polyurethane or
polyester urethane power coat in accordance with Section 6-07. Outside will be
bare aluminum finish.
The twist lock photocell shall be mounted on top of the luminaire closest to the
electrical service.
' All circuit breakers shall be clearly marked or labeled.
8-20.3(13) Illumination Systems
(December 1, 2017 CFW GSP- TRAFFIC DIV)
' Section 8-20.3(13) is supplemented with the following:
The existing lighting systems shall remain operational until the new systems are
functioning. The Engineer may approve partial interruptions required because of
staging.
8-20.3(131A Light Standards
' (March 15, 2012 CFW GSP— TRAFFIC DIV)
The 8th paragraph of this section is deleted and replaced with the following:
All new and relocated metal light standards shall be numbered per City of
' Federal Way Development Standard Drawing number 3-39B.
Section 8-20.3(13)A is supplemented with the following:
' Each roadway luminaire shall be installed with a shorting cap on each individual
luminaire fixture, except the roadway luminaire closest to the electrical service
shall be installed with photocell.
8-20.3(13)B Vacant
(January 2, 2019 CFW GSP)
Section 8-20.3(13)6 is deleted and replaced with the following:
8-20.3(1316 Decorative Light Standards
All new decorative luminaire installations shall be light-emitting diode (LED).
' Decorative light standards shall be per City of Federal Way Development
Standard Drawing number 3-43. Standards shall be manufactured by Phillips
Lumec or approved equal. Control units shall be manufactured by CIMCON.
Phillips Lumec order shall include:
1. Philips Lumec luminaire fixture product number: CAND1-40W42LED4K-
R-PC-C-RLE3-240- GN8TX-LMS12511Z; including luminaire housing and
driver modules, optical and electrical components, wiring and hardware.
2. Philips Lumec pole product number: SM6N-19-FS2-PSS16-10 1/2-DEC-
GN8TX-LMS12511Z-LAB; including pole, banner arm access door, plant
support, decorative cover, ballast module, ballast tray, weld cover and
base cover.
3. Philips Lumec pole bracket product number: CN1-1A-90deg-BA-DRI-
111 PH7/240-GN8TX-LMS12511Z; including lighting bracket, and GFI
receptacle.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 SP-123 DOWNTOWN STAIRCASE
1
4. Replacement Pole Cap with Bracket: RETRO-137203-90-CN1-1A-
[DECOCAP-007]-GN8TXLMS12511 U. I
5. Wiring Harness: RETRO-162776-60-ring-001].
All standards shall:
1. Be installed with breakaway bolts per the standard plans included in
these Specifications.
2. Be of the color GN8-TX, textured dark green and shall have powder
coating.
3. Have 120V built in duplex receptacle installed at the top of the pole.
4. Have a handhole for access to the tray-mounted ballasts.
5. Include an Anchor Plate with 11-1/2" bolt circle diameter.
CIMCON Control Units shall include:
1. CIMCON Node Mondule: iSLC-3300-240-A-IO-.5
8-20.3(13W Illuminated Handrail
("*DOWNTOWN STAIRCASE') '
Section 8-20.3(13)F is a new section:
The illuminated handrail shall be in conformance with the following:
LED Lighted Railing
Insert LED light stick into slotted tube.
• Source: Selected high brightness LED
• Life (L70/70% brightness): 50,000 hours
• Light Output: 4000K
• Housing: Stainless Steel
• Mounting: Clip System
• Listings: ETL listed for wet or dry locations.
• Length: As indicated on the Drawings.
• Power Requirement: 24V
• Power Consumption: 4 W/ft
• Power Supply: 24V/100W
• Temperature Range: -40° C through +60° C
• Product Rating: Interior and exterior applications, ETL, Class 2 circuit.
8-20.3(13)G Bench and Seating Recessed Linear Lighting
(**DOWNTOWN STAIRCASE***)
Section 8-20.3(13)G is a new section:
The bench and seating recessed linear lighting shall be Klus Lokom #6554-A
with Gel coated IP65 5Watt LED Tape.
8-20.3(14)E Pedestrian Push Button Assembly
(December 31, 2017 CFW GSP– TRAFFIC DIV)
Section 8-20.3(14)E is a new section:
The position and orientation of the pedestrian push buttons shall be determined
by the Engineer in the field. The pedestrian push button shall have voice
message indicating that lights are flashing.
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-124 DOWNTOWN STAIRCASE '
I
8-20.3(17) "As Built" Plans
(December 18, 2009 CFW GSP— TRAFFIC DIV)
Section 8-21.3(17) is deleted and replaced with the following:
I Upon completion of the project, the Contractor shall furnish an "as-built" drawing
I locations, detectors, junction
of the intersection showing all signal heads, pole
boxes, Illumination system showing luminaire locations, miscellaneous
I equipment, conductors, cable wires up to the signal controller cabinet, and with a
special symbol identifying those items that have been changed from the original
contract drawings. All items shall be located to within one foot (1') horizontally
Iand six inches (6") vertically above or below the finished surface grade.
8-20.4 Measurement
I (***DOWNTOWN STAIRCASE***)
Section 8-20.4 is replaced with the following:
"RRFB System, Complete — S 316th St" shall be measured per lump sum and no
specific unit of measurement will apply, but measurement will be for the sum total of all
I
items for a complete system to be furnished.
"Decorative Illumination System, Complete — Onsite" shall be measured per lump sum
I and no specific unit of measurement will apply, but measurement will be for the sum total
of all items for a complete system to be furnished.
I "Decorative Illumination System, Complete — S 316th St" shall be measured per lump
sum and no specific unit of measurement will apply, but measurement will be for the sum
total of all items for a complete system to be furnished.
I "Festival Outlet System, Complete — S 316th St" shall be measured per lump sum and
no specific unit of measurement will apply, but measurement will be for the sum total of
Iall items for a complete system to be furnished.
"Festival Outlet System, Complete — Onsite" shall be measured per lump sum and no
specific unit of measurement will apply, but measurement will be for the sum total of all
I
items for a complete system to be furnished.
This is an alternative bid item.
I "Low Voltage Landscape Up-light System, Complete — Onsite" shall be measured per
lump sum and no specific unit of measurement will apply, but measurement will be for
the sum total of all items for a complete system to be furnished. This lump sum quantity
is inclusive of two spare up-light tree lighting fixtures being provided to city maintenance
I forces.
This is an alternative bid item.
I "Site Furnishing and Handrail Lighting System, Complete — Onsite" shall be measured
per lump sum and no specific unit of measurement will apply, but measurement will be
I for the sum total of all items for a complete system to be furnished. Included in this bid
item are modifications to the on-site illumination system (reduction from 18 to 17 AL Pole
fixtures), as well as any modifications to conduits/junction boxes as shown on Bid Alt
#A2 as compared to the base bid.
IThis is an alternative bid item.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
NOV 2018 SP-125 DOWNTOWN STAIRCASE
8-20.5 Payment
(***DOWNTOWN STAIRCASE'""``) I
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following:
"RRFB System, Complete—S 316th St" per lump sum. I
The lump sum price for"RRFB System, Complete — S 316th St" shall be full pay
for furnishing all labor, equipment, and materials necessary to supply, install, and
test, installation of new RRFB equipment, excavation, constructing foundations,
conduit, wiring, junction boxes, trenching, backfilling and compacting, restoring
facilities damaged or destroyed during construction, testing, electrical inspection,
as-built plans, permit costs, and all other components necessary to make a
complete system shall be included with the lump sum measurement.
"Decorative Illumination System, Completelete—Onsite" per lump sum.
"Decorative Illumination System, Complete—S 316th St" per lump sum.
The lump sum price for"Decorative Illumination System, Complete— S 316th St"
and "Decorative Illumination System, Complete — Onsite" shall be full pay for
furnishing all labor, equipment, materials and supplies necessary to complete the
work as specified. Excavation, constructing foundations, conduit, junction boxes,
wiring, connections, trenching, backfilling and compacting, restoring facilities
damaged or during construction, testing, electrical meter fees/ installation,
electrical inspections, as-built plans, permit costs, and all other components
necessary to make a complete system are included in this bid item. The lump 111sum price shall include all costs associated with connecting the decorative
illumination system to the service cabinet and for making modifications to the
existing systems as necessary. All items and labor necessary to supply, install,
and test the poles, conduit, wiring, junction boxes, service circuit breaker and 111
connections, electrical connections, connections with existing conduit and
junction boxes, permit costs, and all other components necessary to make a
complete system shall be included within the lump sum measurement.
"Festival Outlet System, Complete—S 316th St", per lump sum.
"Festival Outlet System, Complete—Onsite", per lump sum. I
The lump sum price for "Festival Outlet System, Complete — S 316th St" and
"Festival Outlet System, Complete — Onsite" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as
specified. Excavation, constructing foundations, conduit, junction boxes, wiring,
connections, trenching, backfilling and compacting, restoring facilities damaged
or during construction, testing, electrical inspections, as-built plans, permit costs,
and all other components necessary to make a complete system are included in
this bid item. The lump sum price shall include all costs associated with
connecting the festival outlet system to the service cabinet and for making
modifications to the existing systems as necessary. All items and labor
necessary to supply and install the conduit, wiring, junction boxes, electrical
connections, connections with existing conduit and junction boxes, GFI outlets,
boxes and covers, restoring facilities destroyed or damaged during construction,
salvaging existing materials, testing the system, permit costs, and all other
components necessary to make a complete system shall be included within the
lump sum measurement. I
"Low Voltage Landscape Up-light System, Complete—Onsite" per lump sum.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-126 DOWNTOWN STAIRCASE '
I
The lump sum price for "Low Voltage Landscape Up-light System, Complete -
I Onsite" shall be full pay for furnishing all labor, equipment, materials and supplies
necessary to complete the work as specified. Excavation, constructing
foundations, conduit, junction boxes, wiring, connections, trenching, backfilling
I and compacting, restoring facilities damaged or during construction, testing,
electrical inspections, as-built plans, permit costs, and all other components
necessary to•make a complete system are included in this bid item. The lump
I sum price shall include all costs necessary to supply and install the conduit,
wiring, lighting fixtures, junction boxes, electrical connections, connections with
existing conduit and junction boxes, GFI outlets, restoring facilities destroyed or
I damaged during construction, salvaging existing materials, testing the system,
permit costs, and all other components necessary to make a complete system.
"Site Furnishing and Handrail Lighting System, Complete—Onsite" per lump sum.
I The lump sum price for"Site Furnishing and Handrail Lighting System, Complete
— Onsite" shall, be full pay for furnishing all labor, equipment, materials and
supplies necessary to complete the work as specified. Excavation, constructing
I foundations, conduit, junction boxes, wiring, connections, trenching, backfilling
and compacting, restoring facilities damaged or during construction, testing,
electrical inspections, as-built plans, permit costs, and all other components
I necessary to make a complete system are included in this bid item. The lump
sum price shall include all costs necessary to supply and install the conduit,
wiring, lighting fixtures, junction boxes, electrical connections, connections with
I existing conduit and junction boxes, GFI outlets, restoring facilities destroyed or
damaged during construction, salvaging existing materials, concrete forming and
finishing to accommodate the electrical components and conduits, testing the
system, permit costs, and all other components necessary to make a complete
I system. The cost for the handrail itself shall be covered under a separate bid
item, and this bid item includes only the addition of the handrail lighting. The cost
for the concrete terrace blocks are covered under a separate bid item, and this
Ibid item includes only the addition of the site furnishing lighting system.
Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials,
I backfilling of trenches, pavement restoration of trenches and conduit/junction box
installations shall be incidental to the bid items included in this section and no additional
compensation will be made.
I
Coordination of service connections with Puget Sound Energy and any necessary
permits and fees associated with the service connections shall be considered incidental
I to the bid items included in this section and no additional compensation will be made.
•
All costs for installing junction boxes and conduit containing traffic signal system,
I illumination system, decorative illumination system, festival outlet system and/or
interconnect system wiring shall be incidental to the bid item(s) of this section and no
additional compensation will be made.
I All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
I Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
NOV 2018 SP-127 DOWNTOWN STAIRCASE
1
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
SECTION 8-21 PERMANENT SIGNING 1
8-21.1 Description
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installation and removal, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way
Standard Details at the locations shown in the Plans or where designated by the
Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner.
Colors of all permanent signs shall be submitted to the City for approval prior to
installation in the field.
8-21.3 Construction Requirements
8-21.3(2) Placement of Signs
(December 18, 2009 CFW GSP, TRAFFIC DIV)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days
111
of completion of the permanent signing installation to inspect, inventory, and log
all new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform '
Traffic Control Devices (MUTCD)with Washington State Supplements.
8-21.3(5) Sion Relocation I
(December 18, 2009 CFW GSP, TRAFFIC DIV)
Section 8-21.3(5) is supplemented with the following:
King County METRO and/or Pierce Transit personnel will remove and reinstall all I
existing bus stop signs and supports within the project limits. The Contractor
shall contact King County METRO at (206)684-2732 or Pierce Transit at
(253)581-8130 to coordinate sign work 2 weeks prior to the required sign
removal or installation. A copy of the record of communication shall be forwarded
to the City of Federal Way.
8-21.4 Measurement • 1
(***DOWNTOWN STAIRCASE***)
Section 8-21.4 is deleted and replaced with the following:
"Permanent signing" is measured per square foot.
8-21.5 Payment
(December 31, 2017 CFW GSP— TRAFFIC DIV)
Section 8-21.5 is deleted and replaced with the following: .
"Permanent Signing", per square foot.
The unit price shall include all labor, materials, tools, and equipment necessary to111
furnish and install permanent signing, sign removal, and sign relocation. Sign
covering shall be incidental and shall not be measured.
i
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-128 DOWNTOWN STAIRCASE '
I
. SECTION 8-22 PAVEMENT MARKING
8-22.1 Description
' (December 18, 2009 CFW GSP- TRAFFIC Dll/)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
' plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-
01.
8-22.2 Materials
(October 23, 2014 CFW GSP— TRAFFIC DIv/)
Section 8-22.2 Sentence#3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9-34.4.
Temporary Pavement Marking
' The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, as
shown on the Plans, specified in the Special Provisions, or as directed by the Engineer.
All costs in connection with the use of reflective traffic tape as temporary pavement
markings shall be incidental to other bid items.
8-22.3 Construction Requirements
' 8-22.3(3) Marking Application
8-22.3(3)E Installation
' (December 31, 2017, CFW GSP- TRAFFIC Dl1/)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01.
8-22.3(3)G Glass Beads
(March 13, 2012, CFW GSP- TRAFFIC DIv/)
' Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10)
pounds per one hundred square feet.
' Bonded core elements shall be applied to Type D markings at a rate of ten (10)
grams per four(4) inch wide by one (1) linear foot of marking.
' 8-22.3(6) Removal of Pavement Markings
(December 31, 2017, CFW GSP- TRAFFIC DIV)
Section 8-22.3(6) is supplemented with the following:
' As indicated on the plans, the Contractor shall remove existing pavement
markings that may consist of paint, plastic and raised pavement markings.
' 8-22.4 Measurement
(December 13, 2012 CFW GSP- TRAFFIC DIV)
Section 8-22.4 is supplemented with the following:
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-129 DOWNTOWN STAIRCASE
1
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Payment ',
(December 31, 2017 CFW GSP- TRAFFIC DIV)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
The following is a new bid item:
"Removing Pavement Markings", per lump sum.
8-30 POTHOLING AND RESOLUTION OF UTILITY CONFLICTS
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-30 and it's subsections are new sections as follows: '
8-30.1 Description
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these
1111
costs by force account if the work proves to be acceptable and the Contractor had
performed the work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements !
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations,
offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is
required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as
directed by the Engineer. In areas subject to public traffic, the HMA patch shall match
the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing 1
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time 111
the Contractor is unable to proceed with progression of a specific work item (i.e.
storm drainage, underground utility installation etc.) due to conflicts with existing
facilities. However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict.
The Contractor shall be responsible to adjust his work schedule and/or
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-130 DOWNTOWN STAIRCASE I
I
reassign his work forces and equipment to other areas of work to minimize
Istandby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
I2. Additional work required to resolve utility conflicts will be paid for at the bid unit
prices for the associated work. Work that can be measured and paid for at the unit
I contract prices shall not be identified as force account work. This work includes but
is not limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
' grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
I change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts"will be measured for force account per Section 1-09.6.
I 8-30.5 Payment
(December 1, 2017 CFW GSP-STREETS DIV)
Section 8-30.5 is a new section:
I "Potholing", will be measured by force account.
"Resolution of Utility Conflicts", will be measured by force account
To provide a common proposal for all bidders, the City has estimated the amount for
I "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
I Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
I 8-30.5 Payment
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
I "Potholing Utilities and Structures", by force account.
"Resolution of Conflicts", by force account.
ITo provide a common proposal for all bidders, the Contracting Agency has estimated the
amount for"Potholing Utilities and Structures" and "Resolution of Conflicts" and entered the
amounts in the proposal to become a part of the total bid by the Contractor.
IUtility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no additional expense to the Contracting Agency.
I END OF DIVISION
I
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
I
NOV 2018 SP-131 DOWNTOWN STAIRCASE
DIVISION 9 MATERIALS
9-03 AGGREGATES
9-03.12 Gravel Backfill I
9-03.12(6) Pit Run Sand
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow ,
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-03.14(3) is modified with the following requirements:
Material from on-site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent
dry of optimum as determined in accordance with Section 2-03.3(14)D. The
material shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non-rainy periods and should be
111
removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to
drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square ' 100
4" square 90— 100
2" square 75 - 100
U.S. No. 4 50 -80
U.S. No. 40 50 max.
U.S. No 200 25 max.
For geosynthetic reinforced walls or slopes, 100percent passing 111 1'/<-
inch square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction 111
equipment is operated on its surface.
t
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-132 DOWNTOWN STAIRCASE '
9-03.21 Recycled Material
I9-03.21(1) General Requirements
(**`DOWNTOWN STAIRCASE')
' Section 9-03.21(1) is supplemented with the following:
Recycled glass will not be permitted in aggregate backfill or borrow products.
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Topsoil
9-14.1(1)Topsoil Type A
("DOWNTOWN STAIRCASE")
Section 9-14.1(1) is supplemented with the following:
' Topsoil Type Al
Provide topsoil that is free from subsoil, soil sterilants, pesticides, herbicides and
all other biologically harmful chemicals including chemical fertilizers, salts,
' refuse, roots, stones larger than one-quarter inch in largest direction, sticks,
weed seed, brush, litter, and other deleterious substances and of the following
composition as determined by volume:
' 1. 31% bio-stable fine well-composted organic material.
2. 66% granular material with a maximum of 3% by weight passing a #200
sieve.
' 3. 3% mineral rich organic biological carbon product including humic and
fulvic acids extracted by cold water.
Topsoil biological assay results shall be as follows:
1. Total bacteria: 250 pg/g minimum
2. Total fungi: 100-500 pg/g
3. Total fungi to bacterial ratio: 1.5 maximum
4. Mycorrhizal spore count: 25 Endo per cc minimum
5. Protozoa; Flagellates 10,000 minimum
6. Amoebae 10,000 minimum
1 7. Ciliates range 25—200
Permeability of topsoil shall be 2.2 x 10-1 to 3.7 x 10-1 in accordance with ASTM
D 2434 with a water holding capacity of 40 to 55%. Chromium, mercury, and
molybdenum shall be below detectable levels with Boron less than 1 ppm.
I Topsoil shall have a minimum California bearing ratio of 50 with a pH range of
5.7 to 7, a minimum cation exchange capacity of 5, and shall contain organic
fertilizer additives at a rate of 20 lbs per cubic yard with an overall soil balance of
' Ca 65-95%, Mg 10-15%, K 2-8%, Na 1-3%, and including the following:
1. Humic and fluvic acids, extracted using cold water
2. Water-soluble cold water species kelp.
1 3. High-nitrogen content organic materials such as alfalfa meal, soybean
meal, or feather meal.
' Manufacturer: Hendrikus Organics, EssentialSoil Erosion Control Blend in bulk
by TE Walrath, Gig Harbor, WA or approved equal.
•
CITY OF FEDERAL WAY PROJECT#201 !RFB#19-002
' NOV 2018 SP-133 DOWNTOWN STAIRCASE
I
Topsoil Type A2 I
To•soil T •e A2 Corn•osition—Sand Loam:
Mfyr s .' � ,
•
„a
�,�
Acidit ••H 6.0— 7.0
Salinity (E.C) 3.0 millimhos/cm
Maximum saturation at 25 degrees C
extract conductivi
All Gravel 0-5%
1.5"to No. 10
Coarse Gravel 0-1%
1.5"to 0.75"
Sand 70-90%
No. 10 to No. 270
Silt 0-15%
015% •
iK A' K
Fines 15%
Maximum Clay and
Silt Combined
Organic Content 3-5%
OM
Carbon Nitrogen Maximum 40:1
Ratio (C/N) '
Micronutrients—All Topsoil Type A2 Types
Total Nitrogen (N) 0.2% -0.6%
Available Phosphorus (P) 20—500ppm
Available Potassium (K) 50 -1000 ppm
Available Sodium (Na) (SAR) not to
(SAR) exceed 8.0
Fertilizer: Complete commercial synthetic slow release fertilizer, packed in water
proof containers, clearly marked with the name of the manufacturer, weight and
analysis. Formulation ratio: As per the recommendation provided in the Topsoil
Type A2 analysis.
Lime: Unless otherwise noted in the Topsoil Type A2analysis or directed by
Landscape Architect, lime shall be coarse, ground dolomite limestone containing 1
minimum 85% of total carbonates.
Organic Material: Shall be derived from an organic source free of contaminants,
animal or plant chemical additives or supplements. The material shall be fully
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-134 DOWNTOWN STAIRCASE I
I
composted material that does not contain cedar or redwood bark or wood,
I
black/brown in color.
Wood Residuals: Content of wood residuals such as Fir or Hemlock sawdust
1
present in the Topsoil Type A2 shall not cause the total Carbon to total Nitrogen
ratio to exceed 40 to 1. Cedar or redwood sawdust shall not be present in Topsoil
Type A2.
ISand: Shall be well washed and free of impurities, chemical or organic material to
the following gradation.
I Sieve Size Percent
Passing
10 95-100
35 0-75
I200 0-5
Drain Rock: Shall meet the requirements of Section 9-03.12(4), Gravel Backfill
Ifor Drains, of the Standard Specifications.
Drainage: Percolation shall be such that no standing water is visible 60 minutes
I
after at least 10 minutes of moderate to heavy rain or irrigation.
9-14.2 Seed
I (December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.2 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
I Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Hydroseed shall be composed of
the following varieties mixed in the proportions indicated, or approved equal:
SEEDED LAWN MIXTURE
INAME BY % %
WEIGHT PURITY GERMINATION
Tall Fescue/ Festuca arundinacea 40% 98% 90%
ICreeping Red Fescue/Festuca rubra 25% 98% 90%
Highland Colonial Bentgrass/Agrostis 50/0 98% 90%
capillaris var. 'Highland'
I Perennial Rye/ Lolimum perenne (blend of 30% 95% 90%
two: 'Fiesta II', `Prelude II', 'Commander'
I 9-14.3 Fertilizer
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.3 is supplemented with the following:
I Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
I9-14.4 Mulch and Amendments
9-14.4(3) Bark or Wood Chip Mulch
(***DOWNTOWN STAIRCASE')
ISection 9-14.4(3) is supplemented with the following:
Shredded Bark Mulch
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
I
NOV 2018 SP-135 DOWNTOWN STAIRCASE
1
Shredded bark mulch shall consists of tree bark from pine, hemlock, fir or
equivalent, aged a minimum of 6 months and no more than 18 months. The bark
shall be shredded so that the resulting pieces are no more than 1/4" thick with a
maximum length of no longer than two inches (2") of any individual component
and a minimum of seventy-five percent (75%) of the mulch shall pass through a
one inch (1") screen. Mulch shall be free of invasive weeds, seeds, or
propagules. The shredded bark mulch shall have the characteristics of retaining
moisture, forming a mat not susceptible to spreading by wind or rain, and
providing a good growth medium for plants. Shredded bark mulch may contain
up to fifty percent (50%) shredded wood material. Wood chips are not
acceptable. Bark mulch containing shredded wood shall be aged a minimum of
one year prior to installation. Bark mulch shall be free of soil, rocks, twigs, sod,
shavings, weeds, leaves and any other foreign materials deleterious to healthy
plant growth.
9-14.6 Plant Materials
9-14.612)Quality
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.6(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald '
injuries, bark abrasions, evidence of improper pruning or other objectionable
disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Trees will be provided with untapped, straight, single leaders, except for multiple
stem (clump)trees. Trees shall have full crowns and balanced branching.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.6(3) Handling and Shipping I
(December 1, 2017 CFW GSP-STREETS DIV/)
Section 9-14.6(3) is supplemented with the following:
All plant material shall be transported to planting locations with care to prevent
damage. Tie back branches as necessary, and protect bark from chafing with
burlap bags. Do not drag plant materials along ground without proper protection
of roots and branches. Protect rootballs from environmental or mechanical
damage and water as necessary to keep roots moist. Do not store plants for
more than one week.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-136 DOWNTOWN STAIRCASE '
1
9-14.6(4) Tagging
' (December 1, 2017. CFW GSP-STREETS DII)
Section 9-14.6(4) is supplemented with the following:
All plant material shall be legibly tagged. Tagging may be by species or variety
' with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging
prior to final acceptance.
' 9-14.6(5) Inspection
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.6(5) is supplemented with the following:
' The Contracting Agency shall reserve the option of selecting and inspecting plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing plants for shipping and delivery. The
Contractor shall neither deliver to site nor install plant materials until authorized
' by the Contracting Agency.
9-14.6(7) Temporary Storage
1 (December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.6(7) is supplemented with the following:
Cold storage of plants shall not be permitted.
' If planting is delayed more than 24 hours after delivery, set balled and burlapped
plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water plant material as necessary
until planted.
Plants shall not be stored for more than one week. Longer storage period at
project site will result in rejection of plant materials by the Contracting Agency.
' 9-14.7 Stakes, Guys, and Wrapping
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-14.7 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
I9-14.8 Root Barrier
(December 1, 2017 CFW GSP-STREETS DIV)
Add the following new section:
' Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root
barrier panels constructed of high-impact polypropylene with 1/2-inch reinforcing ribs.
9-15 IRRIGATION SYSTEM
9-15.1 Pipe, Tubing And Fittings
(December 1, 2017 CFW GSP-STREETS DIV)
' Section 9-15.1 is supplements with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
sleeving shall be Sch 40 PVC.
1
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-137 DOWNTOWN STAIRCASE
1
9-15.3 Automatic Controller
(*"*DOWNTOWN STAIRCASE***) ,
Section 9-15.3 is supplemented with the following:
:9
Substation
SubStation Display Features:
• High contrast 3.25" backlit mono LCD screen
• Screen resolution 128x64 pixels
• Screen LCD brightness of 250 lumens for easy viewing in direct sunlight
SubStation Features:
• Support up to 100 zones in any combination of two-wire and conventional wire
• Normally open or normally closed master valves and pump starts (if applicable) shall
be included in the zone count.
• Support up to 20 biSensor soil moisture sensors
• Support up to 3 separate normally closed or normally open pause or event devices—
each device shall be used to control per-program start, stop or pause behavior
• Support up to 3 flow sensors or meters
• Support up to 3 temperature sensors
• Support documented two-wire run lengths
• Provide a simple interface for networking setup
• Display status of devices and connection to the City of Federal way Base Station _ '
Communication Requirements:
• The SubStation shall communicate with a Base Station irrigation controller over a
wired or wireless TCP/IP-based connection meeting the City of Federal Way
requirements.
• The SubStation shall be connected to the same subnet as the Base Station.
• The SubStation shall be assigned to the Base Station by programming the IP
address of the SubStation into the controller.
• The SubStation shall be assigned a static IP address or it can operate in DHCP
mode.
• The SubStation shall be compatible with a Wi-Fi module.
Electrical Specifications Transformer Input:
• 120 VAC, 50 Hz to 60 Hz and a minimum of a 5 amp breaker
• Work shall be performed by a certified electrician for hard-wire installation.
Power Output:
• Station Output: 30 VAC RMS over two-wire
• Support up to 1.45 amp output
• The controller powers down the two-wire after one minute of idle time
• Drive current to a decoder shall be 100 to 250 milliamps (depending on-the solenoid)
• Support up to 110 device loads on a two-wire path
• 1, 2, and 4 station biCoders = 1/2 load
• 12 to 24 station Powered biCoder= 2 loads
• Soil Moisture Sensor= 1 load
• Flow biCoder or Flow Sensor= 3 loads
Solenoid Specification:
• Requires a typical solenoid with approximately 400 milliamps of inrush current and
approximately 200 milliamps holding current
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-138 DOWNTOWN STAIRCASE '
Surge:
' • 10 levels of surge protection
• Up to 5 levels of surge protection built into the controller boards
• Minimum surge response time of 1 picosecond
Wall Mount Enclosure:
• Dimensions: 15.50" x 12.38" x 6.40"
• 16 Gauge, 304-grade stainless steel
Model:
• Substation by Base Line Irrigation Solutions.
9-15.5 Valve Boxes and Protective Sleeves
(December 1, 2017 CFW GSP-STREETS DI
in
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12"W with green HDPE
Idrop in locking lid.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer
' concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-
20 loading in incidental and non-deliberate traffic areas. Valve box must be compliant
with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000Ibs. Box
shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover.
Verify size to fit Double Check Valve Assembly.
' Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
' 9-15.6 Gate Valves
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel,
suitable for residential or commercial potable water applications, with screwed bonnet,
non-rising stern, solid wedge disc and integral seats.
9-15.7 Control Valves
9-15.7(1) Manual Control Valves
' (December 1, 2017 CFW GSP-STREETS DIV)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non-rising stem,
solid wedge disc and integral seats, size to fit line.
9
' 9-15.13 Pressure Reaulatina Valves
(December 1, 2017 CFW GSP-STREETS DIV)
Section 9-15.13 is supplemented with the following:
' Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with
thermal expansion bypass, serviceable in line, with internal stainless steel strainer.
II
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-139 DOWNTOWN STAIRCASE
1
SECTION 9-28 SIGNING MATERIALS AND FABRICATION I
9-28.1 General
(January 8, 2013 City of Federal Way)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except
for parking regulation, parking prohibition signing and signs of fluorescent yellow color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting
in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a
retro reflection rating of 250 candelas/foot candle/square foot for white-silver sheeting
with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This
high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign
sheeting shall meet this specification. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
(S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12
of the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead I
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. The reflectivity standard of supplemental plaques shall match that
of the primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 City of Federal Way)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Skins
(January 8, 2013 City of Federal Way)
Section 9-28.8 table is deleted and replaced with the following: '
Maximum Dimension Blank Thickness
Less than 30 inches 0.080 inches '
Greater than 30 inches, less than 48 inches 0.100 inches
Greater than 48 inches 0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless otherwise
approved by the Engineer. Sign-blank minimum thicknesses, based on maximum
dimensions, shall be as follows:
All D-3 street-name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum reflectivity
standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive
adhesives.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-140 DOWNTOWN STAIRCASE '
' 9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 City of Federal Way)
Section 9-28.9 is deleted in its entirety.
' 9-28.14 Sign Support Structures
(December 18, 2009 City of Federal Way)
' Section 9-28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
' 9-28.14(1) Timber Sign Posts
(December 18, 2009 City of Federal Way)
' Section 9-28.14(1) is supplemented with the following:
All ground-mounted sign posts shall use pressure treated hem-fir wood posts
unless approved otherwise by the Engineer. All wood posts shall be buried a
minimum of 30 inches below the finished ground line. Post backfill shall be
compacted at several levels to minimize settling.All posts shall be two-way plumb.
9-28.14(2) Steel Structures and Posts
(December 18, 2009 City of Federal Way)
Section 9-28.14(2) is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts
' shall be timber sign posts.
Approved Manufacturers for Steel Sign Supports
' The Standard Plans lists several steel sign support types. These supports are
patented devices and many are sole-source. All of the sign support types listed
below are acceptable when shown in the plans.
' Steel Sion Support Type Manufacturer
Type TP-A&TP-B Transpo Industries, Inc.
Type PL, PL-T& PL-U Northwest Pipe Co.
Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Type SB-1, SB-2, & SB-3 Ultimate Highway Products,
Xcessories Squared Development
and Manufacturing Incorporated,
Northwest Pipe, Inc.
SECTION 9-29 ILLUMINATION. SIGNAL. ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
(June 5, 2000 WSDOT NWR)
' Section 9-29.1 is supplemented with the following:
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same
manner as conduit couplings. Electroplated fittings are not allowed.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
' NOV 2018 SP-141 DOWNTOWN STAIRCASE
Steel conduit 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 per the manufacturer's recommendations.
9-29.1(1) Rigid Metal Conduit. Galvanized Steel Outerduct, and Fittings
(August 10, 2009 WSDOT NWR)
Section 9-29.1(1) is supplemented with the following:
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following:
1. Tyco Electronics-TDUX
2. Jackmoon—Triplex Duct Plugs
3. O-Z Gedney—Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances
(August 10, 2009 WSDOT NWR)
Section 9-29.1(2) is supplemented with the following:
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type 304
stainless steel.
9-29.2 Junction Boxes. Cable Vaults and Pull Boxes i
9-29.2(1)A Standard Duty Junction Boxes
(August 1, 2016 WSDOT GSP, Option 1)
Section 9-29.2(1) is supplemented with the following:
Concrete Junction Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1
as manufactured by IKG industries, or SIipNOT Grade 3-coarse as manufactured
by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or
less the slip-resistant treatment may be omitted on that portion of the frame. The
slip-resistant lid shall be identified with permanent marking on the underside I indicating the type of surface treatment ("Ml" for Mebac 1; or "S3" for SIipNOT
Grade 3-coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a mild steel weld bead. '
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
(August 1, 2016 WSDOT GSP, Option 1)
Section 9-29.2(2)A is supplemented with the following:
Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1
as manufactured by IKG industries, or SIipNOT Grade 3-coarse as manufactured
by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or
less the slip-resistant treatment may be omitted on that portion of the frame. The
slip-resistant lid shall be identified with permanent marking on the underside
indicating the type of surface treatment ("Ml" for Mebac 1; or "S3" for SIipNOT I
Grade 3-coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a mild steel weld bead.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-142 DOWNTOWN STAIRCASE I
I
' 9-29.6 Light and Signal Standards
9-29.6(1) Steel Light and Signal Standards
(December 18, 2009 City of Federal Way)
Section 9-29.6(1) is supplement with the following:
Traffic signal standards and illumination standards shall be furnished and
' installed in accordance with the methods and materials noted in the applicable
Standard Plans, pre-approved plans, or special design plans. All welds shall
comply with the latest AASHTO Standard Specifications for Support of Highway
' Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with
Section 6-03.3(25)A, Welding Inspection.
After delivering the poles or arms to the job site and before they are installed,
' they shall be stored in a place that will not inconvenience the public.All poles and
arms shall be installed in compliance with Washington State Utility and Electrical
Codes.
9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases. Cantilever
Bases, and Sign Bridge Bases
' 9-29.7(2) Fused Quick-Disconnect Kits
(March 13,2012 City of Federal Way)
' Section 9-29.7(2) is supplemented with the following:
Fused quick-disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/light connector
kits. Installation shall conform to details in the Standard Plans.
' 9-29.10 Luminaires
9-29.10J2) Decorative Luminaires
(January 2, 2019 CFW GSP)
Section 9-29.10(2) is supplemented with the following:
' All new decorative luminaire installations shall be LED luminaires. LED
luminaires must meet City standards for average maintained footcandles,
uniformity ratio, mounting height, distribution pattern, and spacing as indicated in
' City of Federal Way Development Standard Drawing 3-42. LED luminaires shall
have a correlated color temperature (CCT) of 4000K +/- 300K. Final wattage
shall be determined through a lighting design performed by a Licensed Engineer.
' The Contractor shall provide computer printouts of the systems for multiple
roadway widths in order to substantiate the performance levels.
Pole and fixtures shall meet requirements of Special Provision 8-20.3(13)B
Decorative Light Standards.
9-29.10(3)Vacant
' (July 14, 2015 City of Federal Way)
Section 9-29.10(3) is deleted and replaced with the following:
9-29.10(3) L.E.D. Roadway Luminaires
' All new roadway luminaire installations shall be LED luminaires unless the
planned installation is a single luminaire neighboring a conventional HPS
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-143 DOWNTOWN STAIRCASE
1
luminaire(s). The installation of a conventional HPS luminaire must be approved
by the City Traffic Engineer. I
LED luminaires shall be furnished and installed by the Contractor. The units shall
meet City standards for average maintained footcandles, uniformity ratio,
mounting height, and distribution pattern as indicated in City of Federal Way
Development Standard Drawings 3-38 and 3-42. LED luminaires shall have a
correlated color temperature (CCT) of 4000K +/- 300K. Final wattage and
spacing shall be determined by a lighting design performed by a Licensed
Engineer. The Contractor shall provide computer printouts of the systems for
multiple roadway widths in order to substantiate the performance levels. '
Approved LED manufacturers for roadway luminaires are AEL, Cree, E-Lite Star,
GE, and Leotek. Other manufacturers may be approved by the City Traffic
Engineer.
Units shall incorporate the following features:
1. A housing capable of being mounted on a standard 2-inch roadway pole
pipe tenon.
2. A housing manufactured from a die-cast low copper alloy aluminum
designed to minimize corrosion.
3. Electrical components accessible through a swing-down entry door
secured by a trigger latch or similar tool-less entry mechanism.
4. Resistance to vibration and impact.
5. Provisions for installing a photoelectric cell or shorting cap, whichever is 111
required.
6. An LED light engine protected from the elements by a prismatic glass
lens.
7. A thermal management system that promotes maximum air flow through
the luminaire to ensure a minimum of 60,000 hours of operation at 25
degree centigrade with no appreciable loss of lumen output.
8. Protection against solar heating when not in operation.
9. Dark sky optics.
10. Glass tertiary optics that will not discolor or become brittle over time.
111
11. Sealed optics system rated for IP66 against water and dirt infiltration.
12. Surge protection module to protect the LED drivers, photo controls,
transfer switches, and relays from electrical disturbances as defined by
ANSI/IEEEC62.41, Category C. The unit shall be replaceable through the
use of modular plug and wiring.
13. Solid state multi volt electrical drivers with a rated life of 50,000 hours.
14. Electrical drivers mounted in a heat sink and located such that they are
isolated from heating by the sun when not in use.
15. Photo control receptacle that is adjustable without tools and is designed
to meet U11598 specifications for wet operation.
9-29.11 Control Equipment
9-29.11(2) Photoelectric Control
(December 18, 2012 City of Federal Way)
Section 9-29.11(2) is supplemented with the following: 1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB# 19-002
NOV 2018 SP-144 DOWNTOWN STAIRCASE '
I
One photocell shall be installed for all luminaires in the same electrical service
I
system. The photocell shall be located on the top of the luminaire closest to the
electrical service.
I
9-29.24 Service Cabinets
(December 18, 2009 City of Federal Way)
Section 9-29.24 is supplemented with the following:
I
The service cabinet shall be aluminum, and shall conform to Federal Way Drawing
Number 3-45 included in the appendices of these Special Provisions. The unit shall be
modified as necessary to meet all current requirements of the Department of Labor and
I
Industries and Puget Sound Energy. The service cabinet shall be equipped with a
lockable stainless steel handle and a three-point locking system. The service cabinet
shall contain one (1) ground fault receptacle. Main breaker, branch breakers, and
contactors shall be rated per the Breaker Schedule on the Plans.
1 The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES-2EU or
approved equal with Underwriters Laboratory label on the panel boards. The service
I cabinet shall be equipped with a door-in-door, dead-front assembly, which shall prevent
the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of
apparatus may be removed without disconnecting any wiring, except the lead to that
I piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly
marked, clip-sleeve wire marker.All wiring shall conform to NEMA Class II C.
IA copy of the wiring diagram shall be provided in a plastic holder mounted conveniently
inside the service cabinet. Nameplates shall be provided for each control component
I
and shall be embossed phenolic with white letters on black background. Nameplates
shall be screw-fastened.
END OF DIVISION
I
1
I
I
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-145 DOWNTOWN STAIRCASE
1
(***DOWNTOWN STAIRCASE***)
Add the following new section:
DIVISION 015600 SITE FURNISHINGS
PART 1 —GENERAL
1.1 DESCRIPTION
Furnish all labor, materials, equipment and services necessary to supply and install all
site furnishing elements as indicated on the Plans and in this specification.
1.2 RELATED WORK
A. Cast-in-Place Concrete Section 6-02
1.3 REFERENCE STANDARDS
The current and/or latest editions of references and standards as published by the
following organizations or agencies, designated by abbreviations in this section, are all
to be considered as part of this section. The Work shall conform to the applicable
requirements of these references and standards, unless indicated or specified otherwise,
or as modified by governing codes.
1. NHLA 6. ASTM B26
2. ASTM A167 7. ASTM 8117
3. ASTM A312 8. ASTM G155
4. ASTM A554 9. ASTM F593
5. ASTM A588 10. ASTM F2329 '
1.4 SUBMITTALS
A. Submit product cut sheets and/or shop drawings illustrating details necessary for
fabrication and erection of the component parts of each site furnishing including
location, type, size, dimensions, and details of all fastening,and anchoring systems,
hardware, and extent of all welds. Splices not shown on the shop drawings will not be
111
accepted.
B. Submit materials test data for prefabricated slot drain system per ASTM standards.
C. Submit two (2) samples of metal element to the Project Engineer for each type of finish
indicated on the Plans. Approved samples shall be used as the standard for the
project.
D. Verify all dimensions with on-site conditions prior to proceeding with shop drawing
preparation.
1.5 QUALITY ASSURANCE
A. Manufacturer(s) shall be able to demonstrate at least five (5) years of experience in
manufacturing commercial exterior site furnishings similar in design, material, extent
and quality indicated for this project.
B. Fabricator's Quality Assurance: Fabricator shall certify that all materials comply with
the requirements of this section and are suitable for the intended application.
C. Manufacturers shall offer standard manufacturer's warranty on all site furnishing
products against defects in materials and manufacturing workmanship.
D. Source Supply: Trench drain system shall be obtained from a single manufacturer.
Cutting, bending and finishing shall be carried out by a manufacturer equipped to
process material promptly on order and in strict accord with specifications to meet
standard (straight) shape requirements.
E. Materials delivered to the site shall be clean, in good condition, free of defects, stains
and markings.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-146 DOWNTOWN STAIRCASE '
I
I PART 2 - PRODUCTS
Provide the following products as indicated in the Plans:
A. Bollards. Sheets L1.01 and L1.02, Design: Removable Cylinder with rounded top,
I Height: 36 inches (above grade), Diameter (body and base): 4-3/8 inches, Weight: 31
lbs., Material: Powder Coated Anodized Silver, Steel, ASTM A36, Clear Coat: Water-
resistant and graffiti-resistant, Installation: Removable Receiver with Lid, Model: R-
I 7902, Manufacturer: Reliance— Foundry Co. Ltd. or approved equal.
1. The Contractor shall provide and deliver two extra bollards to the City of Federal
Way Public Works Maintenance Yard.
I 2. Mounting covers for every installed bollard (including two extra mounting covers
for the two extra bollards) shall also be provided.
3. Locks will be provided by the City of Federal Way for each bollard. Removable
bollards should not be installed until locks are provided.
IB. Corten Steel Edging. Sheets L1.01 and L1.02. 1/4 inch thick plate Corten
Weathering Steel per ASTM A588, at sizes shown on the Plans with custom
Iskatestops.
C. Tree Grates. Sheets L1.01 and L1.02. Per City of Federal Way Standards for use
Iwithin the street R.O.W.
D. Waste and Recycling Receptacles. Sheets L1.01 and L1.02. Surface mounted,
I perforated metal receptacle with lockable, hinged lid and polyethylene liner to match or
closely match that used on the exterior of the Performing Arts and Events Center
(PAEC). Model: Petoskey-Litter-Receptacle, Manufacturer: Landscape Forms or
I approved equal.
1. Dimensions: 20" diameter by 42" high.
2. Composition and Materials:
I a. Perforated metal: 11-gauge cold rolled steel with 1/4" square holes on
7/16" straight centers with a 3" wide solid metal border.
b. Lid: 11-gauge domes spun metal with minimum spin lines, 20-1/2" in
diameter by 5" high at the top dome.
I
c. Liner: linear low-density polyethylene of 0.100" nominal thickness, 30
gallon capacity.
d. Finish and Color: Match PAEC, include rust inhibitors and polyester
Ipowdercoat top coat finish.
E. Area Drains. Sheets L1.01 and L1.02. ADA compliant, cast silicon bronze per ASTM
I B26, natural raw finish at size shown on the Plans with vandal resistant fasteners.
Model: Jamison, Manufacturer: Urban Accessories or approved equal.
I F. Trench Drain. Sheets L1.01 and L1.02. Trench grate material shall be 100% recycled
cast gray iron, per ASTM A48 class 35b or better; hardness 170-223 brinnell, natural
raw finish. All trench grate castings shall be manufactured true to pattern and
component parts, and shall fit together in a satisfactory manner. The castings shall be
Iof uniform pattern and quality, free from blowholes, hard spots, shrinkage, distortion or
other defects. Castings shall be cleaned by shot blasting. Trench grate frames shall be
shop fabricated from steel angle per installation details as shown on plans and
I supplied with black powder coat finish. Model: Jamison 4 x 24 (complete with
matching steel angle frame), Manufacturer: Urban Accessories or approved equal.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-147 DOWNTOWN STAIRCASE
1
PART 3- EXECUTION
3.1 INSTALLATION
A. Bollards:
1. Examine paving or other substrates for compliance with manufacturer's
requirements for placement and location of embedded items, condition of
substrate, and other conditions affecting installation of bollards.
2. Assemble and install in accordance with manufacturer's instructions, fasten with
stainless steel tamper proof hardware.
3. Do not install damaged, cracked, chipped, deformed or marred bollards. Field
touch-up minor imperfections in accordance with manufacturer's instructions.
Replace bollards that cannot be field repaired.
B. Corten Steel Edging:
1. After fabrication, ease all top edges, clean, pre-treat (weather accelerate) before
bringing to project site, and install as shown on the Drawings.
2. End corner returns for edging on the uphill side shall be attached a minimum
depth of 6 inches to the corresponding stair riser (outside wall face) or terrace
and terrace block. Ends shall match adjacent slope of landing maintaining 4 inch
height above concrete surface.
3. Termination ends of edging on the downhill side shall be angled 45 degrees from
the abutting surface as shown on the Plans.
C. Tree Grates:
1. Assemble and install in accordance with manufacturer's instructions at locations
shown on the Plans.
2. Tree Grates will need to be field cut to accommodate the festival lighting stub-
outs. Cut area shall be the minimum necessary to accommodate the conduit
stub-out.
D. Waste and Recycling Receptacles: ,
1. Assemble and install in accordance with manufacturer's instructions.
2. Surface mounted to underlying pavement. Fasten with stainless steel tamper
proof hardware. '
E. Area Drains:
1. Assemble and install in accordance with manufacturer's instructions. Fasten with
stainless steel tamper proof hardware.
F. Trench Drains:
1. Do not begin installation until site is properly prepared.
2. Clean surfaces thoroughly prior to installation
3. Prepare surfaces using the methods recommended by the manufacturer for
achieving the best result for the substrate under the project conditions.
4. Install materials and systems in proper relation with adjacent construction and
with uniform appearance. Coordinate with work of other sections.
5. Install steel angle frame in accordance with details specified on plans and
manufacturer's recommendations. Maintain flush and leveled with surrounding
paving surface, maintain flush and leveled at all times.
6. Install grates after danger of damage from construction traffic is past. If needed,
grind pads on underside of trench grates to level and prevent grate rattle or
rocking.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-148 DOWNTOWN STAIRCASE '
' PART 4- MEASUREMENT
"Site Furnishings Type Tree Well Grates" will be measured per each.
"Site Furnishings Type Bollards" will be measured per each. This bid item includes both
' the bollards installed on site as well as for spare bollards provided to city maintenance
forces.
"Site Furnishing Type Corten Steel Edging"will be measured per lineal foot.
' "Site Furnishing Type Area Drain" will be measured per each.
"Site Furnishing Type Trench Drains"will be measured per linear foot.
"Site Furnishing Type Waste and Recycling Receptacles"will be measured per each.
' PART 5- PAYMENT
Payment will be made for the following Bid items when included in the Proposal.
"Site Furnishings Type Tree Well Grates", per each.
"Site Furnishings Type Bollards", per each.
"Site Furnishing Type Corten Steel Edging", per lineal foot.
"Site Furnishing Type Area Drain", per each.
"Site Furnishing Type Trench Drains", per linear foot.
"Site Furnishing Type Waste and Recycling Receptacles", per each.
' The unit Contract price per each, or per linear foot for "Site Furnishing Type " shall be
full pay to perform the Work as specified. No separate payment will be made for concrete
and reinforcing steel, fasteners, connections, anchors, finishes, or gravel bases required for
' installing or supporting site furnishings. The costs for concrete and reinforcing steel,
fasteners, connections, anchors, finishes, or gravel bases,shall be considered incidental to
the site furnishing being installed.
' END OF DIVISION
1
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-149 DOWNTOWN STAIRCASE
(**`DOWNTOWN STAIRCASE*'')
Add the following new section: '
DIVISION 033510 SANDBLAST FINISH
PART 1 —GENERAL
1.01 DESCRIPTION
Furnish labor, material, equipment and services necessary for abrasive blasting of
surfaces shown on the Plans. The Work shall include, but not be limited to, finishing of
the following components: 1
1. Concrete terrace blocks
2. Reinforced concrete pavement landings and plazas
1.02 RELATED WORK
A. Division 6-02: Concrete Structures
1.03 QUALITY ASSURANCE 1
A. Contractor shall have a record of satisfactory performance and shall maintain a
qualified crew of abrasive blasters throughout the duration of the Work. I
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver materials to the site in unopened, weather tight packaging that is clearly
marked with the manufacturer's name and product information.
B. All materials shall be protected from the rain and excessive moisture, be stored
off the ground and in a location so as not to impact the other trades working on
the site.
1.05 JOB CONDITIONS
A. Equipment used in sandblasting operations shall be properly muffled. All dust
shall be completely controlled during operation.
B. Protect surrounding and adjoining Work by adequately covering with tarpaulins or
other suitable protective coverings. Repair any damage to surrounding Work ,
resulting from sandblasting operation to the satisfaction of the Project Engineer
and at no additional cost to the Contracting Agency.
PART 2—PRODUCTS
2.01 MATERIALS
A. Abrasives shall conform to SSPC AB-1for mineral and slag abrasives.
B. Abrasive material and material gradation shall be selected by the Contractor to
achieve finishes shown on the Plans, described in this section, demonstrated on
the mock up and as approved by the City. 1
PART 3—EXECUTION
3.01 INSPECTION
A. The Contractor shall inspect all surfaces to be abrasive blasted and report to the
Engineer in writing of any defects or elements that will prevent the completion of
sandblasting operations. Beginning abrasive blasting Work shall indicate
acceptance of the above condition.
this of
B. Prior to start of the Work t s section the Contractor shall ensure that the
Project Engineer has reviewed and accepted all surfaces to be sandblasted.
3.02 FINISH
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-150 DOWNTOWN STAIRCASE 1
A. Terrace blocks and flatwork surface profiles shall be a CSP5 finish per the
International Concrete Repair Institute technical guidelines. The exact finish of
' the abrasive blast shall be governed by matching the mockup reviewed and
approved by the Project Engineer.
' B. Refer to the Plans for location, finish type and extent of sandblast finishes.
C. Sandblast operations shall occur prior to any flatwork sawcutting.
' 3.03 ABRASIVE BLAST OPERATION
A. All sandblasting shall be carried out by the air-blasting method.
B. Concrete shall have cured for a minimum of 21 days prior to sandblasting.
C. Schedule sandblasting to ensure cure times match those of the approved
' mockup.
D. Sandblasting operations shall yield uniform texture and color to all surfaces and
applied at the depth indicated on the drawings. The texture and color shall
match the approved mockup.
3.04 CLEAN UP
IA. During the progress of the Work keep the premises free from any unnecessary
accumulation of tools, equipment, surplus materials and debris.
B. Upon completion of the Work remove all excess materials and clean all surfaces.
PART 4—MEASUREMENT
No separate measurement for sandblast finish will be taken.
PART 5— PAYMENT
No separate payment for sandblast finish will be made. Sandblast finish shall be considered
' incidental to the concrete items receiving the finish.
END OF DIVISION
1
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-151 DOWNTOWN STAIRCASE
(***DOWNTOWN STAIRCASE***)
Add the following new section: I
DIVISION 033521 EXTERIOR SITE CONCRETE
PART 1 - GENERAL I
5.01 SECTION INCLUDES
A. Finish of exterior site CIP concrete CIP work: Sidewalks, plazas, walls, pedestrian
and plaza curbs, stairs, accessible route, terraces, terrace blocks and associated I
work.
B. Description of CIP concrete types and work:
Type 1: Standard CIP concrete with broom finish (pedestrian sidewalks, stairs
and terrace tops).
Type 2: Integral colored CIP concrete with broom finish (pedestrian plazas, drop-
off field, and accessible route).
Type 3: Integral colored CIP concrete with medium sandblast finish (pedestrian
plazas, paving bands and accessible route landings).
Type 4: Standard CIP concrete with medium sandblast finish. Sandblast finish
shall cover the tops and all exposed vertical terrace faces defined by the
limits of the terrace blocks as shown on the Contract Drawings.
Type 5: Standard CIP concrete with architectural smooth steel trowel finish (site
retaining walls, vertical stair and terrace faces, and planter pedestrian
and plaza curbs).
5.02 RELATED WORK I
A. Division 6-02: Concrete Structures
B. Division 6-11: Reinforced Concrete Walls
C. Division 8-04: Curbs, Gutters, and Spillways
D. Division 8-14: Cement Concrete Sidewalks
5.03 SUBMITTALS
A. Product data: Submit data on color admixtures, joint sealants, fine sand, and
curing compounds.
5.04 MOCK-UPS I
A. Provide one, four foot by four foot (4'x4' minimum) mock-up of concrete walk for
each color and finish shown below and described on the Contract Drawings. For
Type 2 and Type 3 concrete, provide full panel (8' x 8' minimum) mock-up. For
Type 4, provide one complete exposed terrace block.
B. Mock-ups shall be located on site and may be used as part of finished work. Mock-
ups shall be fully cured and include; score, control, sawcut, and expansion joints
and finish treatments. Mock-up shall be accepted by Project Engineer prior to
commencement of concrete flatwork. Additional mock-ups may be required (at no
additional cost to the City) to achieve the specified finish and/or color if the initial
mock-up review is found to be unacceptable. Rejected mock-ups shall be removed
and disposed of by the Contractor.
1. Provide mock-up of the following areas as described in the
Contract Documents:
2. Type 1: Standard CIP concrete with broom finish
3. Type 2: Integral colored CIP concrete with broom finish.
4. Type 3: Integral colored CIP concrete with medium sandblast
finish. I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-152 DOWNTOWN STAIRCASE
5. Type 4: Standard CIP concrete with medium sandblast finish.
' 6. Type 5: Standard CIP concrete with architectural smooth steel
trowel finish
' 5.05 QUALITY ASSURANCE
A. Prior to commencing the work of this Section, the Contractor shall verify the
accuracy of layout and grading. Verify that all sub-grade and base course
' aggregate conditions are as specified. Notify the Project Engineer of any
discrepancies and coordinate the correction of those discrepancies with other
trades as necessary.
B. Concrete work where indicated to be exposed is architecturally finished concrete;
special care must be taken to provide specified, finished surfaces without gravel
pockets and other defacements. Project Engineer shall inspect concrete after
removal of forms and before concrete repair work begins.
PART 2 - PRODUCTS
2.01 MATERIALS
' A. Concrete:
1. Cast-in-place cement concrete curbs, sidewalks, curb ramps, shall be
constructed with air-entrained concrete Class 3,000 conforming 'to the
' requirements of Section 6-02 of the WSDOT Standard Specifications.
B. Integral Color Admix Agents:
1. Color name:
a. For Type 2 concrete: Davis Color Dark Gray#860
b. For Type 3 concrete: Davis Color Dark Gray#860
' 2. Color Admixture Product and Manufacturer:
a. Hydrotint, as manufactured by Davis Color, 3700 East Olympic
Blvd, Los Angeles, CA 90023, (800) 356-4848,
' www.daviscolors.com.
b. Chromix, as manufactured by Scofield Systems, (800)-800-9900
www.scofield.com.
c. ColorFlo, as manufactured by Solomon Colors Inc., 1251 West
Durst Drive, Rialto, CA 92376 , www.solomoncolors.com. (866)
747-2656,
d. Or approved equal.
C. Aggregate: Coarse aggregate for Textured Cement Concrete Pavement shall
conform to Section 9-03.1(4), AASHTO grading No. 7 for 'Dark Gray Pigment
' Color'. An alternate for combined gradation for Textured Cement Concrete
Pavement conforming to Section 9-03.1(5) may be proposed, that has a nominal
maximum aggregate size of inch sieve.
' D. Fiber Joint Filler: Pre-formed non-extruding resilient material; ASTM D1752,
Type I, one-half-inch (1/2") wide by depth required to bring top surface within one-
half inch (1/2") on slab surface.
E. Joint Sealant: See Spec Section 07 90 05 for joints at vertical surfaces and non-
traffic horizontal surfaces.
' F. Joint Sand: Fine sand, meetingindustrystandards for application, to match
pp .
adjacent concrete surface.
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
NOV 2018 SP-153 DOWNTOWN STAIRCASE
1
1. Color to match adjacent paving.
PART 3 - EXECUTION 111
3.01 CONCRETE LANDSCAPE ARCHITECTURAL WALLS AND PLANTER CURBS
A. Provide radius and/or chamfer as indicated on the Contract Drawings at all
exposed edges of walls and planter curbs.
B. Expansion Joints.
1. Provide three-eighths-inch (3/8") wide joints filled with preformed
expansion joint filler at locations indicated on the Materials Plans in the
Contract Drawings and/or as further specified below. '
C. Immediately after removal of the front forms, trowel the face of architectural walls
and planter curbs smooth to a depth of not less than two (2) inches below the I adjacent sidewalk and finish with a steel trowel. Trowel the top of architectural
walls and planter curbs smooth and finish with a steel trowel. The top and face of
walls and planter curbs shall present same uniform appearance. Coarse
aggregate shall not be allowed to show on the exposed finished walls or curb
surface. Clean ends of joints and point up any minor honeycombed areas.
Remove and replace areas or sections with major defects, as directed by Project
Engineer. '
1. Provide smooth finish free of any air pockets and irregularities. Sack
and patch form ties.
3.02 CONCRETE PAVEMENT JOINTS FOR STANDARD CIP CONCRETE — LOCATED 111
AS SHOWN IN CONTRACT DRAWINGS
A. Expansion Joints:
1. Provide Expansion Joints at locations indicated on the Materials Plans
in the Contract Drawings:
a. Generally, Expansion Joint spacing shall be ten (10)feet to
eighteen (18) feet O.C. Notify the Project Engineer if
Expansion Joint spacing of greater than eighteen (18) feet
on center are discovered during layout in the field.
b. Provide Expansion Joints / pre-molded joint filler at all
locations abutting concrete curbs, catch basins, manholes,
inlets, utility structures, exposed site furnishing footings,
walks and other fixed objects as applicable or indicated on
drawings.
2. Provide Joint Sealants at all expansion joints indicated on the Contract
Drawings unless noted otherwise.
a. Sand all joints at locations where expansion joints are
provided for plaza and landing areas.
3. In all concrete pavements located on-site, the edge radius of concrete
placed adjacent to the Expansion Joint filler shall be as indicated in the
accepted mock-up. Do not leave tool marks or provide "shiners" at
these ioints.
B. Control and Scored Joints, Tooled:
1. Control Joints shall be typically formed in fresh concrete by grooving the
top portion of the concrete surface with a recommended cutting tool and
finishing edges with a jointer.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-154 DOWNTOWN STAIRCASE
I
a. For pedestrian concrete pavements, the width and edge
I radius of control joints shall be as indicated in the accepted
mock-up. The depth of control joints shall be one quarter
of the depth of the concrete pavement. Do not leave tool
Imarks or provide "shiners"at these ioints.
C. Sawcut Joints, Mechanical:
1. Provide Sawcut Joints at locations indicated on the Materials Plans in
the Contract Drawings.
a. The depth of the sawcut joints shall be 1" minimum depth
Iand shall be as indicated in the accepted mock-up.
3.03 CONCRETE PAVEMENT COLORING - LOCATED AS SHOWN IN CONTRACT
DRAWINGS
I A. Color admixture for color conditioned concrete (integral color locations):
1. Add Hydrotint (or approved equal) admixtures to concrete mix using the
manufacturers recommended ratio. Color admixture to be at locations
Iindicated in Contract Drawings.
3.04 FINISHES FOR UNFORMED (HORIZONTAL) SURFACES
I A. Screed all slabs, for whatever finish, to true levels or slopes, work surfaces only
to the degree required to produce the desired finish; do no finishing in areas
where water has accumulated, drain and rescued; in no case use cement and
I sand sprinkling to absorb moisture. Carefully finish all joints and edges with
proper tools, unless otherwise specified.
B. Rough Screed Finish: Consolidate, level, and screed all surfaces to obtain
I evenness and uniformity; remove all surplus concrete after consolidation by
striking off with sawing motion against guide strips. Provide for top horizontal
surfaces of non-exposed footings.
Float Finish: Apply float finish to monolithic slabs to receive trowel or other
IC.
finishes. After screeding, consolidating, and leveling concrete slabs, do not work
surface until ready for floating. Begin floating, using float blades or float shoes
only, when surface water has disappeared, or when concrete has stiffened
I sufficiently to permit operation of power driven floats, or both. Consolidate
surface with power driven floats or by hand floating of areas small or
inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor
I flatness) and F (L) 15 (floor levelness) measured according to ASTM E 1155.
Cut down high spots and fill low spots. Uniformly slope surfaces to drains.
Immediately after leveling, re-float surface to a uniform, smooth, granular texture.
D. Broom Finish: Apply a non-slip broom finish to all exterior concrete slabs, stairs,
walks and ramps, and elsewhere as indicated.
E. Light to medium Broom Finish by drawing fine hair broom across concrete
I surface, perpendicular to line of traffic after the tooled grid is installed. Repeat
operation as required to provide a fine line texture acceptable to the Project
Engineer.
Sandblasting: After completion of floating and troweling when excess moisture or
IF.
surface sheen has disappeared, complete finishing as follows: (do not broom
finish surfaces to be sandblasted):
1. Sandblast finish shall be classified as medium sandblast finish to a
I depth of approximately 1/8" to 3/16" to expose some of the fine
aggregate.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-155 DOWNTOWN STAIRCASE
1
2. After all sandblasting has been completed; thoroughly wash down all
sandblasted areas using clear, potable water. Remove all excess 1
materials, water and sand at the end of each day of blasting operation.
G. Defective Work: Remove and replace when directed by the Engineer, surfaces
which show excessive shrinkage cracks. '
3.05 REPAIRS
A. Immediately after removal of forms, inspect all surfaces for defects. Repair of 1
patch defects only after defects are inspected by the Project Engineer and then
only with the Project Engineer's permission. Do all cutting and repair within forty
eight(48) hours after removal of forms; cure repairs same as new concrete.
B. Defective Areas: Where patches are allowed, repair and patch areas must match
the surrounding areas in color and texture so as to be indistinguishable after
completion including curing and finishing. After initial cure, dress patch or repair
area mechanically or by hand for texture match.
3.06 CURING
A. Protect freshly deposited concrete from premature drying and excessively hot or
cold temperatures; maintain minimal moisture loss at relatively constant
temperature for necessary hydration time and proper relatively constant
temperature for necessary hydration time and proper hardening of concrete.
B. Duration of Curing: In addition to the initial overnight curing, continue final curing
operations until the cumulative number of days or fractions thereof (not
necessarily consecutive occurs, during which time the temperature of the air in
contact with the concrete is above 50 degrees F, equals 7 days. If high-early
strength concrete has been used, continue final during operation for 3 days total
time, calculated as before. Take care to prevent rapid drying at the end of the
curing period. If early removal of forms is accepted and forms are removed
during the curing period, apply one of the curing methods specified in the
specifications and continue curing for the remainder of the required curing
period.
3.07 CLEAN UP
A. Repair and replace broken or defective concrete as directed by Project Engineer.
B. Protect concrete from damage until acceptance of work. Exclude traffic from
pavement for at least fourteen (14) days after placement. When construction
traffic is permitted maintain pavement as clean as possible by removing surface
stains and spillage of materials as they occur.
C. Sweep concrete pavement and wash free of stains, discoloration, dirt and other
foreign material just prior to final inspection. '
END OF DIVISION
1
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-156 DOWNTOWN STAIRCASE I
(***DOWNTOWN STAIRCASE***)
Add the following new section:
DIVISION 057300 HANDRAIL AND CABLE SAFETY RAILING
' PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Aluminum handrail and stainless steel railings with cable infill.
1.2 RELATED WORK
A. Cast-in-Place Concrete Section 6-02
1.3 REFERENCE STANDARDS
A. The current and/or latest editions of references and standards as published by the
following organizations or agencies, designated by abbreviations in this section, are all
to be considered as part of this section. The Work shall conform to the applicable
requirements of these references and standards, unless indicated or specified
otherwise, or as modified by governing codes.
1. AI SC 6. ASTM A 276 11. ASTM A 555
2. AISI 7. ASTM A 312 12. ASTM A 582
3. ANSI 8. ASTM A 380 13. ASTM B 912
' 4. AWS 9. ASTM A 479 14. ASTM F 1145
5. ADAAG 10. ASTM A 492 15. MIL-C-5688
' 1.4 PERFORMANCE REQUIREMENTS
A. General: Handrails and railings shall withstand structural loading as determined by
allowable design working stresses of materials.
' B. Structural Performance: Provide handrails and railings capable of withstanding the
following structural loads without exceeding allowable design working stress of
materials for handrails, railings, anchors, and connections.
1. Components and installation shall be in accordance with state and local code
authorities.
2. Components and installation shall follow current ADA and ICC/ANSI A117.1
guidelines.
3. Top Rail: Shall withstand the following loads.
a. Concentrated load of 200 lb (0.89 kN) applied at any point and in any
direction.
b. Uniform load of 50 lb/ft. (0.07 kN-m) applied horizontally and concurrently
with uniform load of 100 lbf/ft. (0.14 kN-m) applied vertically downward.
c. Concentrated and uniform loads above need not be assumed to act
concurrently.
4. Handrails Not Serving as Top Rails: Shall withstanding the following loads.
a. Concentrated load of 200 lb (0.89 kN) applied at any point and in any
direction.
b. Uniform load of 50 lbf/ft. (0.07 kN-m) applied in any direction.
c. Concentrated and uniform loads above need not be assumed to act
concurrently.
5. Cable Infill Area: Shall withstand the following loads.
a. Concentrated horizontal load of 200 lb (0.89 kN) applied to 1 square foot
(0.09 m2) at any point in system, intermediate rails or other elements
composing infill area. Loads need not be assumed to act concurrently with
loads on top rails in determining stress on guard.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-157 DOWNTOWN STAIRCASE
I
C. Thermal Movements: Handrails and railings shall allow for movements resulting from
120 deg F (49 deg C) changes in ambient and 180 deg F (82 deg C) surface
temperatures. Base engineering calculation on surface temperatures of materials due
to both solar heat gain and nighttime-sky heat loss.
1.5 SUBMITTALS
A. Product Data: Submit manufacturer's data sheets on each product to be used,
including, but not limited to, the following:
1. Preparation instructions and recommendations.
2. Storage and handling requirements and recommendations.
3. Installation methods.
4. Grout, anchoring cements.
B. Shop Drawings: Submit shop drawings showing fabrication and installation of handrails
and railings. Include plans, elevations, sections, details, and attachments to other work.
1. Provide setting diagrams for installation of anchors and location of pockets.
2. Indicate all required field measurements to be held.
3. Indicate materials, sizes, styles, fabrication, anchorage and installation details for
railing systems and infill where required.
C. Certifications: I
1. Furnish certification that all components and fittings are furnished by the same
manufacturer or approved by the primary component manufacturer.
2. Furnish certification that components were instafled in accordance to the
manufacturer's engineering data to meet the specified design loads.
D. Samples: 1
1. Post and rail sections, minimum 4 inch long piece of each type.
2. Infill Cable: Minimum 8 inch long piece with end fittings and grommets.
3. Verification Samples: For each type of exposed finish required, prepared on
components indicated below and of same thickness and metal indicated for the
work. If finishes involve normal color and texture variations, include sample sets
showing the full range of variations expected. I
a. 6 inches long sections of each different linear railing member, including
handrails and top rails.
1.6 QUALITY ASSURANCE I
A. Manufacturer Qualifications: Manufacturer shall be a firm engaged in the manufacture
of stainless steel / aluminum handrails and railings of types and sizes required, and
111
whose products have been in satisfactory use in similar service for a minimum of 5
years.
B. Regulatory Requirements: Comply with applicable requirements of the laws, codes,
ordinances, and regulations of Federal, State, and local authorities having jurisdiction.
Obtain necessary approvals from such authorities.
C. Installer Qualifications: Minimum 5-years experience installing similar systems.
D. Mock-Up: Provide a 8-foot mock-up for evaluation of surface preparation techniques
and application workmanship.
1. Install one complete handrail and cable safety railing at location selected by
Project Engineer.
2. Refinish mock-up area as required to produce acceptable work.
3. Obtain Project Engineer's acceptance prior to installing additional railings.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-158 DOWNTOWN STAIRCASE I
t
4. Approved sample may remain as part of completed work.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the job site in good condition and properly protected against
damage to finished surfaces.
B. Store products in manufacturer's unopened packaging until ready for installation.
1. Store material in a location and in a manner to avoid damage. Stacking shall be
done in a way, which will prevent bending.
2. Store material in a clean, dry location away from uncured concrete and masonry.
Cover with waterproof paper, tarpaulin, or polyethylene sheeting in a manner that
' will permit circulation of air inside the covering.
3. Keep handling on site to a minimum. Exercise particular care to avoid damage to
finishes of material.
' 1.8 PROJECT CONDITIONS
A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits
recommended by manufacturer for optimum results. Do not install products under
environmental conditions outside manufacturer's recommended limits.
1.9 WARRANTY
A. Special Warranty: Provide manufacturer's standard form outlining the terms and
conditions of their standard Limited Warranty:
1. Cable and Connectors: 10 year limited warranty against defects in materials and
workmanship.
PART 2 - PRODUCTS
2.1 ALUMINUM HANDRAILS AND STAINLESS STEEL RAILINGS WITH CABLE INFILL
A. Aluminum Components:
1. Handrail Railing and Posts: Round pipe - 1 1/2 inch anodized Aluminum welded
I tubing
B. Stainless Steel Handrail and Railings with Stainless Steel Cable Infill.
1. Mounting: Core Mounted Posts.
2. Handrail Height: 36 inches
3. Cable Safety Rail Height: 42 inches.
4. Cable Railing: Horizontal.
5. Cable Safety Railing and Posts: Round Pipe - 2 inch Schedule 80S stainless
steel welded tubing, Type 316L.
6. End Caps: Stainless steel end caps for exposed open ends of rails.
C. Stainless Steel Finish: NAAMM/NOMMA Metal Finishes Manual.
1. Stainless Steel: No. 4 satin finish.
D. Stainless Steel Cables and Hardware:
1. Material: 1 x 19, Type 316 stainless steel strand, left-hand lay, per dimensional
' properties contained in MIL-DTL-87161.
2. Finish: Mill.
3. Diameter: 5/16 inch (8 mm), minimum breaking strength of 12,500 pounds.
4. Spacing: Maximum 3 inches (76 mm) on center.
5. Spacing: As indicated on Drawings.
6. Cable Hardware Components:
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-159 DOWNTOWN STAIRCASE
I
a. Material: Stainless steel, ASTM A276 and A479, SAE/AMS QQ-S-763,
Type 316.
b. Include washers, nuts, end caps and any accessory items as
recommended by manufacturer for installation conditions or as shown on
Drawings sized according to cable diameter.
c. Type: Use swageless hardware wherever practical.
d. Type: Use hardware substantially concealed inside end posts wherever
practical.
e. Type: Use fittings as indicated on Drawings.
7. Manufacturer: Seco South, Inc. or approved equal.
2.2 FABRICATION
A. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints.
B. Coordinate anchorage with supporting structure.
C. Shear and punch metals cleanly and accurately. Remove burrs from exposed cut
edges.
D. Cut, reinforce, drill, and tap components as indicated on the Drawings to receive finish
hardware, and similar items. I
E. Close exposed ends of railing members with prefabricated end fittings.
PART 3- EXECUTION
3.1 PREPARATION
A. Coordinate setting drawings, diagrams, templates, instructions, and directions for
installing posts that are to be embedded in concrete or masonry construction. I
3.2 INSTALLATION
A. General: Install components in accordance with manufacturer's instructions and in
proper relationship with adjacent construction.
1. Fitting: Fit exposed connections together to form tight, hairline joints.
2. Cutting and Placement: Set handrails and railings accurately in location,
alignment, and elevation measured from established lines and levels and free
from rack.
a. Do not weld, cut, or abrade coated or finished surfaces of railing
components that are intended for field connection by mechanical or other 1
means without further cutting or fitting.
b. Align rails so variations from level or parallel alignment do not exceed 1/4
inch in 12 feet(1.6 mm per m).
c. Anchor posts in concrete by forming or core drilling holes not less than 5
inches (127 mm) deep and 3/4 inch (19 mm) greater than outside diameter
of post. Clean holes of loose material, insert posts, and fill annular space
between post and concrete with non-metallic, non-shrink grout, mixed and
placed to comply with anchoring material manufacturer's directions.
d. Cover exposed joint with base plate As indicated on Drawings.
e. Adjusting: Adjust handrails and railings before anchoring to ensure
alignment at abutting joint's space posts at interval indicated, but not less
than required to achieve structural loads.
3.3 ADJUSTING AND CLEANING
A. Passivation: Immediately after erection, spray passivation solution on stainless steel
frame pieces and cables to restore protective layer. I
f
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-160 DOWNTOWN STAIRCASE 1
B. Cleaning: Restore finishes damaged during installation and construction period so no
evidence remains of correction work. Return items that cannot be refinished in field to
shop; make required alterations and refinish entire unit, or provide new units.
3.4 PROTECTION
A. Protect finishes of handrails and railings from damage during construction period with
temporary protective coverings approved by railing manufacturer. Remove protective
coverings at the time of Substantial Completion.
B. Protect metal handrails & railings from corrosion and staining by applying passivation
solution following installation.
PART 4- MEASUREMENT
4.1 "Handrail" will be measured per lineal foot of handrail. Measurement will be from one
end of the toprail to the other end, along the toprail surface.
"Cable Safety Railing"will be measured per lineal foot. Measurement will be of the
"toprail" of the cable railing and includes all rows of cable included within that lineal foot
of railing.
PART 5 - PAYMENT
5.1 Payment will be made for each of the following Bid items included in the Proposal.
"Handrail", per linear foot. This unit price includes all labor, equipment, and materials
to provide and install the handrail as shown on the Plans or as directed by the
Engineer.
"Cable Safety Railing", per linear foot. This unit price includes all labor, equipment,
and materials to provide and install the Cable Safety Railing as shown on the Plans or
as directed by the Engineer.
END OF DIVISION
I
I
I
I
1
S
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-161 DOWNTOWN STAIRCASE
I
(***DOWNTOWN STAIRCASE*'')
Add the following new section: 1
DIVISION 099000 PAINTING AND COATING
PART 1 —GENERAL I
1.1 DESCRIPTION
A. Furnish all labor, materials, equipment and services necessary to prepare exterior
concrete surfaces, paint existing concrete retaining walls and apply a clear, I
combination water-repellant and graffiti protection treatment system.
1.2 RELATED WORK
A. Cast-in-Place Concrete Section 6-02
1.3 QUALITY ASSURANCE
A. Anti-Graffiti Coating
1. Spray Test: After treatment system has dried, spray coated surfaces with water.
After surfaces have adequately dried, recoat surfaces that show water
absorption.
2. Warranty:
a. Submit draft warranty with product data submittal. Submit executed warranty
at time of substantial completion.
b. Furnish treatment system manufacturer's single source labor and materials
warranty, signed by an officer of the manufacturing company, for a period of
three (3) years for labor, and ten (10) years for materials from date of I
Substantial Completion. Include the following in the warranty:
1) Failure of the treatment to retain its treatment effect caused by
defective material, from application or from ordinary wear and tear. 1
2) Repair of all defects in treatment which become evident within the
warranty period, including but not limited to, streaking and yellowing.
3) Warranty shall be limited to the original cost of materials. I
B. Painting System
1. Field Quality Control: Coating thickness will be measured in the following
ways, as determined by the Contracting Agency:
a. Visual Inspection: Show-through of substrate or a previously applied coat
will be grounds for rejection.
b. Coverage of paint films may be periodically checked with a wet film gauge
during application.
c. Coverage rates for concrete surfaces will be determined by a count of
empty containers. Remove or permanently deface labels of empty
containers after counting by Contracting Agency. Remove empty, counted
containers from site.
2. Warranty:
a. Contractor shall warrant all work against defects in materials and
workmanship for a period of two (2) years, unless otherwise noted, from the
date of Substantial Completion.
1.4 PROJECT CONDITIONS
A. Weather and Substrate Conditions: Do not proceed with application of treatment
system, unless otherwise indicated by written recommendation of manufacturer, when
the following conditions exist:
1. Ambient temperature is less than 40 degrees F or above 100 degrees F;
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-162 DOWNTOWN STAIRCASE I
I
2. When rain or temperatures below 40 degrees F are predicted for a period of 24
I hours, or earlier than 3 days after surfaces become wet from rainfall or other
moisture sources;
3. When substrate is frozen, or at a surface temperature of less than 40 degrees F;
I 4. When winds are sufficient to carry airborne chemicals to unprotected surfaces or
adjacent properties, or would cause an improper application rate.
I PART 2 - PRODUCTS
2.1 ANTI-GRAFFITI COATING
A. Type and Manufacturer: Sherwin Williams 1K Siloxane, B97C00150, anti-graffiti
I coating, or approved equal, with the following characteristics:
1. Color: Clear
2. Active Substrate: Siloxane
3. Solvent: Mineral Spirits
I4. VOC: Not more than 250 g/I.
2.2 PAINT SYSTEM
I A. Type and Manufacturer: Exterior latex, by Miller, Rodda, Sherwin-Williams, or
approved equal.
1. Color: Paint color shall match existing retaining walls located at the Performing
I Arts and Events Center. Contractor shall provide color sample and paint 2'x2'
sample on wall adjacent to existing color in order to verify color match.
I 2.3 COATING SCHEDULE
A. Existing Retaining wall
1. Base Coat: Exterior latex paint.
I 2. Top Coat: Anti-graffiti coating.
B. New Retaining Walls
1. Base Coat: None.
2. Top Coat: Anti-graffiti coating.
IPART 3 - EXECUTION
3.1 ANTI-GRAFFITI COATING
IA. Examination
1. General: Anti-graffiti coating shall be applied to clean concrete and masonry
surfaces.
I 2. Concrete Substrates: Allow a minimum of 28 days of cure time prior to applying
treatment.
I B. Preparation and Cleaning
1. General: Do not start application of treatment until moisture content of substrate
is within treatment manufacturer's recommendations as determined by moisture
I ' meter.
2. Coordination with Sealants: Treatment shall not be applied until sealants for
joints within concrete substrates have been installed and allowed to fully cure.
3. Protection: Protect glass, windows, doors, metal trim and other surfaces not
I indicated for treatment by covering with polyethylene sheeting and waterproof
masking tape. Exercise care when installing the protection material so as to
prevent gaps or pin holes that may allow treatment to get behind the protective
I surface.
a. Remove protection material immediately upon completion of an area
where the chance of overspray or contact with treatment no longer exists.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-163 DOWNTOWN STAIRCASE
I
b. Immediately remove treatment upon contact with metal or glass; use
cleaning materials and methods which do not damage surfaces or 1
permanent finishes.
C. Treatment Application
1. Contractor to apply anti-graffiti coating to a mock-up surface. Engineer shall
accept surface coloration before Contractor proceeds with application of anti-
graffiti coating to additional surfaces.
2. General: Apply treatment in accordance with manufacturer's directions using •
low pressure (15-25 psi) airless spray equipment to ensure thorough saturation
of the exposed substrate. Materials shall not be diluted or altered.
3. Apply treatment evenly until surfaces are fully wet, starting at the bottom and
working up with a 6 to 8 inch rundown below the contact point of the spray
pattern, unless otherwise recommended by the manufacturer. Follow
manufacturer's recommendations pertaining to type of spray equipment, hoses,
gaskets, etc.
4. Brush out heavy runs and drips if they do not penetrate the surface within a few
minutes.
5. At locations where not practical for spray applications, apply treatment using
heavily saturated brush or rollers as recommended by the manufacturer.
D. Clean-up 1
1. Clean-up any overspray from adjacent surfaces with cleaner as recommended
by the treatment manufacturer. Any surfaces damaged as a result of overspray
or spillage shall be repaired or replaced to the satisfaction of the Contracting
Agency at no additional cost.
3.2 PAINTING SYSTEM I
A. Surface Repair and Preparation
1. Perform preparation and cleaning procedures in strict accordance with the paint
manufacturer's instructions and as herein specified.
2. Existing concrete surfaces shall be prepared by power washing, or by other
dust-free preparation methods. Schedule the cleaning and painting such that
contaminants from the cleaning process will not fall onto wet, newly coated I
surfaces.
3. Patch and fill holes, gravel pockets, spalls, and other deformations with a
suitable patching mortar.
4. Mask and protect surfaces that have received top coat or that are not indicated
to be painted to prevent over-spray, spatters, or drips from affecting finished
surfaces.
B. Inspection and Examination
1. Prior to placement of any repair or coating material, the surface shall be
inspected by the material applicator to ensure the surface conditions are
acceptable for the type of repair and the product/material being used as
specified herein. Applicator shall notify the Contracting agency of any
noticeable disparity in the surfaces which may interfere with the proper
preparation or application of the repair mortar and surface coating.
2. Application of the surface coating shall not commence until the repaired
concrete substrate has fully cured.
3. Temperature of the surface to be coated shall be maintained between 40
degrees F and 120 degrees F during application. Prior to and during
I
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-164 DOWNTOWN STAIRCASE I
I
application, care shall be taken to avoid exposure to direct sunlight or other
intense heat source to the structure being coated. Where varying surface
temperatures exist, care shall be taken to apply the coating when the
temperature is falling versus rising.
C. Application
1. Apply coating in accordance with the manufacturer's printed directions. The
manufacturer's recommended coverage per gallon shall not be exceeded.
2. Apply additional coats when substrate or other undercoats show through and
until the paint film is of uniform finish color and appearance. Unless otherwise
specified in the manufacturer's printed instructions, the minimum drying time
between coats shall be 24 hours.
3. Each coat of material will be inspected and accepted by the Contracting Agency
before applying succeeding coats.
D. Cleanup
1. Remove daily from the site discarded coating materials, rubbish, cans, rags and
other debris.
2. Clean surrounding surfaces of drips, spills or overspray. Clean by proper
methods of washing and scraping, using care not to scratch or otherwise
damage finished surfaces.
3. Correct damages by cleaning, repairing or replacing, and painting as directed by
the Contracting Agency.
4. Provide "Wet Paint" signs as required to protect newly coated finishes.
5. Remove temporary protective wrappings after completion of painting operations.
PART 4- MEASUREMENT
"Paint Existing Retaining Wall" will be measured on a lump sum basis.
Areas to be painted are shown on the Plans and include, but is not limited to, the
existing retaining wall along S 316th St. Exterior latex paint shall be applied to
the newly-exposed north side of the wall area for the east and west halves of the
existing retaining wall to remain. The west half of the wall shall also be painted
on the top side of the wall, and any additional paint needed on the south side of
the west wall to ensure a uniform appearance. The east half of the wall shall
also be painted on the top side of the wall and on the south side of the wall to the
eastern project limits. If the painted surface does not end at a corner, the
contractor shall provide a clean, vertical end to the painted surface.
"Anti-Graffiti Coating" will be measured per square foot of covered area.
Areas to be painted are shown on the Plans and include, but is not limited to, the
111 existing (within limits of newly painted wall) and proposed retaining walls.
PART 5- PAYMENT
Payment will be made for the following Bid items when included in the Proposal.
"Paint Existing Retaining Wall", lump sum.
"Anti-Graffiti Coating", per square foot.
The unit Contract price for"Paint Existing Retaining Wall" and "Anti-Graffiti Coating" shall be full
pay to provide materials and perform the work as specified. No separate payment will be made
Ifor protecting surfaces not indicated for coating or for cleanup of overspray or spillage.
END OF DIVISION
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-165 DOWNTOWN STAIRCASE
I
(*'"DOWNTOWN STAIRCASE***)
Add the following new section: 1
DIVISION 260000 - ELECTRICAL GENERAL CONDITIONS
PART 1 - GENERAL I
1.1 GENERAL
A. Conform to the General Conditions, Supplementary Conditions, and related work in
other Divisions for all work in Division 26. See Division 1 for sequence of work. See
Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
1.2 WORK INCLUDED I
A. It is the intention of this division of the specifications and the accompanying drawings
to describe and provide for the furnishing, installing, testing and placing in satisfactory
and successful operation all equipment, materials, devices and necessary
appurtenances to provide a complete electrical system, together with such other
miscellaneous installations and equipment hereinafter specified and/or shown in the
plans. The work shall include all materials, appliances and apparatus not specifically
mentioned herein or noted on the plans, but which are necessary to make a complete
working installation of all electrical systems shown on the plans or described herein.
Equipment and devices furnished and installed under other divisions of this
specification (or by the Owner) shall be connected under this division. The drawings
and specifications are complementary and what is called for in either is binding as if
called for in both. I
B. By submitting a bid, the Contractor is acknowledging that he has made a thorough
examination of the Contract Documents, existing site and building conditions, and has
determined that these documents do sufficiently describe the scope of construction
work required under this Contract.
1.3 SCOPE OF BASIC BID I
A. Included in Division 26 work is all work and related items necessary to provide all
electrical installations except as specifically excluded. In general, this includes all labor,
equipment, tools, etc., to complete the electrical work.
1.4 RELATED WORK
A. Temporary Power and Lighting—Division 1 1
B. Mechanical Control Wiring—See Division 23
C. Cutting and Patching - See Division 1
D. Trenching, backfill and asphalt work— See Division 2 1
1.5 STANDARDS AND REGULATIONS
A. The work shall comply with the latest edition of the applicable Standards and Codes of
the following:
ASTM American Society for Testing and Materials
NBFU National Board of Fire Underwriters
NEC National Electrical Code
--- State Electrical Code
NESC National Electrical Safety Code
NEMA National Electrical Manufacturers Association
NFPA National Fire Protection Association
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-166 DOWNTOWN STAIRCASE I
I
U.L. Underwriters Laboratories Inc.
I IPCEA Insulated Power Cable Engineers Associated
CBM Certified Ballasts Manufacturers
--- Federal, State and Local Building Codes
IETL Electrical Testing Laboratories
B. If any conflict occurs between Government adopted Code Rules and this specification,
I the codes are to govern. Nothing in these drawings and specifications shall be
construed to permit work not conforming to governing codes. Also, this shall not be
construed as relieving the Contractor from complying with any requirements of the
I plans and specifications which may be in excess of, but not in conflict with,
requirements of the Governing Codes.
1.6 PERMITS & FEES
IA. The Contractor shall obtain and pay for all licenses, permits and inspections required
by laws, ordinances and rules governing work specified herein. The Contractor shall
I arrange for inspection of work by the inspectors and shall give the inspectors all
necessary assistance in their work of inspection.
B. The Contractor shall consult with and follow the requirements of the local fire, power,
I telephone, and television utilities serving the area and shall coordinate his work with
them.
C. Utility connection and hook-up charges for power, telephone and television shall be
paid by the Owner directly to the utility. The Electrical Contractor is required to provide
any and all coordination necessary to support the utility connection, file for application
I of service (or assist the Owner in filing for application of service) and coordinate dates
for service with the utilities.
ii 1.7 DEFINITIONS
A. When "Provide" is used, it shall be interpreted as "furnishing and installing complete in
operating condition".
B. When "Drawings" is used, it shall be interpreted as "all Contract Drawings for all
I Disciplines".
C. When "Contractors" is used, it shall be interpreted as the Electrical Contractor.
I 1.8 INTENT OF DRAWINGS
A. The electrical drawings are intended to serve as working drawings for general layout.
The equipment layout is diagrammatic and unless specifically dimensioned or detailed,
I does not indicate all fittings, hardware or appurtenances required for a complete
operating installation.
I B. Anything shown on the drawings but not covered in the specifications, or anything
covered in the specifications but not shown on the drawings, shall be as if covered in
both. In case of conflict between the drawings and specifications, the Engineer will
select the method to be used. The Contractor shall be responsible for verifying all
Imeasurements before proceeding with the work.
C. Wiring diagrams are not intended to indicate the exact course of raceways or exact
I location of outlets. Raceway and outlet locations are approximately correct and are
subject to revision as may be necessary or desirable at the time of installation. Precise
location in every case shall be subject to the Engineer's approval.
I
CITY OF FEDERAL WAY PROJECT#201 l RFB#19-002
NOV 2018 SP-167 DOWNTOWN STAIRCASE
I
D. The contractor shall review the manufacturer provided installation instructions for each
piece of equipment prior to rough-in. Any conflict between the drawings, specifications
and installation instructions shall be brought to the Engineer's attention
immediately. The contractor will not be paid for any reinstallation required due to
failing to comply with manufacturer's recommendations or requirements unless
specifically directed by the engineer, in writing, after the conflict has been identified.
1.9 PROTECTION I
A. The Contractor shall store and guard all equipment before installation and shall protect
same, and replace any equipment that has been damaged prior to final acceptance.
See Division 1 for detailed requirements.
1.10 HOUSEKEEPING
A. All electrical materials shall be kept stored in an orderly fashion protected from heat,
cold, and the weather.
B. All marred surfaces shall be refinished and painted after installation.
C. All debris shall be removed from premises during work, as directed, and at completion
of job.
1.11 TEMPORARY USE
A. Temporary or interim use of any and all portions of the electrical system shall be under
the supervision of the Electrical Contractor.
B. Temporary power and lighting for use during construction shall be provided per the
requirements of the Division 1 specifications.
1.12 WARRANTY
A. Provide a written warranty that the Division 26 work is free from mechanical and
electrical defects. Contractor shall replace and repair, to the satisfaction of the
Engineer, any parts of the installation which may fail within a period of 12 months after
the certificate of final acceptance, provided that such failure is due to defects in
material or workmanship, or failure to follow the specifications and drawings.
1.13 INSTRUCTIONS AND MANUALS
A. Operation and maintenance data shall be submitted in accordance with Section
017823.
B. A preliminary, complete copy, except for the bound cover, shall be submitted 60 days I
prior to completion of the project for checking and review. Five (5) bound, corrected
copies shall be delivered to the Owner 20 days prior to scheduled instruction periods
as specified under Section 1.16 "Instruction Periods" after review of the preliminary
copy. Obtain a receipt for the manuals and forward a copy of the receipt to the
Engineer with the completed form.
C. Manuals shall contain shop drawings, wiring diagrams, operating and maintenance
instructions, replacement parts lists, and equipment nameplate data for all equipment
and systems installed under the project. Signal equipment submittals shall contain
step-by-step circuit description information designed to acquaint maintenance
personnel with equipment operation in each mode of operation. Manuals shall contain
original brochures supplied by manufacturers. Xerox copies of originals will not be
accepted.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-168 DOWNTOWN STAIRCASE I
I
D. Each type of device provided shall be identified in the 0 & M Manual using the same
identification as shown on the drawings and specifications. The information included
must be the exact equipment installed not the complete "line" of the Manufacturer.
Where sheets show the equipment installed and other equipment, the installed
equipment shall be neatly and clearly identified on such sheets. Parts lists shall give
full ordering information assigned by the original parts manufacturer. Relabeled and/or
renumbered parts information as reassigned by equipment supplier is not acceptable.
The following information shall be provided for each device:
1. Manufacturer's name, address and phone number.
2. Local supplier's name, address and phone number.
3. Complete parts lists including quantities and manufacturer's part numbers.
4. Installation instructions.
5. Recommended maintenance items including maintenance procedure and
recommended interval of maintenance listed in hours of operation, calendar unity
or other similar time unit.
E. The 0 & M Manual shall be assembled as detailed in Section 017000. As a minimum,
the following sections shall be broken out:
F. The 0 & M Manual shall be assembled in a loose leaf, 3-ring, hard cover binder and
electronically on compact disc. The information contained in the manuals shall be
grouped in an orderly arrangement by specification index. The manuals shall have a
typewritten index and divider sheets between categories with identifying tabs. The
covers shall be imprinted with the name of the job, Owner, Architect, Electrical
Engineer, Division 26 Contractor, and year of completion. The back edge shall be
imprinted with the name of the job, Owner, and year of completion. As a minimum, the
following selection shall be broken out:
1. Light Fixtures
2. Service Panels
G. Wiring Diagrams for each system shall be complete for the specific system installed
under the Contract. "Typical" Line Diagrams will not be acceptable unless properly
marked to indicate the exact field installation.
1.14 WORK NOT INCLUDED
A. Indicated motors, controls, and equipment as described in other divisions shall be
furnished by other trades, but shall be moved, set and wired to electrical controls and
power supply by the Electrical Contractor.
S. Work to be included under this Contract shall be defined on drawings and in these
specifications. Any details beyond these limits are meant only to give installation clarity
to that portion which is a part of this Contract.
PART 2 - PRODUCTS
2.1 COMPETITIVE PRODUCTS
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-169 DOWNTOWN STAIRCASE
I
A. Any reference in the specifications to any article, device, product, material, fixture, form
or type of construction by name, make or catalog number shall be interpreted as
establishing a standard of quality and shall not be construed as limiting competition.
The Contractor, in such cases, may at his option use any article, device, product,
material, fixture, form or type of construction which in the judgment of the Engineer,
expressed in writing, is equal to that specified. However, any manufacturer not listed as
an accepted Bidder for a specific item must be submitted for acceptance in writing in
accordance with Section 016000. 1
B. Any reference in the specifications to any article, device, product, material, fixture, form
or type of construction by name, make or catalog number shall be interpreted as
establishing a standard of quality and shall not be construed as limiting competition.
The Contractor, in such cases, may at his option use any article, device, product,
material, fixture, form or type of construction which in the judgment of the Engineer,
expressed in writing, is equal to that specified. However, any manufacturer not listed as111
an accepted bidder for a specific item must be submitted for acceptance in writing and
with descriptive data verifying equal quality and performance at least ten (10) working
days prior to the bid date for approval. I
2.2 MANUFACTURER/EQUIPMENT PRIOR APPROVALS
A. Any manufacturer/equipment not listed as an approved substitute for a specified item
must be submitted for acceptance in accordance with Section 016000, in writing, with
detailed information to include:
1. Manufacturer's Catalog Data
2. Complete Physical and Technical Data
3. Wiring Diagrams
4. Detailed reference (written or highlighted) noting compliance with the appropriate
Specification Section and all applicable Specification item numbers within that
Section
5. Complete type written index cross referencing all proposed substitutes and
specified items
6. Detailed reference to specified items (written or highlighted) noting equal quality
and performance of proposed substitute equipment
7. Other descriptive data, as required by the Engineer I
B. If substitute material is determined to be acceptable by the Engineer, it will be included
in a subsequent Addenda prior to bidding. The acceptance of a manufacturer's name
or product by the Engineer does not relieve the Contractor of the responsibility for
providing materials and equipment which comply in all details with the requirements of
the Contract Documents. I
C. Only materials which are specified or published in addenda as acceptable shall be
used.
2.3 MATERIALS
A. All materials must be of the quality herein specified. All materials shall be new, of the
best quality and free from defects. They shall be designed to ensure satisfactory
operation and operational life in the environmental conditions which will prevail where
they are being installed.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-170 DOWNTOWN STAIRCASE I
I
B. Each type of material shall be of the same make and quality. The materials furnished
I shall be standard products of the manufacturers regularly engaged in the production of
such equipment and shall be the manufacturer's latest standard design.
IC. All materials shall be U.L. or E.T.L. listed for the purpose for which they are used.
D. Equipment in compliance with U.L. standards but not bearing their label is not
I acceptable. If the manufacturer cannot arrange for labeling of an assembled unit at the
factory the unit shall be field evaluated per the Washington State Administrative Code
(WAC) and the electrical inspector's requirements.
2.4 COMPLETE SYSTEM
A. All the systems mentioned shall be complete and operational in every detail except
where specifically noted otherwise. Mention of certain materials in these specifications
I shall not be construed as releasing the Contractor from furnishing such additional
materials and performing all labor required to provide a complete and operable system.
I 2.5 NAMEPLATES
A. Provide nameplates constructed of plastic (black on white) laminated material
engraved through black surface material to white sublayer (attach with screws on
I NEMA 1 enclosures). EXCEPTION (1): Emergency distribution system component
labeling - white letters on red background. Exception (2): Series rated systems shall
be yellow background with white letters.
i 1. Service Entrance Label: Refer to Section 262413
2. Panelboard Labels: Refer to Section 262416
3. Switch and Receptacle Labels: Refer to Section 262726
4. Motor Starter and Disconnect Labels: Refer to Section 262816
5. Special Equipment/Outlet Labels: Refer to Appropriate Sections.
6. Medium Voltage Feeder Tags:s: Refer to Section 260573.
a
7. Under 600 Volt Feeder Tags: Refer to Section 260519.
PART 3- EXECUTION
3.1 GENERAL
I A. Careful consideration shall be given to clearances under and over beams, pipes and
ducts, to provide proper headroom in all cases. Check drawings to determine heights
of all suspended ceilings and size of pipe shafts where raceway and wire-ways shall
I run. Coordinate installation of Division 26 wiring and equipment with Division 23 and
other trades. Where insufficient room for proper installation appears, obtain
clarification from Engineer before any installation is begun.
B. Cutting and Patching:
1. Obtain permission from the Project Engineer prior to cutting. Locate cuttings so
I they will not weaken structural components. Cut carefully and only the minimum
amount necessary. Cut concrete with diamond core drills except where space
limitations prevent the use of such drills.
2. All construction materials damaged or cut into during the installation of this work
must be repaired or replaced with materials of like kind and quality as original
materials by skilled labor experienced in that particular building trade.
II
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-171 DOWNTOWN STAIRCASE
I
3.2 COORDINATION
A. The Contractor is responsible for accomplishing Division 26. The work shall coordinate I
with that of the other Contractors and/or other trades doing work in the building and
shall examine all Drawings, including the several Divisions of Mechanical, Structural,
Civil and Architectural, for Construction Details and necessary coordination. Specific
locations of construction features and equipment shall be obtained from the Contract
Documents, field measurements, and/or from the trade providing the material or
equipment. No extra costs will be allowed for failure to obtain this information. I
B. All conflicts shall be reported to the Engineer in writing before installation for decision
and correction. Special attention is called to the following items:
1. Door swings to the end that switches will be located on "Strike" side of the door.
2. Location of grilles, pipes, sprinkler heads, ducts and other mechanical equipment
so that all electrical outlets, lighting fixtures and other electrical outlets and
equipment are clear from and in proper relation to these items. 111
3. Location of cabinets, counters and doors so that electrical outlets, lighting fixtures
and equipment are clear from and in proper relation to these items.
4. Type and height of ceiling.
5. All device measurements referenced on drawings or specifications are to be
centered of device unless noted otherwise.
C. The Contractor will not be paid for work requiring reinstallation due to lack of
coordination or interference with other Contractors or trades. This includes, but is not
limited to, removing, replacing, relocating, cutting, patching, and finishing. I
D. Device and fixture locations may be changed within 15 feet without extra charge if so
desired by the Engineer, before installation.
3.3 REQUESTS FOR INFORMATION (RFI)
A. It is our intent to provide a timely response for RFIs regarding Division 26 work. To
further expedite this process, where a suggestion can be determined or derived at by
the initiator of the RFI, it is required this suggestion be supplied with the submitted RFI.
If no suggestion is given where one is possible, the RFI will be returned as incomplete.
3.4 CLEANING AND PAINTING
A. All equipment, whether exposed to the weather or stored indoors shall be covered to
protect it from water, dust and dirt.
B. After installing, all metal finishes shall be cleaned and polished, cleaned of all dirt, rust,
cement, plaster, grease and paint.
C. All equipment with a primer coat of paint shall be given two (2) or more coats of a finish
111
enamel and scratched surfaces be refinished to look like new. Markings, identification
and nameplates shall be replaced.
3.5 EQUIPMENT IDENTIFICATION
A. Provide identifying engraved bakelite nameplate on all equipment, including pull boxes,
to clearly indicate its use, area served, circuit identification, voltage, and any other
useful data.
B. Each auxiliary system, including communications, shall be clearly labeled to indicate its
function.
3.6 DEVIATION
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-172 DOWNTOWN STAIRCASE I
I
A. Deviation from the shop drawings in construction or installation of equipment shall not
I be made unless Shop Drawings showing proposed deviations are submitted to and
approved by the Engineer. If any equipment is furnished under this or other divisions
with current, voltage or phase ratings that differ from those shown on the drawings, the
I Contractor shall notify the Engineer in writing immediately and shall not connect said
equipment until instructed as to required changes by the Architect. No extension of
time will be granted as a result of such changes.
I3.7 EXCAVATIONS
A. All excavations are to be so conducted so that no walls or footings shall be disturbed in
I any way.
B. Remove all surplus earth not needed for backfilling and dispose of same as directed.
3.8 WIRING METHODS
A. All branch circuit wiring shall be installed in raceway with junction boxes and fittings.
B. Multiple feeder runs shall be rod hung, using a strut type channel with individual one
hole clamps, back plates and machine screws.
C. Any low voltage cables that are not terminated at both ends shall be tagged and
labeled per code.
I 3.9 PAINTING
A. Painting in general will be covered under another division of this specification, except
items furnished under Division 26 that are scratched, marred in shipment or
Iinstallation, shall be refinished by the Division 26 Contractor.
3.10 WORKMANSHIP AND OBSERVATION
I A. Workmanship shall be of the best quality and none but competent workers shall be
employed under the supervision of a competent foreman. All completed work shall
represent a neat and workmanship like appearance.
I B. All work and materials shall be subject to observation at any and all times by
representatives of the Engineer.
3.11 MISCELLANEOUS
ill
A. Provide complete seismic anchorage and bracing for the lateral and vertical support of
conduit and electrical equipment, as requiredby the International Building Code.
B. Conduits that cross seismic separations shall be installed with flexible connection
I suitable to accommodate conditions. Secure raceways on each side of a separation
and provide a minimum of 36" length of flexible conduit to span separation.
I 3.12 CABLE AND WIRING ROUTED UNDERGROUND OR UNDERSLAB
A. All cables and conductors, both line voltage and low voltage, routed underground or
underslab shall be U.L. listed for installation in wet locations per NEC and WAC codes.
I END OF DIVISION
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-173 DOWNTOWN STAIRCASE
r -
I
("DOWNTOWN STAIRCASE***)
Add the following new section:
DIVISION 260010 - EXCAVATION AND BACKFILL FOR ELECTRICAL
UNDERGROUND UTILITIES
PART 1 -GENERAL
1.1 GENERAL INCLUDES
A. Excavation and Associated Grading.
B. Trenching and Trench Protection.
C. Backfilling and Compaction.
D. Verification of Existing Utilities.
E. Protection of Utilities.
1.2 RELATED SECTIONS
A. Division 260000— Electrical General Conditions
B. Division 260533- Raceways
C. Division 265000- Lighting
D. Division 270000— Low Voltage System General Requirements
E. Division 8-20— Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical I
1.3 QUALITY ASSURANCE
A. Inspection of Job Conditions: Prior to starting work and during work, the installer shall
examine the work by others, site and job conditions under which excavation, trenching,
and backfilling for underground utilities work will be performed, and notify the General
Contractor in writing of unsatisfactory conditions or work. Do not proceed with work
until unsatisfactory conditions have been corrected in a manner acceptable to the
Installer.
B. Codes and Standards: Comply with requirements of the following codes and standards
(Latest Edition) except as modified herein:
1. International Conference of Building Officials, "International Building Code".
2. Local requirements for all utility work.
3. OSHA and WISHA regulations.
4. APWA Standard Specifications.
5. National Electrical Code— NFPA 70.
1.4 RESPONSIBILITY
A. The Contractor is solely responsible for compliance with the requirements of the
drawings, specifications, local codes and standards, proper construction coordination
with work of other trades, and protection and worker's safety. Contractor shall advise
Engineer of any discrepancy in, or disagreement with the specifications and/or
drawings prior to starting work and not proceed until issue is resolved. 1
Commencement of work shall indicate Contractor's acknowledgement of his expertise
in this type of work. Any delay resulting from failure to comply with this procedure will
not be basis for an extension of the completion date. I
1.5 APPLICABLE PUBLICATIONS
A. The publications listed below form a part of this specification to the extent referenced.
American Society of Testing and materials (ASTM) publications:
D 422-63 Particle Size Analysis of Soils.
D 423-66 Liquid Limit of Soils.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-174 DOWNTOWN STAIRCASE I
I
D 424-59 Plastic Limit and Plasticity Index of Soils.
D 1557-78 Moisture Density Relations of Soils using a 10 lb. (4.54kg) Rammer
and 18-inch (457 mm) Drop.
D 2167-66 Density of Soil In-Place by the Rubber Balloon Method.
D 2217-66 Wet preparation of Soil Samples for Particle-Size Analysis and
Determination of Soil Contents.
D 2487-69 Classification of Soils for Engineering Purposes.
D 2922-81 Test Methods for Density of Soil and Soil-Aggregate In Place by
Nuclear Methods (Shallow Depth).
E 548-79 Generic Criteria for Use in the Evaluation of Testing and Inspection
Agencies.
PART 2 - MATERIALS
2.1 SATISFACTORY MATERIALS
I A. Materials classified as ASTM D2487, Unified Soil Classification System as SW, SP,
GW, and GP are satisfactory for backfill use. Materials classified as SP-SM, GP-GM,
GM, GC and ML are also satisfactory for backfill use provided that they contain
moisture contents suitable for the intended use and are reasonably free of organic
matter. Native material, not considered unsatisfactory as specified below, may comply.
Except that no material shall have any object with a dimension exceeding 2 inches and
no object shall be sharply angular.
2.2 UNSATISFACTORY MATERIALS
A. Materials classified in ASTM D2487, Unified Soil Classification System as PT, OH, and
OL are unsatisfactory. Unsatisfactory materials also include man-made fills, refuse and
all materials containing excessive organic matter or having moisture contents which
are not suitable for the intended use, or having objects with dimensions exceeding 2
inches (boulders, etc.).
2.3 UNSTABLE MATERIAL
A. Unstable material shall consist of material too wet to properly support the utility conduit
or appurtenance structure, and material identified as unsuitable in the National
Electrical Code 300-5(F).
2.4 GRAVELLY SAND BORROW MATERIAL
A. Gravelly sand borrow material to provide backfill, or replace unsuitable soil, shall meet
the requirements of SW, SP, GW, and GP materials, except that the maximum
percentage passing the No. 200 sieve shall not exceed 5% based on the soil fraction
passing the U.S. No. 4 sieve, and not contain discrete particles greater than 2 inches in
diameter.
2.5 DEGREE OF COMPACTION
A. Degree of compaction shall be expressed as a percentage of the maximum density
obtained by the test procedure presented in ASTM D1557, Method D. Minimum
compaction requirements shall be as specified in PART 3.
2.6 DRAINAGE GRAVEL
A. Shall be 3/4-inch washed gravel with no more than 2% passing 1/2-inch sieve opening.
2.7 SPECIAL BEDDING AND INITIAL BACKFILL MATERIAL
A. Minus 3/8-inch washed pea gravel.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-175 DOWNTOWN STAIRCASE
I
PART 3- EXECUTION
3.1 EXCAVATION 1
A. If workers enter any trench or other excavation four or more feet in depth that does not
meet the open pit requirements of WSDOT Section 2.09.3(3)B, it shall be shored and
cribbed. The Contractor alone shall be responsible for worker safety. All trench safety
systems shall meet the requirements of the Washington Industrial Safety and Health
Act, Chapter 49.17 RCW.
B. Excavation of every description and of whatever substances encountered shall be I
P
performed to allow the installation of all utilities at the lines and grades as required.
During excavation, material satisfactory for backfilling shall be stockpiled in an orderly
manner at a distance from the banks of the trench sufficient to avoid overloading and to
prevent slides or cave-ins. Adequate drainage shall be provided for the stockpiles and
surrounding areas by means of ditches, dikes, or other approved methods. The
stockpiles shall also be protected from contamination with unsatisfactory excavated 1
material or other material that maydestroythe qualityand fitness of the suitable
stockpiled material.
C. If the Contractor fails to protect the stockpiles and any material becomes unsatisfactory
as a result, such material shall be removed and replaced with satisfactory on-site or
imported material from approved sources at no additional cost to the Owner. I
D. Excavated material not required or not satisfactory for backfill shall be removed from
the site and shall be disposed of off site, at the Contractor's expense, at the
Contractor's waste area. Any excess satisfactory excavated materials shall not be
mixed with unsatisfactory materials. Unsatisfactory materials shall not cover available
suitable materials, or be disposed of in such a manner as to interfere with subsequent
borrow operations.
E. Grading shall be done as may be necessary to prevent surface water from flowing into
the excavation, and any water accumulating therein shall be removed so that the
stability of the bottom and sides of the excavation is maintained. Unauthorized over-
excavation shall be backfilled in accordance with paragraph 3.05 BACKFILLIING at no
additional cost to the Owner.
F. The Contractor shall provide dewatering as required for installation of underground
work. I
3.2 TRENCH EXCAVATION
A. The trench excavation shall meet the requirements of the National Electrical Code and
local utility standards.
B. Bottom Preparation: The bottoms of trenches shall be accurately graded to provide
uniform bearing and support for the bottom quadrant of each section of the conduit and
for bedding. Stones of 2 inches or greater in any dimension, or as recommended by
the conduit manufacturer, whichever is smaller, shall be removed to avoid point
bearing. I
C. Removal of Unsuitable Material: Where unsuitable material is encountered in the
bottom of the trench, such material shall be removed to the depth directed and
replaced to the proper grade with select granular material as provided in paragraph
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-176 DOWNTOWN STAIRCASE I
I
3.05 BACKFILLING. When removal of unsuitable material is required due to the fault
I or neglect of the Contractor in his performance of the work, the resulting material shall
be excavated and replaced by the Contractor without additional cost to the Owner.
I D. Bedding: The bedding surface for the conduit shall provide a firm foundation of uniform
density throughout the entire length of the conduit. The conduit shall be bedded
carefully in a soil foundation accurately shaped and rounded to conform to the lowest
I one-fourth of the outside portion of circular conduit or to the lower curved portion of
conduit arch for the entire length of pipe or arch. When necessary, the bedding shall
be taped. Provide bedding using pea gravel where noted on the drawings.
I3.3 EXCAVATION FOR APPURTENANCES
A. Excavation for manholes, handholes or similar structures below grade shall be
I sufficient to leave at least 12 inches clear between the outer structure surfaces and the
face of the excavation or support members. When concrete or masonry is to be placed
in an excavated area, special care shall be taken not to disturb the bottom of the
excavation. Excavation to the final grade level shall not be made until just before the
concrete or masonry is to be placed.
3.4 JACKING, BORING, AND TUNNELING
I A. Unless otherwise indicated, excavation shall be by open cut, except that sections of a
trench may be jacked, bored, or tunneled if the raceway, cable or duct can be safely
and properly installed and backfill can be properly tamped in such sections.
1 3.5 BACKFILLING
A. Backfill material shall be compacted to 6" layers and as specified in Paragraph 3.06-
I Compaction.
1. Trench Backfill: Trenches shall be backfilled to finish grade.
2. Replacement of Unstable Material: Unstable material removed from the bottom of
the trench of excavation shall be replaced with select granular material or gravel
Iborrow placed in layers not exceeding 6 inches loose thickness.
3. Bedding and Initial Backfill: Bedding shall consist of satisfactory materials. Initial
backfill shall be in 6-inch lift.
I3.6 COMPACTION
A. Each layer of fill, or the excavated subgrade, shall be compacted to at least 95%, per
I ASTM D1557, of laboratory maximum density. Compaction shall be accomplished by
approved tamping rollers, pneumatic-tired rollers, three-wheel power rollers, or other
approved compaction equipment.
I3.7 PROTECTION •
A. Newly graded excavated or bedded areas shall be protected from traffic and from
erosion, and any settlement or washing away that may occur from any cause, prior to
Iacceptance, shall be repaired and grades reestablished to the required elevations and
slopes.
I END OF DIVISION
1
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-177 DOWNTOWN STAIRCASE
I
r**DOWNTOWN STAIRCASE'",
Add the following new section: 1
DIVISION 260519 - WIRES AND CABLES
PART 1 -GENERAL I
1.1 WORK INCLUDED
A. Provide all wire, cable, and terminations complete.
1.2 RELATED DOCUMENTS
A. Division 260000—Electrical General Conditions
B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
PART 2 - PRODUCTS
2.1 WIRE AND CABLE (COPPER, 600-VOLT) 111
A. Underground: All conductors to be type USE. Increase Raceway size when necessary
to accommodate conductors per code. Exception: Underground conductors completely I
contained in code recognized Raceway and boxes may be Type THW, THWN or
XHHW.
2.2 SPLICES I
A. Below Grade: Splices below grade shall be in handholes and shall be made watertight
with epoxy resin type splicing kits similar to Scotchcast.
2.3 TERMINATIONS
A. Compression set, bolted or screw terminal.
B. Conductors #12 and smaller shall utilize eye or forked tongue type compression set
terminator when termination is to a bolted or screw set type terminal block or terminal
cabinet.
2.4 PLASTIC CABLE TIES I
A. Nylon or Equivalent, locking type.
PART 3- EXECUTION 1
3.1 GENERAL
A. Install all wiring in Raceway unless shown or specifically authorized otherwise.
3.2 WIRE SIZE
A. No. 12 AWG minimum for power and lighting circuits.
B. Provide solid wire for No. 10 AWG and smaller, and stranded conductors for No. 8
AWG and larger(600) volts.
3.3 TESTS
A. In addition to the factory testing of all equipment and cable, the Contractor shall test all
wiring connections for continuity and ground before any fixtures or other loads are
connected. Tests shall be made with a 500V minimum DC "Megger" type tester. If
tests indicate faulty insulation (less that 2 megohms), such defects shall be corrected
and tested again. Contractor shall provide all apparatus to make tests and shall bear
all expenses of required testing. Routine operation tests shall be made on all pieces of
equipment to demonstrate that working parts are in operating condition. Results of all
tests shall be recorded and submitted to the Architect. The Contractor shall
immediately replace all parts, which fail to pass the test.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-178 DOWNTOWN STAIRCASE I
I
I B. Measure the OHMIC value of the Electric Service Entrance metallic "System Ground"
with reference to "Earth Ground" using the "Multiple Ground Rod Fall-In-Potential"
method and suitable instruments. Maximum resistance to ground shall be less than 10
I ohms. If this resistance cannot be obtained with the ground system shown, notify the
Architect immediately for further instructions. Provide OHMIC test results to Engineer.
C. All circuits both in and out of the building shall test out free of grounds, short circuits
and other defects.
D. Check and record catalog number and ampere size of controller overload heaters
1 installed, nameplate full-load amperes, and actual operating amperes of each motor.
IMPORTANT: Submit recorded data in triplicate to the Engineer. Check proper load
I balance on the electrical system, direction of rotation, lubrication, and overload
protection of all motors before placing in operation.
E. Provide a log of ampere reading for all panels from phase to neutral for 4 wire panels
I and from phase to phase for 3 wire panels. These readings shall be taken with all
loads activated.
I F. The final test of all equipment shall be made on dates designated by the Project
Engineer and all readings shall be made in their presence.
I G. Feeders shall be checked to ensure all phases are energized before connecting to their
respective motors. Each motor shall rotate in the proper direction for its respective
load. Prior to rotation test, all bearings shall be inspected for proper lubrication.
IIIH. Minimum megger test for equipment shall be as follows:
Equipment Maximum Minimum Test
Voltaae Rating Resistance
111 I 1,000-Volts or less 2 Megohms
I. Provide certification of torque values for feeder and service entrance conductors per
Iequipment manufacturer's recommendation.
3.4 CONDUCTOR SIZES, REFERENCED ON PLANS
IA. Copper, type THW or RHW unless noted.
3.5 PULLING
I A. Use no mechanical means for pulling No. 8 AWG conductors and smaller. Powdered
soap stone or approved spray cream shall be the only lubricant used.
111 3.6 STRIPPING INSULATION
A. Do not ring the cable, always pare or pencil.
3.7 TAPING
A. If used shall be half lapped synthetic tape.
3.8 CONDUCTORS IN PANELS AND SWITCHBOARDS
I A. Conductors in panels, switchboards, and terminal cabinets shall be neatly grouped and
formed in a manner to"Fan" into terminals with regular spacing.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
INOV 2018 SP-179 DOWNTOWN STAIRCASE
I
3.9 CABLE SUPPORTS
A. Provide conductor support devices as required by code in vertical cable runs.
3.10 RACEWAY SIZES REFERENCED ON DRAWINGS
A. Raceways are sized for copper, type THW, unless otherwise noted. Size all Raceways I
per code unless specifically noted to be larger on the drawings.
END OF DIVISION I
I
1
I
I
I
1
I
i
I
I
I
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-180 DOWNTOWN STAIRCASE I
i
('"DOWNTOWN STAIRCASE***)
I Add the following new section:
DIVISION 260526 - GROUNDING AND BONDING
PART 1 -GENERAL
1.1 WORK INCLUDED
A. A grounding system shall be provided for neutral ground and equipment ground as
required by code.
1.2 RELATED DOCUMENTS
A. Division 260000— Electrical General Conditions
B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
IPART 2 - PRODUCTS
2.1 GROUNDING CONDUCTORS
A. Copper, code size, with physical protection where subject to damage. Bare or green
insulated.
2.2 GROUND RODS
A. 3/4" x 8'-0" copper clad steel.
PART 3- EXECUTION
3.1 GENERAL
A. Provide all grounding for electrical systems and equipment as required by codes and
as specified herein.
3.2 GROUND RODS
A. Provide as shown and/or required. Connect the ground conductor to each rod.
3.31 OF GROUND WIRE
SIZE
A. As required bycode. Where ground wire is exposed to physical damage or is used
qP pY 9
outside of building, protect with conduit.
3.4 GROUND CONNECTION OF WATER PIPING
A. Metal internal piping shall be grounded, as part of this Contract. This includes jumpers
for dielectric fittings.
3.5 GROUND CONNECTION OF BUILDING STEEL
IA. Structural metal shall be grounded, as part of this Contract.
3.6 CONNECTION TO THE GROUND BUS
A. Provide connections in accordance with the codes; including but not limited to raceway
1 systems, switchboard/panelboard frames, service neutral, separately derived systems,
electrically operated equipment and devices. No device or equipment shall be
connected for electrical service which has a neutral conductor connected to a
grounding conductor or to the frame within the device or equipment.
3.7 METHOD OF CONNECTION
A. Make all ground connections and ground cable splices by thermal welding. Grounding
lugs, where provided as standard Manufacturer's items on equipment furnished, may
be used.
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
NOV 2018 SP-181 DOWNTOWN STAIRCASE
I
3.8 FLEXIBLE RACEWAY I
A. Shall not be used for grounding. Install separate ground conductor in all flexible
raceway.
3.9 PVC RACEWAY
A. Install separate ground conductor in all PVC raceway as required per code.
3.10 DROP CORDS I
A. Shall have a grounding wire and be connected with a grounding type plug and
receptacle.
END OF DIVISION
t
1
I
I
1
I
1
I
i
1
t
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-182 DOWNTOWN STAIRCASE
t
("""`DOWNTOWN STAIRCASE",
I Add the following new section:
DIVISION 260532 - OUTLET AND PULL BOXES
IPART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide outlet and pull boxes to enclose devices, permit the pulling of conductors and
Ifor wire splices and branches.
1.2 RELATED DOCUMENTS
I A. Division 260000— Electrical General Conditions
B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
IPART 2 - PRODUCTS
2.1 INTERIOR WIRING
I A. General: Outlet and pull boxes shall be pressed drawn steel, zinc coated with plaster
ring where applicable. Welded boxes not allowed. Four-inch size minimum. Large
pull boxes shall be fabricated sheet steel, zinc coated or baked enamel finish, with
return flange and screw retained cover.
B. Concrete and Masonry: Boxes for casting in concrete or mounting in masonry walls
shall be the type specifically designed for that purpose.
IC. Install pull boxes so as to be accessible after completion of construction.
I 2.2 EXTERIOR WIRING
A. Below Grade: Where exposed to earth, boxes (handholes) shall be constructed of
precast concrete with size, configuration, cover, grates and reinforcing as required by
I the particular installation. Manufacturer: Similar to Utility Vault 3030LA with base or
Fogtite J11 Type 2 with base. Lid shall be H-20 rated where installed in traffic areas.
Where not exposed to earth shall comply with Paragraph 2.02A above.
B. Exterior outlet boxes shall be weather resistant and rain tight, with appropriate covers,
gaskets and screws.
I PART 3 - EXECUTION
3.1 ANCHORING
A. All boxes shall be firmly anchored directly or with concealed bracing to building studs
I or joints. Boxes must be so attached so that they will not "Rock" or "Shift" when
devices are operated.
I 3.2 FLUSH MOUNTING
A. Except for surface mounted boxes or boxes above accessible ceilings, all boxes shall
have front edge (box or plaster ring) even with the finished surface of the wall or
Iceiling.
3.3 ELECTRICAL OUTLETS
I A. General: Coordinate the work of this section with the work of other sections and
trades. Study all Drawings that form a part of this Contract and confer with various
trades involved to eliminate conflicts between the work of this section and the work of
other trades.
II
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
INOV 2018 SP-183 DOWNTOWN STAIRCASE
t
3.4 BLANK COVERS
A. Provide blank covers or plates over all boxes not covered by equipment.
3.5 JUNCTION OR PULL BOXES
A. Pull and junction boxes shall be installed as shown, and to facilitate pulling of wire and
to limit the number of bends within code requirements. Boxes shall be permanently
accessible and shall be placed only at locations approved by the Civil Engineer. I
B. The Drawings do not necessarily show every pull or Junction Box required. The
Contractor is permitted to provide boxes deemed necessary by him for his work when
installed in accordance with these Specifications.
3.6 BOXES CONTAINING MULTIPLE DEVICES
A. Boxes containing emergency and normal devices are permitted only with steel barriers
Manufactured especially for the purpose of dividing the box into two completely
separate compartments.
B. Device Boxes Containing Multiple Devices and Wiring Rated Over 150 Volts to Ground
and Over 300 Volts Between Conductors are permitted only with steel barrier
manufactured especially for the purpose of dividing the box into separate
compartments for each device having exposed live parts.
3.7 BOXES IN EARTH
A. Provide for all wire splices and as required to pull conductors. Boxes (handholes) shall
be set in place on a 3"sand bed. Coverplates shall be flush to, and match the slope of,
the final surface grade. I
3.8 COLOR CODING
A. All Junction Boxes installed in accessible spaces and exposed in unfinished areas shall
be color coded using spray paint or tape on the box and cover as applicable in the
following manner:
277/480-Volt Sand
120/208-Volt Gray111
Emergency Power Orange
Fire Alarm Red
Clock & Program Green
Intrusion Alarm Yellow
Telephone Dark Blue
Nurse Call Light Blue
Public Address Silver
Television Rust
B. The colors shall match the colors used on the Raceway- See Section 260533 1
END OF DIVISION
t
1
CITY OF FEDERAL WAY PROJECT#2011 RFB#19-002
NOV 2018 SP-184 DOWNTOWN STAIRCASE
1
("DOWNTOWN STAIRCASE'')
Add the following new section:
DIVISION 260533 - RACEWAY
PART 1 -GENERAL
1.1 WORK INCLUDED
A. Provide Raceway System complete.
1.2 RELATED DOCUMENTS
A. Division 260000— Electrical General Conditions
B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
PART 2 - PRODUCTS
2.1 GALVANIZED RIGID STEEL CONDUIT (GRS)
A. General: Hot dipped galvanized.
B. Fittings: Galvanized malleable iron or noncorrosive alloy compatible with galvanized
conduit. Erickson couplings, watertight split couplings (O.Z. type or equivalent)
permitted. Running thread or set screw type fittings not approved.
2.2 INTERMEDIATE METAL CONDUIT(IMC)
A. General: Hot Dipped galvanized.
B. Fittings: Galvanized malleable iron or noncorrosive alloy compatible with galvanized
conduit. Erickson couplings, watertight split couplings (O.Z. type or equivalent)
permitted. Running thread or set screw type fittings not approved.
2.3 ELECTRICAL METALLIC TUBING (EMT)
A. General: Hot dipped galvanized.
B. Fittings: Raintight; steel or malleable iron type using a split corrugated compression
ring and tightening nut or stainless-steel locking disc. Steel set screw fittings are
acceptable for dry locations. indenter, drive-on and pressure cast or die cast type set
screw are not acceptable.
2.4 RIGID NON-METALLIC CONDUIT (PVC)
A. Schedule 40 rigid polyvinyl chloride type unless otherwise noted.
PART 3 - EXECUTION
3.1 GENERAL
A. Install Raceway concealed in construction unless noted otherwise on the Drawings or
specifically approved in writing by the Engineer.
B. Cut Raceway ends square, ream and extend maximum distance into all couplings and
connectors.
1 C. Provide and install manufactured end caps on all Raceway ends during construction to
prevent the entrance of water or dirt. Tape, as a cover, not permitted.
D. Swab out all Raceways before pulling wires.
E. All elbows for GRS and PVC Raceway shall be factory radius bends. For all other
Raceway, use factory radius bends of 1-1/4" and larger diameter.
F. Raceway shall not penetrate sheet metal ducts unless permission is granted by
Engineer. All sleeves shall be provided for Raceway installation.
G. Provide 2 - 3/4" C.O. stub into accessible ceiling space from all recessed panelboards
or systems terminal boxes.
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-185 DOWNTOWN STAIRCASE
t
3.2 GALVANIZED RIGID STEEL CONDUIT
A. All Connections shall be watertight. Install for all Raceways in concrete or where I
subject to damage.
3.3 INTERMEDIATE METAL CONDUIT
A. Intermediate metal conduit is permitted as a substitute for galvanized rigid steel conduit
except where GRS is required by code.
3.4 ELECTRICAL METALLIC TUBING T
A. Install for wiring in masonry, frame construction, furred ceilings and above suspended
ceilings. May be used for exposed work in unfinished areas where not subject to
damage. Where construction involves masonry work, surface cut masonry units
wherever such masonry units are to remain unplastered or uncovered in complete
construction.
3.5 RACEWAYS UNDERGROUND
A. Galvanized rigid steel conduit - painted with two coats of bitumastic paint - or
galvanized rigid steel conduit with 15 mil. polyvinyl chloride (PVC) jacket (repair
abrasions with PVC base paint or PVC)
B. PVC Raceways may be used for underground runs when permitted by code. Field
bends, when necessary, shall be formed only with factory recommended heater. I
Penetrations through floor and walls shall be galvanized rigid steel conduit. PVC, if
used, shall be increased in size from that shown to include code required ground wire.
Bends in excess of 10 degrees shall be GRS.
C. Arrange and slope Raceways entering building to drain away from building.
D. Ground wires shall be provided in all PVC Raceway.
3.6 INSERTS, SHIELDS AND SLEEVES t
A. Furnish and set in place, in advance of pouring slabs and walls, all inserts and sleeves
needed to execute Division 26 equipment installation.
B. Where supports in slabs are required after wall has been poured, use a drilled-in
threaded insert, installed as recommended by Manufacturer.
C. Sleeves shall be provided for all wall penetrations.
3.7 RACEWAYS THAT STUB UP THROUGH FLOOR
A. Install at such depth that the exposed Raceway is vertical and no curved section of the
elbow is visible. 111
B. PVC Raceway shall not be stubbed through floors.
3.8 PULL CORDS
A. Nylon type shall be included in all installed empty Raceway.
END OF DIVISION
I
1
1
CITY OF FEDERAL WAY PROJECT#201 {RFB#19-002
NOV 2018 SP-186 DOWNTOWN STAIRCASE I
I
(***DOWNTOWN STAIRCASE'"`"`)
Add the following new section:
DIVISION 262726 - SWITCHES AND RECEPTACLES
1 PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Division 260000— Electrical General Conditions
B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
1 1.2 WORK INCLUDED
A. Provide all wiring devices and plates.
B. No push-in, friction, spring type terminals allowed.
C. All devices color shall be white, unless otherwise noted.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hubbell
B. Pass & Seymour
C. Leviton •
D. Cooper
2.2 SWITCHES
A. "Industrial Specification Grade", quiet type, rated 277 volt, 20 amp, unless noted, with
plastic handle. Single pole, double pole, 3-way, or locking type as required. Meets
Fed. Spec. WS-896 Provide matching styles and colors in other devices as required for
the conditions of installation. Hubbell CS1221, Cooper CSB120, Leviton 1221, and
P&S 20AC1
B. Device plates shall be Hubbell and Cooper Type 302 stainless steel.
2.3 RECEPTACLES
A. Weather Resistant (WR) / Ground Fault Circuit-Interrupter (GFCI) Outdoor Duplex
' Receptacles: NEMA 5-20R. Hubbell GFTR201 or equal, for 20 Amp, 125-Volt AC.
PART 3- EXECUTION
3.1 MOUNTING
A. Rigidly fasten each device to the outlet box at proper position with the wall to bring
receptacle flush with plate or switch handle the proper distance through the plate.
1 3.2 ORIENTATION
A. Set Switches vertical with handle operating vertically, up position "ON".
B. Set Receptacles vertical with ground slot down.
3.3 DEVICE PLATES
A. Shall be stainless steel for each new wiring device and for each telephone and signal
equipment outlet, except where equipment mounted thereon covers the outlet box
completely.
B. Provide new covers on existing outlet boxes being reused.
3.4 RECEPTACLE GROUNDING
A. Provide bare bonding wire between receptacle grounding terminal and box. Plaster
ear screws connecting frame to the box will not be acceptable for grounding.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-187 DOWNTOWN STAIRCASE
I
B. Provide green insulated grounding conductor in all branch circuits supplying isolated
ground and ground-fault circuit-interrupter type receptacles. I
END OF DIVISION
r
I
I
i
I
I
I
I
I
I
I
1
I
I
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-188 DOWNTOWN STAIRCASE I
I
('"**DOWNTOWN STAIRCASE***)
I Add the following new section:
DIVISION 265000 - LIGHTING
I PART 1 -GENERAL
1.1 RELATED DOCUMENTS .
A. Division 260000—General Electrical Conditions
I B. Division 8-20: Illumination, Traffic Signal Systems, Intelligent Transportation Systems,
and Electrical.
I 1.2 WORK INCLUDED
A. Provide the lighting system complete and operational.
I 1.3 FIXTURE SCHEDULE MANUFACTURER'S SERIES NUMBERS
A. Are a design series reference and do not necessarily represent the number, size,
wattage or the type of lamp, ballast or special requirements as specified hereinafter.
1.4 SUBMITTALS
A. Shall be neatly and clearly marked to indicate the fixtures, lamps, ballasts and
I delivered lumens fully comply with contract documents. When substitute fixtures are
submitted (if permitted) the data shall clearly cross reference (written or highlighted)
that the substitute fixture complies with every detail of the specified fixture. Fixtures
not fully complying with contract documents are not permitted.
IPART 2 - PRODUCTS
2.1 METAL PARTS
A. Exterior Fixtures: Corrosion resisting metal, a (non-ferrous, stainless steel or special
finish) and in all cases suitable for outdoor service without tarnishing or other damage
due to exposure; manufacturer's standard colors unless specified otherwise; cadmium
I plate all metal parts concealed by canopies, including screws, plates and brackets. All
exposed fasteners shall be tamperproof.
I 2.2 SPECIAL PARTS
A. Adapters, Plates, Brackets and Anchors: Provide where required by construction
features of the building to suitably mount lighting fixture. All such appurtenances and
mounting methods shall be approved by the Engineer prior to fabrication and
installation.
B. Low Voltage Transformers: Provide and install where required to power individual or
linear runs of low voltage light fixtures.
1 2.3 LAMPS
A. Solid-State Lighting: Fixtures shall have a lumen maintenance life expectancy (L70) of
I > 50,000 hours, a CRI of > 82, and a CCT of 3500K. Each solid-state fixture model
shall be tested in accordance with IES LM-79.
I 2.4 OUTDOOR LIGHTING STANDARDS
A. Provide watertight insulating fuse in the base of lighting standards to individually
protect each lighting fixture; buss Style "HEB" or approved, waterproof fuseholder with
Buss fuse of appropriate capacity and voltage. Provide fuse for each hot circuit wire; do
not fuse neutral.
B. Provide concrete foundations as shown on drawings. Field verify locations with Project
Engineer prior to installation of bases.
1
CITY OF FEDERAL WAY PROJECT#201 I RFB#19-002
INOV 2018 SP-189 DOWNTOWN STAIRCASE
i
2.5 OUTDOOR GROUND MOUNTED LIGHTING FIXTURES
A. Provide concrete foundations for mounting of ground mounted lighting fixtures.
Foundation shall be a minimum of 6" deeper than the light fixture and a minimum of 6"
all around the base of the fixture. Provide #4 rebar with 3" minimum ring ties at 8" on
center. The #4 rebar shall be vertically spaced approximately 6" apart. Field verify
locations with Project Engineer prior to installation of bases.
PART 3- EXECUTION t
3.1 LIGHTING FIXTURES -GENERAL
A. Size and mounting height from finished floor to bottom of fixture as indicated on the
drawings. Verify mounting provisions prior to the ordering of fixtures. Fixtures shall be
UL listed for the location, and application in which they are installed.
3.2 ADJUSTMENT OF FIXTURES 1
A. Make all final spotlight and adjustable light settings under the direction of the Engineer
during a scheduled period of time prior to the completion of the project. Include costs
for all equipment and personnel expenses required for adjustment. 1
3.3 LOCATION
A. Mount to the dimensions shown on the drawings. Mount at quarter points where no
dimensions appear. Project Engineer shall specify mounting locations where no
dimensions appear and quarter point mounting is impractical or not indicated on the
drawings.
B. Refer to details, mechanical drawings, and coordinate with mechanical Contractor for
equipment and ductwork mounted in ceilings to prevent conflict with light fixtures prior
to installation. If conflicts cannot be resolved with the Mechanical Contractor, notify
Engineer.
3.4 CONCRETE FOUNDATIONS
A. Install at locations shown taking care to provide soil compaction same as required
under paving to avoid settling and tilting of pole. Provide for all steel, concrete or
aluminum poles shown. Concrete foundations shall have a minimum raceway sweeps
of 90 degrees and anchor bolts shall be accurately set in foundations using a template
supplied by the pole manufacturer. Concrete work and grouting, see Division 03 of the
specifications. When concrete work has cured, base plates shall be leveled and
grouted in place. Pole anchor bases shall then be set on base plates, leveled plumb on111
foundations, and secured with holding nuts.
END OF DIVISION
I
I
1
I
CITY OF FEDERAL WAY PROJECT#201 /RFB# 19-002
NOV 2018 SP-190 DOWNTOWN STAIRCASE I
I
('""*DOWNTOWN STAIRCASE",
I Add the following new section:
DIVISION 329446 CABLE TRELLIS SYSTEM
I PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Stainless steel trellis system assemblies including.
1 1. Wire rope grid.
1.2 REFERENCES
I A. AISI F. ASTM A 582
B. ASTM A 276 G. ASTM B 912
C. ASTM A 380 H. ASTM F 1145
D. ASTM A 492 I. MIL-C-5688
E. ASTM A 555
I 1.3 DESIGN/ PERFORMANCE REQUIREMENTS
A. Structural Requirements: Provide stainless steel trellis systems capable of withstanding
the effects of gravity loads and the following loads and stresses within limits and under
conditions indicated on the Drawings:
I
1. Components: Design and size to withstand dead and live loads of components,
plants, rain, snow and ice and loads caused by positive and negative wind
pressure acting normal to plane of trellis as calculated in accordance with
Iapplicable code.
B. Trellis systems shall be designed, fabricated, and installed to accommodate expansion
I and contraction of metal components without causing undue stress, buckling, opening
of joints, and distortion.
I C. Design supports and hardware to withstand loads encountered without excessive
deflection or distortion when cables are tensioned to required amounts required to
conform to applicable building codes.
t1.4 SUBMITTALS
A. Product Data: Provide manufacturer's standard catalog data for specified products
demonstrating compliance with referenced standards. Provide list of fittings being
Iprovided with descriptions, load capabilities, and either photographs or drawings for
each type.
I B. Shop Drawings: Submit Shop Drawings for fabrication and installation. Include the
following:
1. Plans, elevations, and detail sections.
I 2. Indicate materials, methods, finishes, fittings, fasteners, anchorages, and
accessory items.
3. Provide setting diagrams and templates for anchorages, sleeves, and bolts to be
•
installed by others.
4. Where materials or fabrications are indicated to comply with design loadings,
include material and safety factor properties, and other information needed for
Istructural analysis.
C. Installation Instructions: Manufacturer's printed installation instructions.
I
CITY OF FEDERAL WAY PROJECT#201 /RFS#19-002
NOV 2018 SP-191 DOWNTOWN STAIRCASE
D. Operation and Maintenance Data: Include methods for maintaining installed products
and precautions against cleaning materials and methods detrimental to finishes and
performance.
E. Manufacturer's Certificates: Certify products meet or exceed specified requirements. I
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturer of stainless steel
wire rope, fittings, and other stainless steel components with 5 years minimum
successful experience.
B. Installer Qualifications: Experienced in performing work of this section that has
specialized in installation of work similar to that required for this project.
C. Mock-Up: Provide a mock-up for evaluation of preparation techniques and installation I
workmanship.
1. Size: Minimum of 10 SF.
2. Do not proceed with remaining work until workmanship is approved by Project
Engineer.
3. Rework mock-up as required to produce acceptable work.
4. Incorporation: Incorporate mock-up into final construction. I
1.6 DELIVERY, STORAGE, AND HANDLING
A. Store products in manufacturer's unopened packaging until ready for installation.
B. Handle and store products according to manufacturer's recommendations. Leave
products wrapped or otherwise protected and under clean and dry storage conditions
until required for installation.
C. Exercise care not to scratch, mark, dent, or bend metal components during delivery,
storage, and installation.
1.7 PROJECT CONDITIONS I
A. Verify actual openings by field measurements before fabrication; show recorded
measurements on shop drawings.
B. Coordinate field measurements and fabrication schedule with construction progress to
avoid construction delays.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Provide all cable, materials, fittings and components from a single manufacturer.
2.2 ASSEMBLIES 1
A. Stainless steel cable trellis structure and mountings
1. Purpose: Mounted on facades as a training system for plants as indicated on
Drawings. Manufacturer shall engineer and fabricate components and
assemblies for installation.
B. Trellis Systems: I
1. Model: System 2000-60 (Light Duty Trellis .Manufacturer: Seco South Inc. or
approved equal.
2. System: Rectangular grid of cables supported by wall mounted stand-offs and
secured by cross clamps to support vegetation screening.
3. Cable: 1/4 inch (6 mm) diameter with swage studs at each end of the cable.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-192 DOWNTOWN STAIRCASE I
I
4. Swage Stud: Short Swage Stud Terminal.
1 5. Tensioning Nut/Cap
6. Wall Mounted Stand Off: 4 inch length off the wall.
7. Cable Cross Clamp: Fixes the 90 degree intersection of cables to be fixed by
Ilocking the cables in the barrel of the clamp with a threaded set screw.
2.3 WIRE ROPE (CABLE)
I A. Material: ASTM A 492 and ASTM A 555, Type 316 stainless steel. Fabricate wire rope
with integral colored filament designating specific manufacturer.
B. Type 1: 1 x 19 wire rope, left-hand lay, per dimensional properties contained in MIL •
-
I DTL-87161.
1. Diameter: 1/4 inches (6 mm).
2. Breaking load including safety factor: 7,000 pounds minimum.
C. Length: Provide wire rope tendons in lengths indicated on Drawings and approved
shop drawings.
1. Provide optimum adjustment in both directions by calculating final tendon lengths
with allowance for tensioning fittings with 2/3 open and with 1/3 of thread length
I engaged.
2. Measure tendon length from center of pin to center of pin, or center of eye to
center of eye.
1 2.4 FITTINGS
A. Provide fittings required for attachment and connection of stainless steel wire rope and
I metal rods to support framework and substrates.
B. Fitting minimum breaking strength:
1. As selected by manufacturer to suit application and design requirements
I specified.
C. Types: Fabricate from AISI Type 316 and 316L stainless steel complying with ASTM F
1145. Provide sizes and types as required to meet project design conditions specified
and indicated on Drawings and reviewed shop drawings including:
1. Shop appliedswaged rope ends: Threaded external and internal swivel ends,
9
turnbuckles, tensioning screws, end stops, clevis ends, eye ends, loop ends, and
end cones.
1 2. Screwed rope ends for on-site assembly: Threaded external and internal swivel
ends, turnbuckles, tensioning screws, end stops, clevis ends, eye ends, loop
ends, and end cones.
a 3. Clamps: Ring clamps, cross clamps, wire rope clamping cones, and connecting
wire rope clamps.
4. Post fittings: Straight, angled, and spherical
I 5. Anchoring systems: Studs, clevis, eye end, eye bolt, slotted, spacer baskets,
radial clevis holder, cross clamp with support disk, slotted rope deflector, ball
cage.
D. Accessories: Provide threaded couplings, tensioning screws, cover disks, eye bolts,
eye nuts, carabineers, shackles, clips, welded rings, screws, washers, lock nuts,
hexagonal nuts, dome nuts, wall anchors, screws, and wire end caps as required to
complete the installation.
I2.5 FINISH
A. After fabrication, clean and de-scale stainless steel wire rope, fittings, and other
I
components in accordance with ASTM A 380.
B. Finish components with AISI No. 4 brushed satin finish in accordance with ASTM B
912.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
1 NOV 2018 SP-193 DOWNTOWN STAIRCASE
I
2.6 FABRICATION I
A. Tolerances: Verify dimensions on site prior to shop fabrication
B. Fabricate stainless steel in accordance with AISI Steel Product Manual and the
manufacturer's requirements.
C. Shop fabricate to designs indicated on Drawings and to meet performance
requirements specified.
D. Shop fabricate fittings, interfacing parts and assemblies so that field cutting
adjustments are not necessary.
E. Coordinate requirements, dimensions and spacing of trellis system to ensure required
factory drilled holes in supporting framework are correctly located.
F. Make exposed joints butt, flush, and hairline.
G. Fabricate connections that will be exposed to weather in a manner to exclude water.
Provide weep holes where water may accumulate.
PART 3- EXECUTION
3.1 EXAMINATION
A. Before beginning installation, verify that conditions installed under other sections are
acceptable for installation of cable trellis systems in accordance with manufacturer's
installation instructions.
B. Supply items required to be cast into concrete or embedded in masonry with setting
templates, to appropriate Sections.
C. Verify supporting system for stainless steel wire rope trellis is prepared for attachment
of anchors, fittings, wire rope, and transfer of calculated loads.
D. If unsatisfactory conditions are the responsibility of another installer, notify Landscape
Architect of unsatisfactory preparation before proceeding.
3.2 PREPARATION I
A. Verify alignment, support dimensions, and tolerances are correct.
B. Inventory components to ensure all required items are available for installation.
Inspect components for damage. Remove damaged components from site and
replace.
3.3 INSTALLATION I
A. Install wire rope trellis system in accordance with manufacturer's instructions and the
approved shop drawings.
B. Provide anchorage devices and fittings to secure to in-place construction; including
threaded fittings for concrete inserts, toggle bolts and through-bolts.
C. Install infill plumb, level, square, and rigid without kinks or sags.
D. Anchor trellis system to mounting surfaces as indicated on the Drawings.
E. Separate dissimilar materials with bushings, grommets or washers to prevent
electrolytic corrosion.
F. Use manufacturer's supplied cable hardware.
G. Ensure cables are clean, parallel to each other, and without kinks or sags.
H. Tension cable with hand or hydraulic equipment so that no slack is visible.
I. After final adjustment provide tamper resistant Loctite materials on all fittings.
3.4 ADJUSTING AND CLEANING
A. Adjust wire rope tension and connecting hardware.
B. Remove temporary coverings and protection of adjacent work areas. Clean installed I
products in accordance with manufacturer's instructions before owner's acceptance.
C. Do not use abrasive cleaners.
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-194 DOWNTOWN STAIRCASE I
1
D. Remove from project site and legally dispose of construction debris associated with
1 this work.
3.5 PROTECTION
IA. Protect installed products until completion of project.
B. Touch-up, repair or replace damaged products before Substantial Completion.
C. Protect installed products and finished surfaces from damage during construction.
D. Replace defective or damaged components as directed by Landscape Architect.
PART 4- MEASUREMENT
4.1 CABLE TRELLIS SYSTEM
"Cable Trellis System"will be measured per square foot.
PART 5 - PAYMENT
Payment will be made for the following Bid items when included in the Proposal.
"Cable Trellis System", per square foot.
The unit Contract price for "Cable Trellis System" shall be full pay to provide and
install the cable trellis system.
END OF DIVISION
1
1
1
1
1 •
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
NOV 2018 SP-195 DOWNTOWN STAIRCASE
1 A
I
1
' APPENDIX A: WSDOT Standard Plans
1
1
1
I
1
1
1
1
I
1
' STANDARD PLANS
(August 6, 2018 WSDOT GSP)
Standard Plans
' The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 16-048, effective August 6, 2018 is made a
part of this contract.
' The Standard Plans are revised as follows:
A-30.15
DELETED
A-40.10
' Section View, PCCP to HMA Longitudinal Joint, callout, was-"Sawed Groove -Width
3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. - see Std. Spec. 5-04.3(12)B" is
revised to read; "Sawed Groove -Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN)
MIN. - see Std. Spec. Section 5-04.3(12)A2"
' A-50.10
Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10
A-50.20
Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10
A-50.30
Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1
' B-10.60
DELETED
B-82.20
DELETED
' B-90.40
Valve Detail - DELETED
C-4b
' DELETED
C-4e
' DELETED
C-4f
Sheet 3, SECTION B, callout-was: "THE NUT SHALL BE ASTM A563D STEEL, AND
' GALVANIZED ACCORDING TO STANDARD SPEC. 9-16.3(3)." Is revised to read: "THE
NUT SHALL BE ASTM A307 STEEL, AND GALVANIZED ACCORDING TO STANDARD
SPEC. 9-16.3(3)."
' C-16b
' CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
1
DELETED
C-22.14
DELETED
C-22.16
Note 3,formula, was: "Elevation G = (Elevation S— D x(0.1) + 31" is revised to read:
"Elevation G = (Elevation S— D x(0.1) + 31/12"
C-22.40
Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3) SYSTEM
LENGTH = 50'—0" , dimension is revised to read: 46' — 101/2" '
C-22.41
DELETED '
C-22.45
Elevation View, MSKT-SP-MGS (TL-2), Dimension, "MSKT-SP-MGS (TL-2) SYSTEM
LENGTH = 25'—0""; the 25' - 0" dimension is shown to begin at the centerline of POST 1
and terminate at the Mid-Span Splice located between (unlabeled) POST 6 and (unlabeled)
POST 7. The dimension is revised to begin at the centerline of POST 1 and terminate at
the centerline of(unlabeled) POST 5. 1
C-25.18
DELETED
C-40.14
DELETED
C-90.10
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.20
Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be
revised to read: The seismic design of these walls has been completed using a site
adjusted (effective) peak ground acceleration of 0.32g.
D-10.25
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
I
Wall Type 4 maybe used in all cases. The last sentence of Note 6 on Wall Type 4 shall be
Yp Yp
I revised to read: The seismic design of these walls has been completed using a site
adjusted (effective) peak ground acceleration of 0.32g.
I D-10.30
Wall Type 5 may be used in all cases.
D-10.35
I
Wall Type 6 may be used in all cases.
D-10.40
I Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
IDesign memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
I barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
1 D-15.10
STD Plans D-15 series"Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
place of these STD Plans.
D-15.20
I STD Plans D-15 series"Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
place of these STD Plans.
ID-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
I
place of these STD Plans.
F-10.12
I Section Title, was—"Depressed Curb Section" is revised to read: "Depressed Curb and
Gutter Section"
F-10.40
I "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted
F-10.42
I
DELETE—"Extruded Curb at Cut Slope"View
G-90.10
U
TOP VIEW, callout, was—"Vertical Brace—W4 x 13 steel (TYP.)(See Note 4)" is revised to
read; "Vertical Brace—W4 x 13 steel (TYP.)(See Note 3)"
I CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
I
1
1
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
1-30.30 '
8" Diameter Wattle Spacing Table, lower left corner, was-"Slope:1 H : 1V, Maximum
Spacing:10'-0"" is revised to read: "Slope:1 H : 1V, Maximum Spacing:8'-0"".
J-3
DELETED
J-3b
DELETED
J-3C '
DELETED
J-10.21
Note 18, was-'When service cabinet is installed within right of way fence, see Standard
Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of
way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan
J-10.22 for details."
J-10.22
Key Note 1, was-"Meter base per serving utility requirements-as a minimum, the meter
base shall be safety socket box with factory-installed test bypass facility that meets the
requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility
requirements-as a minimum, the meter base shall be safety socket box with factory-
installed test bypass facility that meets the requirements of EUSERC drawing 305. When
the utility requires meter base to be mounted on the side or back of the service cabinet, the
meter base enclosure shall be fabricated from type 304 stainless steel."
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp- 120/277 volt"T" rated).
Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp 120/277 volt
"T" rated)."
Key Note 14, was-"Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to
read; "Hinged dead front with 1/4 turn fasteners or slide latch. - Dead front panel bolts shall
not extend into the vertical limits of the breaker array(s)."
Key Note 15, was-"Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See
Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main
Bonding Jumper Assembly - Buss shall be 4 lug tinned copper- See Standard Plan J-
10.20 for Cabinet Main Bonding Jumper Assembly details."
J-20.10
Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton
post." '
J-20.11
Sheet 2, Foundation Detail, Elevation, callout-"Type 1 Signal Pole" is revised to read:
"Type PS or Type 1 Signal Pole" ,
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)"
1 Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton
post."
' J-20.26
Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was- LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout-"ANCHOR BOLTS —
3/" (IN) x 30" (IN) FULL THREAD -THREE REQ'D. PER ASSEMBLY" IS REVISED TO
' READ: "ANCHOR BOLTS -'/<" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of
the foundation to find 2#4 reinforcing bar shown, to read; 3" CLR.. Delete"(TYP.)"from the
I 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4
reinf. Bar.
Sheet 1 of 2, Elevation view(Square), add dimension depicting the distance from the top of
' the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete"(TYP.)"from the
2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4
reinf. Bar.
Sheet 2 of 2, Elevation view(Round), add dimension depicting the distance from the top of
the foundation to find 2#4 reinforcing bar shown, to read; 3" CLR. Delete"(TYP.)"from the
2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4
reinf. Bar.
' Sheet 2 of 2, Elevation view(Square), add dimension depicting the distance from the top of
the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete"(TYP.)"from the
2 %" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4
reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt(TYP.) -3/4" (IN) Diam. Torque Clamping Bolts
(see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) -3/4" (IN) Diam. Torque
Clamping Bolts (see Note 1)"
' Detail F, callout, "3/4" (IN) x 2'- 6"Anchor Bolt(TYP.) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2' - 6"Anchor Bolt (TYP.) -Three Required (See Note 2)"
' J-21.15
Partial View, callout, was- LOCK NIPPLE - 1 '/2' DIAM., is revised to read; CHASE
NIPPLE - 1 'A"(IN) DIAM.
' J-21.16
Detail A, callout, was- LOCKNIPPLE, is revised to read; CHASE NIPPLE
' J-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0"
(2x) Detail A, callout, was- LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE
NIPPLE - 1 'h" (IN) DIAM.
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
1
1
J-40.10
Sheet 2 of 2, Detail F, callout, "12- 13 x 1 1/2" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; "12- 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
J-60.14 1
All references to J-16b (6x) are revised to read; J-60.11
K-80.30
In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan
K-80.35
Plan Title, was"ALTERNATIVE TEMPORARY CONC. BARRIER (F-SHAPE)" is revised to
read: "CONCRETE BARRIER TYPE F"
M-11.10
Layout, dimension (from stop bar to"X"), was-23' is revised to read; 24'
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date shown
in the lower right-hand corner of that plan. Standard Plans showing different dates shall not
be used in this contract.
A-10.10-00 8/7/07 A-40.00-00 8/11/09 A-50.30-00.......11/17/08 1
A-10.20-00 10/5/07 A-40.10-03 12/23/14 A-50.40-00.......11/17/08
A-10.30-00 10/5/07 A-40.15-00 8/11/09 A-60.10-03 12/23/14
A-20.10-00 8/31/07 A-40.20-04 1/18/17 A-60.20-03 12/23/14
A-30.10-00 11/8/07 A-40.50-02 12/23/14 A-60.30-01 6/28/18
A-30.30-01 6/16/11 A-50.10-00.......11/17/08 A-60.40-00 8/31/07
A-30.35-00 10/12/07 A-50.20-01 9/22/09 I
B-5.20-02 1/26/17 B-30.50-03 2/27/18 B-75.20-02 2/27/18
B-5.40-02 1/26/17 B-30.70-04 2/27/18 B-75.50-01 6/10/08
B-5.60-02 1/26/17 B-30.80-01 2/27/18 B-75.60-00 6/8/06
B-10.20-02 3/2/18 B-30.90-02 1/26/17 B-80.20-00 6/8/06
B-10.40-01 1/26/17 B-35.20-00 6/8/06 B-80.40-00 6/1/06
B-10.70-00 1/26/17 B-35.40-00 6/8/06 B-85.10-01 6/10/08
B-15.20-01 2/7/12 B-40.20-00 6/1/06 B-85.20-00 6/1/06
B-15.40-01 2/7/12 B-40.40-02 1/26/17 B-85.30-00 6/1/06
B-15.60-02 1/26/17 B-45.20-01 7/11/17 B-85.40-00 6/8/06
B-20.20-02 3/16/12 B-45.40-01 7/21/17 B-85.50-01 6/10/08
B-20.40-04 2/27/18 B-50.20-00 6/1/06 B-90.10-00 6/8/06
B-20.60-03 3/15/12 B-55.20-02 2/27/18 B-90.20-00 6/8/06
B-25.20-02 2/27/18 B-60.20-01 6/28/18 B-90.30-00 6/8/06
B-25.60-02 2/27/18 B-60.40-01 2/27/18 B-90.40-01 1/26/17
B-30.10-03 2/27/18 B-65.20-01 4/26/12 B-90.50-00 6/8/06
B-30.15-00 2/27/18 B-65.40-00 6/1/06 B-95.20-01 2/3/09
B-30.20-04 2/27/18 B-70.20-00 6/1/06 B-95.40-01 6/28/18
B-30.30-03 2/27/18 B-70.60-01 1/26/17
B-30.40-03 2/27/18
1
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
I
I
C-1 6/28/18 C-20.15-02 6/11/14 C-40.18-03 7/21/17
C-la 7/14/15 C-20.18-02 6/11/14 C-70.10-01 6/17/14
C-lb 7/14/15 C-20.19-02 6/11/14 C-75.10-01 6/11/14
C-1 d 10/31/03 C-20.40-06 7/21/17 C-75.20-01 6/11/14
C-2c 0 0
6/21/06 C-2 .41- 1 7/14/15 C-75.30-01 6/11/14
C-20.42-05
C-4f 7/2/12 7/14/15 C-80.10-01 6/11/14
1 C-6a 10/14/09 C-20.45.01 7/2/12 C-80.20-01 6/11/14
C-7 6/16/11 C-22.16-06 7/21/17 C-80.30-01 6/11/14
I
C-7a 6/16/11 C-22.40-06 7/21/17 C-80.40-01 6/11/14
C-8 2/10/09 C-22.45-03 7/21/17 C-80.50-00 4/8/12
C-8a 7/25/97 C-23.60-04 7/21/17 C-85.10-00 4/8/12
I C-8b
C-8e 2/29/16 C.24.10-01 6/11/14 C-85.11-00 4/8/12
2/21/07 C-25.20-06 7/14/15 C-85.14-01 6/11/14
C-8f 6/30/04 C-25.22-05 7/14/15 C-85.15-01 6/30/14
C-16a 7/21/17 C-25.26-03 7/14/15 C-85.16-01 6/17/14
1 1 C-20.10-04 7/21/17 C-25.30-00 6/28/18 C-85-18-01 6/11/14
C-20.11-00 7/21/17 C-25.80-04 7/15/16 C-85.20-01 6/11/14
C-20.14-03 6/11/14 C-40.16-02 7/2/12
ID-2.04-00 11/10/05 D-2.48-00 11/10/05 D-3.17-02 5/9/16
D-2.06-01 1/6/09 D-2.64-01 1/6/09 D-4 12/11/98
I D-2.08-00 11/10/05 D-2.66-00 11/10/05 D-6 6/19/98
D-2.14-00 11/10/05 D-2.68-00 11/10/05 D-10.10-01 12/2/08
D-2.16-00 11/10/05 D-2.80-00 11/10/05 D-10.15-01 12/2/08
D-2.18-00 11/10/05 D-2.82-00 11/10/05 D-10.20-00 7/8/08
I D-2.20-00 11/10/05 D-2.84-00 11/10/05 D-10.25-00 7/8/08
D-2.32-00 11/10/05 D-2.86-00 11/10/05 D-10.30-00 7/8/08
D-2.34-01 1/6/09 D-2.88-00 11/10/05 D-10.35-00 7/8/08
U D-2.36-03 6/11/14 D-2.92-00 11/10/05 D-10.40-01 12/2/08
D-2.42-00 11/10/05 D-3.09-00 5/17/12 D-10.45-01 12/2/08
D-2.44-00 11/10/05 D-3.10-01 5/29/13 D-15.10-01 12/2/08
D-2.60-00 11/10/05 D-3.11-03 6/11/14 D-15.20-03 5/9/16
I D-2.62-00 11/10/05 D-3.15-02 6/10/13 D-15.30-01 12/02/08
D-2.46-01 6/11/14 D-3.16-02 5/29/13
I E-1 2/21/07 E-4 8/27/03
E-2 5/29/98 E-4a 8/27/03
U
F-10.12-03 6/11/14 F-10.62-02 4/22/14 F-40.15-03 6/29/16
F-10.16-00 12/20/06 F-10.64-03 4/22/14 F-40.16-03 6/29/16
F-10.18-01 7/11/17 F-30.10-03 6/11/14 F-45.10-02 7/15/16
F-10.40-03 6/29/16 F-40.12-03 6/29/16 F-80.10-04 7/15/16
1 F-10.42-00 1/23/07 F-40.14-03 6/29/16
G-10.10-00 9/20/07 G-25.10-04 6/10/13 G-90.10-03 7/11/17
I G-20.10-02 6/23/15 G-30.10-04 6/23/15 G-90.11-00 4/28/16
G-22.10-04 6/28/18 G-50.10-03 6/28/18 G-90.20-05 7/11/17
G-24.10-00 11/8/07 G-60.10-04 6/28/18 G-90.30-04 7/11/17
G-24.20-01 2/7/12 G-60.20-02 6/18/15 G-90.40-02 4/28/16
I
G-24.30-02 6/28/18 G-60.30-02 6/18/15 G-95.10-02 6/28/18
I CITY OF FEDERAL WAY
DEC 2018 PROJECT#201 /RFB#19-002
DOWNTOWN STAIRCASE
I
I
G-24.40-07 6/28/18 G-70.10-03 6/18/15 G-95.20-03 6/28/18
G-24.50-04 7/11/17 G-70.20-04 7/21/17 G-95.30-03 6/28/18
7/21/17 I
G-24.60-05 6/28/18 G-70.30-04
H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-01 2/7/12
H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-01 2/16/12
H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-02 2/7/12
1-10.10-01 8/11/09 1-30.20-00 9/20/07 1-40.20-00 9/20/07
I
1-30.10-02 3/22/13 1-30.30-01 6/10/13 1-50.20-01 6/10/13
1-30.15-02 3/22/13 1-30.40-01 6/10/13 1-60.10-01 6/10/13
1-30.16-00 3/22/13 1-30.60-01 3/7/18 1-60.20-01 6/10/13
1-30.17-00 3/22/13 1-40.10-00 9/20/07 1-80.10-02 7/15/16 I
J-10 7/18/97 J-28.22-00 8/07/07 J-50.25-00 6/3/11
J-10.10-03 6/3/15 J-28.24-01 6/3/15 J-50.30-00 6/3/11
I
J-10.15-01 6/11/14 J-28.26-01 12/02/08 J-60.05-01 7/21/16
J-10.16-00 6/3/15 J-28.30-03 6/11/14 J-60.11-00 5/20/13
J-10.17-00 6/3/15 J-28.40-02 6/11/14 J-60.12-00 5/20/13
J-10.18-00 6/3/15 J-28.42-01 6/11/14 J-60.13-00 6/16/10
J-10.20-01 6/1/16 J-28.43-01 6/28/18 J-60.14-00 6/16/10 •
J-10.21-00 6/3/15 J-28.45-03 7/21/16 J-75.10-02 7/10/15
J-10.22-00 5/29/13 J-28.50-03 7/21/16 J-75.20-01 7/10/15 1
J-10.25-00 7/11/17 J-28.60-02 7/21/16 J-75.30-02 7/10/15
J-12.15-00 6/28/18 J-28.70-03 7/21/17 J-75.40-02 6/1/16
J-12.16-00 6/28/18 J-29.10-01 7/21/16 J-75.41-01 6/29/16
J-15.10-01 6/11/14 J-29.15-01 7/21/16 J-75.45-02 6/1/16
J-15.15-02 7/10/15 J-29.16-02 7/21/16 J-80.10-00 6/28/18
J-20.10-03 6/30/14 J-30.10-00 6/18/15 J-80.15-00 6/28/18
I
J-20.11-02 6/30/14 J-40.05-00 7/21/16 J-81.10-00 6/28/18
J-20.15-03 6/30/14 J-40.10-04 4/28/16 J-86.10-00 6/28/18
J-20.16-02 6/30/14 J-40.20-03 4/28/16 J-90.10-03 6/28/18
J-20.20-02 5/20/13 J-40.30-04 4/28/16 J-90.20-03 6/28/18
J-20.26-01 7/12/12 J-40.35-01 5/29/13 J-90.21-02 6/28/18
J-21.10-04 6/30/14 J-40.36-02 7/21/17 J-90.50-00 6/28/18
J-21.15-01 6/10/13 J-40.37-02 7/21/17
J-21.16-01 6/10/13 J-40.38-01 5/20/13 I
J-21.17-01 6/10/13 J-40.39-00 5/20/13
J-21.20-01 6/10/13 J-40.40-01 4/28/16
J-22.15-02 7/10/15 J-45.36-00 7/21/17 1
J-22.16-03 7/10/15 J-50.05-00 7/21/17
J-26.10-03 7/21/16 J-50.10-00 6/3/11
J-26.15-01 5/17/12 J-50.11-01 7/21/17
I
J-26.20-01 6/28/18 J-50.12-01 7/21/17
J-27.10-01 7/21/16 J-50.15-01 7/21/17
J-27.15-00 3/15/12 J-50.16-01 3/22/13 I J-28.10-01 5/11/11 J-50.20-00 6/3/11
K-70.20-01 6/1/16
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
t
K-80.10-01 6/1/16
II K-80.20-00 12/20/06
K-80.30-00 2/21/07
K-80.35-00 2/21/07
K-80.37-00 2/21/07
' L-10.10-02 6/21/12 L-40.10-02 6/21/12 L-70.10-01 5/21/08
' L-20.10-03 7/14/15 L-40.15-01 6/16/11 L-70.20-01 5/21/08
L-30.10-02 6/11/14 L-40.20-02 6/21/12
M-1.20-03 6/24/14 M-12.10-01 6/28/18 M-40.10-03 6/24/14
M-1.40-02 6/3/11 M-15.10-01 2/6/07 M-40.20-00...10/12/07
M-1.60-02 6/3/11 M-17.10-02 7/3/08 M-40.30-01 7/11/17
M-1.80-03 6/3/11 M-20.10-02 6/3/11 M-40.40-00 9/20/07
M-2.20-03 7/10/15 M-20.20-02 4/20/15 M-40.50-00 9/20/07
M-2.21-00 7/10/15 M-20.30-04 2/29/16 M-40.60-00 9/20/07
M-3.10-03 6/3/11 M-20.40-03 6/24/14 M-60.10-01 6/3/11
M-3.20-02 6/3/11 M-20.50-02 6/3/11 M-60.20-02 6/27/11
' M-3.30-03 6/3/11 M-24.20-02 4/20/15 M-65.10-02 5/11/11
M-3.40-03 6/3/11 M-24.40-02 4/20/15 M-80.10-01 6/3/11
M-3.50-02 6/3/11 M-24.50-00 6/16/11 M-80.20-00 6/10/08
M-5.10-02 6/3/11 M-24.60-04 6/24/14 M-80.30-00 6/10/08
M-7.50-01 1/30/07 M-24.65-00 7/11/17
M-9.50-02 6/24/14 M-24.66-00 7/11/17
M-9.60-00 2/10/09
M-11.10-02 7/11/17
I
I
CITY OF FEDERAL WAY PROJECT#201 /RFB#19-002
DEC 2018 DOWNTOWN STAIRCASE
1
aassearramoriesturomm Lam..... ! I
1
114 .11 h.]LAY SOMYVYNtl r0�W�.MY 9Y ; E;u
1 mi
, • • E ry 1
IIi:IIL
Q ! R: !! !
.els m p� ggm> 0 < "
O
000 I
po. e 2ili I!
m
WI IS= 34 4 W
egg 8 1 .
,_coo W
a0.3 i
Yip.. 4411)
lit 1
2 .- cV PI
Nft RI rAfi+
..444104, 4 1
,.\
:,: 0 r 1 r.' t
. . o 1
I i ��I
I
.1-- .91 .91 ` Al X
I 1111
- .9 r .9 .9 1 .9 -
AZ I
O
I
Ni
Z;(
U
t
r 11,
III ....,
� -'I\ 1Os
I i I a l
-.r[
,f
NI
1
O
1
0 af/
O
II il /f
11If j MI a
I
j �l
1 q U i ME 1 I
ILl I3VIVNAaONn //// I noJ
<5 MI 43/9 L'I 1*
OVOAAO VSIl:A9 NMVUa I
. x
W a OC N
Silb *RY8gga W e� r F
an3gd
.",,,
Ss, U �S0 ire 54 ; 1 1_
0. T Sa
i 2'
o > di ap° g M
ipb� Ay
2my> > 4 moe aQZ c $
1
c W
1 o:: O v wINF
N6p I Q
gill )1
K== _2 Z
° ~
1 W �
c<t g • y < >
�rc e to 1 it c 4
a. p mm <
K
di =.- WC.
ui \'‘. V LL
OMB S31MtlA Qin
O VIi
9W� O S g O
UUO @£F Q 31
<
5 l
ol 'd / -C/ W w Z
W L I b1 Z g rt
LL
'� ' ZZ/ 0 w
O LL w
m °
v 6° L-
a
w
i _
J ° ° ° 2 V
1-
11111- 3 O
w LL m V
VLL
1O nF-LL
I W II g~
o u-!LL w ► .t V
F
< U
��o agi OQ < c
I > gJQ ij g
�GGGGLT�!!!!1 NW ~
A w
�K UGC Zr1Z2 O
uj
re
• POf ,
w � ' W fO1111 Z LL d
£ t • ° `� W t V r CO
I
V w ry
W
LL
a H p V q .. V LL.
W
w >bf —.▪• '
w< •
V7 o W2 ..
46
ii-F
° ° 111
V
1 m °
I �LL<F
@
' a
.
pO
o p ' >
LL
• n •
O
Fre
I
2 moan Na3d /.B NMVMO
V .. AT
g1 � c u2'i '5 2I m a E
it m gV d m d 21 =5ga c -68 ry oc r o 1 q
c81 D
I a / m a m $gi FcA C€
na m c �+ _ E� .8 v2 a EEeg g) YV mE� zs Od20 -a Tt g`o `0 m c d SF V Z _N ° }
m ®_ off �� •'W �wm`o�.3 F3rE ii � ..`a4 0 7.m d
£Q Eg „a6 .v. 'ac.)
E£ a.es.prs 1 ymm +dl'l * ...> ru
0 0 '" g F gg I
ig I10 c Y.3 c'm n 8 L a cE OQ �' NX U v 0 =
s fig U1 $w5Eo"� m gs ga
cg E sa aT ,g UQ
gkm2gco,2 �i IPIUI
ic, E lis§etga9 g i t:cm• ° c m m
s
rc% � ,ac 't cma - cots-0.2.. .4 m
1.-
14 avaa§ w _vwQg32vV m 6 4 Et. w � m1 E
`.: E, i
\
8 WLn —fp c U _ am � rn m g ° g¢ ,
dtoo 35 Et-3 c ig E
d m 9U c m E w O
CI. O
c aoJ ' 8r •• zt g1 813. 1E $go s 'w NW NW m
''EE E oNaU mg icl UmJi pa No ..° o,o
VO FFg Q _
IL *
41 0
Z r V of a vi m m o *
?e 2
hp w
i 1 f y1 r. I d
bgta �f _1� gm Iq W
i 1g tt��3U N. O w�
U me g. > g2 Zs ° ar ,4,4
S ...
°~O , BS O 3 SS i
a'oN o ~ i � H � C
2 m w Us
ZO � � 02- LI Cce+
.0-
05
5u, O'mh �s
V j>oo IA 5 '27 4
mW 82
o -- ME Uw
� t a a m w
I
Of
'0-. FV w Din a •
O ER ` f
LL 1 ( COG
g ,,,,, tl co ..°
rc �� x3
ti,}� iw C \ W d
U �� rgcr 1. o W
amt, ( 5
k' 3 6 3W o Lf •., \ U
Q °w �m
E 8 �O rg B.( W`y 1 o t...* Z
b
GNI N a O V^lel Uiu
-• I i �oQoQS U �'_� IpS Se Le _� a.
N y� �' L -OHO Z_S° b 1/ ik O
ii
h �yy'��/ vwi
¢ a ' w a 8281 �'" 0 z w; W
1 *Nm °Q 4
m
dR W W: � N W N. F �a wO
rK 7 ILw W= h 2< N
[7 K O
U 0 l7 °
Cr
u 112
.iiCC 0Z
h
.. , 6
��1 5
_ � =um
ei:: Z W `I
rip,Nin
ad N 4
e g 0
Ew W L: w N O
tv\z1
i
o1d win W� 2 WEZ ,
`.Q WW , wo ug �°w it a
is
UN X js, m i Q Il D
°U O
. i
��g WpM + _. V 2 C ,O Ng
U3 Ra ° W W f W
CY O U N
z Pie LI
N 84
T300f1 Nt13 :AB NMV210
N A
7pp
e --= €,-4106-g g
- 3.2 a o m . o g bggy o F Qa-g & Iii
Ec !� iso QW {L c� 3Ifi
P. d g m 8 " v, ,, °div' V w m'R�3 $s 3 a e o!cg o 521 111'.'4!.' ``it y^ WLL Z n __ U m oN� fuonI ai'lroo .20r H7a v° . .72 Is d f o C j
-c.Cm� �m g o �C IIV
A al iII
m�Sga II
'�� �j 02 ill$ gq_ o ° gs 2 Jil
cSci Ese.01 F..Faeyg0 1 fag it ',w in 1
I�m - Cf c $ $ '2 om I4$'st2 i� mm il#I I If• W w
otoxgo iE �i w cL m °f c- ItiNI w° ° F
W m
L C' N
(%m NrcS aa ,� ;v t 441/111 2 wad 3 Z
wT rn£`p@ v1 v 8� ,L al T—
C MIi , O
100
1'6%102E13—,@eg I ig 6 E W �.'0Egg Eg.-00.2 E5 m$ 1 w°t t
H0'gm a$ °$c� 015 n E'$ Cmm , m 1
0aa .
Ci g'q°�.t ym�! .8g `o Ea c e§ 01 , rc was
tIo
g0,2 02
s Lis re
w m Q 'y' w "3g
° ID ciw . le x
I ip- - FrE3m L� F F =G =£ lna S w fp
2 ,.i of v ui cc m w m rn a r,l
x [Wok
U 0i.
Z HN il
�J Fil
v�s{ (p c C' O �O" ..,
, T' P.
31 iVFQ Oct �,g iii,... V ' 1
FZ .m
I :14
-00
p g5 -I
•iz Ili *L''
me
wLil 1 viq try, il U'
oww
aW -71 Li EN tr: 4 Vill z
,� W
`, 3 3vw Nomi x W
I l I u.
re
0 ymm V
_ a.
2 tk Z ,rr,'ryryJJ,','
J a 6 + O' -_.- ,fl� .?
l PA 5 < °$ xwv s' - 'mw s< <
U �'w t I 7 W 1 2, _ NIW A ame;t_ 43 O
2 H OmN a° 11;
-
0 Uw �8j m,o oz C
EM
ill cAl i!,,Ell i . 4
_ pm =JR
—.0mORfil .A
I
U ° 2 '11110 1 41, , at
I r _dilliil.iig vi K z P _��:_ w y
° �' o > °w d ma y -' C
i 0 xm
0 3 W
r: ,R. � � 0Q$ _moi_ a
1 Z o o c �� 3 �� zyw !ill
22 22 z�+ �W1r1 n
<+m O O w 2 z' Q Q
Jow,' = °J z
Q gU. m zw
w//��� �Q W 4"a
° �c�y~yi11a3 4�y_1 „ j Uw0 O FK
ff
U ----1
O a ‘,2 �'� 3w ° rc aW
I .4_ t'_' Ido Q 3WNo la MIR e�mLL Zg �` oW °za
ulU V m�0 5 Qrn � U uW0 Z = IBM { KUY ] pp mU° 'rnLL ix g MIIII 0,T.: mms 0 wgm z 111-;.,:eze
JI m1 pp,-� mmm = M O I� I.
a Umwy=1 ULL='
LUNLILI
15!- Ai
r t ifl
III
F
Z or re
U K Y
0 *
I -moon N2I3d :AB WWI
>,. , lit
t ,T, 8 ii
N q I
° . 8c zw �o
1 _ F EEEI
- g 4 W
° W 6g� <- IN z z T i
a a
tU
n Yr�3 a o let It g g u.
119 tl. Ci b LE 211
i.
al -III iti Cp NI I
e � o s_ 0i
a w E r Q o.. 2 _
ll
tl 4,0
° �- -. a
LI E .10�
*uI -.
t, '&1%A. -4-27'
h`' s Fw
O w w LL O r
_ r fV t7 Q y �w� '...,.1, lo,
it,.,. I
� r FZ�FZs
wa M I
aaw`•J
N _
• n OE
i\ U VoW -.
m.i ;:::ar..* \ W
I
\\,\\ 'is
, ' ' -ir4-..-..-:, F�
v \\ \\
\ \ spy N
\\ \ oath
\\ f� Mpg
`:..`
:::::_; . gy 1 1
i i
::t,,:i:::::.--r---':*-- !ll
\
,„...,:•.:••.,•.
Q .::,„„:„t:„,,,,. .,
fu� \\\\\ bI
1 CI-
\\\\\\ b
G 1\1
ow 1IJ��z \+Y,;, I
\‘`,,,,\\
lb ww
\ \\ k
Z
r A �� z€ ,� \
Millepill!....::::::7A:,
ccoott
1.2
yWjs �•• wLLZy 2 •-
/` 5Z dao> O z' g $
29 Z� �
al
p
`�o F ,:I, . & � J
i
I
P
opt't' BULL.
LL> LL
8I
G oaw a
2
SN3l9B TIB J9 WWII
I 0
9
III 2N = a
I _ =o _
2Q' 2G o
WJ
ih Ai 'e Y $ 52 5 R
€ a g 1 !x ; -O o rc "w
o
m N k 06c,2 I 1 \ I 1- ' 5 k a"
607,4k-1,1 to 4liii
cT
f g ;15 G.,,, Iv 4 1�
N , A
1 4 :2a
c rwo
f .1 1 ' 44,,,,
m$ p 1E E I
d g co •E I € t.
H M= m
co c
in'$ g� a `-ems` '>
z ni ri v
i............
i.
`� /
`
1 US
i 'II'f K
‘,1Z-..
O
KEN aFa
yIW C
g Z
1 s o
m
P_
u
w
K
I
I
I
I � �
.
g
io
�
0 m
I 6t
. ,
I
N`: Z
...........„
.�'^� W F O
f,, 3 r.
C z
I I
w ®®�I
I
z
�a
0
i c
�i
r
W
SiN
IOLOAAO VSIl NN1V110
N +
o & !Z Q
�y � OC=
.. alt. $ BW ?K1^ %���BY 8gg* a N N o g r
2 iI1
a arc a I-s9 i 02E a dUe W f02 z5 �tt�l.�, i� 03` c� W = 00+7$.1.0° yid Q $
28 / -h9 emi UwC 1 eWr�C + Wp CI ` 1
co i E E5 ..''.•..''F... � i } 115z $ Vo. 1 4 ii I
g W
N.6 a Tea w pLL�LLo U' o f.'•,' . e
w LL a E E 4 0 W 02 i= i k 4,Er'',IRii nip.
m Z �',$ 2 arcz.s * z
I4f{■ , 2
•
C 0� @ 5 LL W? �(O.1 O ��11A1 .�0
i (V h <1g
1g C7 I?� �,
a y c. Wa F � _ 4�!j +!::iltllltillftl'
s
a� E _ ..gay c°5 >> '
h G / \ r 7 w Zg=Ell 21Lc. 8
• d• r C A { • F W !LL` = a LLp w W
11
Z 18 Ski
/1
' l>0 Cr cc m
1• IP/
o %
o K
9 w vii 8 g' m 1 8 ._•�-- \/ 5G
ll
to u8 $g a W. I'-.-.. �,.,` o $w d
Ot7U g ma kV. .9•X d d p
2 .= (Ni vi o vi a-• g d- .- m 0, z
wg ¢ w ts .— t a° .1 ~
(E 310N 33S) �g =O a V)
.9148 el ' .9 ' .[ 7o
HE 2 ' « m
n.
E j_ov3NN1 I I i I N. s, W 0$ to 1 I • 1 4 ,8 w
e., * le") I\ .„. \__
.,. ..
.zit �+- q or; of (. -.I I � W
LL L 31ON 336-.B SIld.14.
o1. o$ V a - -
O Fo i y tw
LL ,-1W
$ o N 5 � .zre i .c +.r I� at o
v 5y a 1 O
2 IS @5 Fi co JO-,L .B b-...-
p IS Ear i�g -I ¢ 1 �_
rt ue
r ,. �
o m mLLi i dg 5
C O Z ) Li
0
E2a v g ? Er 0 op-
1 E 11(;).7.it e r
,-.„
Li
. L.,m 2
O • w
• . m Y^
J a
00(The I
a F
�" ( w5 ""*" .112-4.=.-1,..;.-; I
� •1=11111111111 A Z
F
E
tTi
LL
2^ Ow r•1N1r.Z ,U a t}, C
c w O1'NIW.s. G xr
O Al 20 N0 sro
1130011 NM3d ,A6 NMUNO
I
r4 +
zQ Q
gr
O
FQm y I '1iItd!i
m o - W- II
>m S{jEra ,TE =U= a o �~pa N z F 0 3 Ai II
bawEiso-t .1,, :. .. I- 2 7 6 Otr p�Q`'`' "e ""ZO r
At let E I
wRaFo Zz Z 2 Ch < j
I W4 . 4 41.)
—1. N 1�i - 11 8 4 to
= H! .11 /i
' =inti�� — ~
in
,c9. o a ..0011 —i-':. — e.... .4.......,.,041 ,
puz A$ a ¢o Wg
2 ri
W g p 0d O l!- S
3 p v
ii t7a6 ,t W
st N � o&O/ zis 2-o� a i! ca s W� ? d Z
OO" r o o�§ <
cal
Z
0-At I as
I
.0 A•&
9d 2 A .r . e-t L. '�Z O .zna .t 170
"nzz
r J
Millir
1111141"
.. 1-11.._1. 1.111.: FOilm."111
♦• ,.. � n 1 —
I
'til*:;°►'2;55'd'.r;.�.7$5. �.xb LI 1 Vi W .. yT i t—• I N 0
IL
Ra a
��,/ Ny I
_' C - W 1110 ...-.
0.
N a E ,. . ¢8 1.- 1,..
<N §O O 0 i0 3U
WLL
F
W i52g01 g
C)
.--
3 y�
J O ¢ m C ¢
WF U x
p ¢
H LL LL
ZW ,Z, r7
Al JO I O F O N Aa ` ° < z= 0 r
.
Iii.
! O 2 I
a U d Ww "
1 8 2 Y
Is
^ i < N 2¢tap Cr:
in 10
fl E 17.2 12 z
z p e . .4/L 5I I Li ,�L : IJ
w WW m z 1. III -,zOQ4110 N tJwmlJWoO5oc
dr I O
•
aL� + v
Z�u III
.8 fug ¢ Qr8 Li
IJ 0
I1130011 Nl13A ;fig NMV10 _
�oLL i O
it 5 E .....t Do_ Z < l d
K 1 IA 1 d c� 7z5IN F 9 �F QEY 8gg R .1 N p� ot66f
s e o. INE °z 5 i f�2 z`'F62 0,. o'd E� "Rill 7 W 661;_ li
W C O WaFJG orc pN C� s Al ��0 mtR 1
w'E O Ia 117.$ LL w v� },�1.�_. 'rp P a co O� moo., p 1 73,0 Ol r .„.• gN a .iiiu;q
8 a O N q' 0• LL LL q aLL .-1 _ E Lt a 17 �H �u w i�u�f p p}, > w °a5 O. Og . i7 E if i 0 LL G . x K F rZ G EC LLO j > ,y. ,+Da ?. O � O o Q ;( !aO _G g W Hx I'•' t0f /j^` ,4C _O �W 5 r$ w F oLLa z 2I Z g °BMy 14"4 g
o —1:r i1 c°7§. m2 0
a ti 7 1 IL1 _
. 0 82 .. 1 1 rilklIPMI — 0 a
d c ZIt 1 diii S ::�r�
w u
Er a
S 5 E 8 E £ 1i .ag __1\\1 V
m a n t .8j ZLLrZ ', ffi pSO to -,
a.
a e, E ,' T 5 oh z wW �� '"_ _ o yr1
1113,
a a g Cj N E;w 0 pWDp NV' �yc a f: �p c7 �n 2 H4- $ :-O O Exgo J E as oO'LLp � OC
az o ; mC ao q NWp �Q 0710 ce Opp: 8IZt�Q35 (W� u7W 7
>�� 1E• $� Dn4� GIA( �N. $ INLk'Y � aK im g'
Cn� {A O1st
[3 Q g i a a N W :-i
i� C P �
O
z. I,i 1+i a Vi 11i LL O A.� _.
OtlVONViS 9011408N p
w a E aA .Y ..B-.1 -I
` w !Niko
_ \ (may a III
NI ('dAl) W
.6-2 OO W ¢ i1 Oliffill11 lie .„ . .
• .14.:Vi.P.);;'' ? 9 l'''....111
•
•
• tic,
1Fz $
y 7 c w 10
O f.,..� • J.�, mQ N 1 •-- • • N
aO �Z 1 V
Z p ` `
C1^ U t O to uF I • � W
> �_ _ 1> 11> Jw1r it O
_ • ON W�11 J
11«. N � 10A11 ri N U`� ti JFq Ft� W5m G y
WNz° W V 7 LL r .B-z '13
O �� �? � S S
EdiEdit o g§ ! off Ja Tia X3a2 ,_2
V8 0 W pp ' O 4 LL< W
In m0 Q O 1ilW W
U ” J n= F i (;\ eob ki7 zxa a N
qq a
' > > K
' ef°137. i '
r w 2 LL
J
.- 0 1Ju w c W i
111 Jk N A•.f p
�Sr
* mei ..Y „B .L ce -I
II/��� 111o .�j p.•Z Qc� Ol . tau) (...,a) 0g�
£9 5 G i6 Bl bl3.rrtt O
`$ g8 " 1 aLL _
a =1 a� v O
z . o I Np < f . •4l :
d {
�
O
7:::"
( O
J
I
0 g Y^ 1O d 1 6 I I> 1 1> Ail- 1i- Or▪ t o ��
J p o ^ 'NM al Kw w 3� v�s g ,3 < re
J
ca 0-
W O ww F i Fg tO7,gg kg
amb =b Z g
w @1 7 GfA _ '' `< gl C �a
K N .1•.t a 2 K K
1160011 N fl 1 :AB NM1M0 a'1- LL LL
I
x w {
_ w
I 00 it! a w wH:i '
c.o 3 4 g as Le Ogg- 2 ta: �'�� °� z '�' faQ 5 p 2 i, i
IU x 2 xZ _ 3 f? I i4 w C
mo w.wil 10 0 =?' v` �I Fl pEO b� re
�aayy pQ'°�� WHIZ Q N
G a US U' WCN1 Z COZ <
LLO Z �C
1 g `mc ��► ii I o 14
4 LL •
w �m O CO
filg :::...,---. .`k"M 1 `�", . 1 D- g a fist.
I
FN i w G �1 2
~ =WQ2 Na QHS tO F'
Rz Gm W
�3Uw utlxm y. .� a \.= arca i� S
4 N tin �N �1w+3$ a cRg $—•l ` 4 ....1_ W
S a o'� �� bio ¢ ��/= �w 'i'° \ '-a I-
S 53� xit
a '�� uzl ¢ c0� 'XVW ,F`f, Sy o Q ��
oa° iw w c R2 = `46156
\k`lMgO NUZtz 0,2§< OW
= 0 ° 5 )WN
11 Ia troll '�I2 aCVNO
ul IO O
J1i LL gam§ >T as O (dAL) (du) L
0
exit N t1 o' . Rill Zf7J Zit Z
... ...,..._ it Q
C �. II
Q
°a Nt E, iko.L, Z k y' °���: Oil f A _
_S � H
Q b OL le, P .) I ST I« d b W 1 8
I3 m W '' p •' WIi:jl. rillik -b W }m z$a SCF 5 Wce
)a) K W
��+ K O< Z C H 1 • } 11} .+IY l� !H
..;'.17"- e' ww1�1 0 xo§ ° 1 ce c� t m m ��+m W o iii
g qF N cr U° qU T < W p S[ W L U1 2K SC
re
0 b fig O Z Y i & 'NIW „OR zell y£.:v kg vi,
I y2 �< i dkly� !C tit U o 0 Z ° PPa 3x�°a x
ti
W a t 66 fig
qq o
(i < rgU
�,-,B W u°S ° 16 w g:=1:i. °:,-, tl1
T 5 1yW-� �a� WW 2 W�nn W O b - Q
W a ' Zr..C7 O W N a Wa, W ' ¢ m
• gw w td., r g il iLE .0 ce i d
c mo b g^ai.'. cN8 u•,44 4
W keg A 3 r
Y o 218L°y ZO WW 2y
Wig° g ' b § l
,9 t tee, b Z n a a•z , td�.11 fd._ 1i�yy
- ry O ,,, o ',,t
-y ]W 1 86
,ALS 1 �(YS.7Jl 2 p
..W �1 IiLYy w �`t�i SI I
N i i
.y __
t 4-. ,.Z
C -._ O I ( l _. �.. J Z
°x sw 2 gol O { ,.*1-1; Z _(1_- it �.; ,<.-1,.j- '..'. .1 h !? K LL
re
Li,
_ O r-` i '''..- -il•C''e.'" €1'1 . .. _ ---.--7-4.--LNV
1
i i
: W I ?� io I °z
1 C ���riii� g y tUt ii' g O W r } �is.- „pi-
e H
Ai.
b m F 0. 07 O i g W 2 m � � wrj
Na go v w U =U IFEg _ _
1
gill _b w = <u z §.1.iw U Ut tow w « c°i Y. .< ...11.5.0 I,
mg z
p-z
I
(i ' ^ .A. ow O W� U r; N ca cad O�rc 5�
5tla / N Z " w a � eb • �b qx W�
a 09 r Q o_ n D U v rc ¢ d d
(dA)� f a= �^ J W W ww a CF i ¢ v
g ,,BNL 6 Q .. y N N O
I < to w 11300n N213d :A8 lemmalemma 2 W
E I
�C aC Y@j a O ~0 co. to
Stm .0 m ' A•- L 7 /�
O C ., O DQm
a X11 8 S .g''' ai .1 HUll
rut_ 7g111 I ` i t:f ; 1aIrJ ! 1i1 e = mm r gEoZZmSSr= niaui-a s- 6 LLzE _� �� rm= � g'at Wd � '�m m E , g `` E 'c t3m NO-112m 77, ' 4x +`-Ea;m rz 15 4 oca A. ` m- v E S �LLm m . Err � s
c�
yq, x d. p, r - -- .m I!Hh
44vi1v®��cE3 E• EgW og < E s
c v ESS g aX g .E / 11 C m m Ei Ei 0 �� _^ i0 $G,
$ 0rm E c 21 m ii r g t3 re r °a
la°���2_.5 E a .�S a� � x 0. 11i
�_a ��Ea lig.m'- '''6-
ayg,g �a�� zmo
11.6,1&.-.. .--
¢`¢`¢ t$....c mac-, v 4 :-.E ca ; g az Lr l m v 9 a zii 0 iw W, " /tit Fm
A CN$ EQT 50 Ill i _� m of .G 4=�i E •P �r°E H 2 ��.wa., Fa rr mrep B
E 2 lE8$w ifs _ !Z gv mm • mmm� r°8� z 8o = t3 9du�
F$ mL m WLR
mgm-�� � � a LI
m �.5� `��ii y5> 5.5 8:.1 'oil
NET, �LL 8.
girls L W Ec k vis tig }I m .'4 ••26'L" m'lt C52 H SS 0 ua .I'w
I
1 v� �▪8• tE g V jg § fop▪ 3g a q3 I12c •ca d �sIC II !•
cagIi��f T a 51; Et CT < ms 'mE g O° lgO al 2 ,s 0E 9 °3Lt� €i- 12 m i ■ia iW c
c 5
14..
(,,w, oav ui cd 12 i▪ c w �$ mgi '43 $`$ fZ c03 S n mo mw V g ;Illpp
1;00
_ ��
J c a g regv res t 1 - 4is
Wil g $ Z ® -,��/�/ gfh'
yc cwW zWo N v� IA ..,. . 5> > 0A o0 06 r �00 _ 3m � W � � 0 4 0 0 u u >�<
NSW < mO O W LL 66- Wm w
a h
N ?�
.I. 01 I � Sx W - � �a @ w
I °h 6 r j n W o 38 000 MVO 40d01
C S� a J 3 _FW me of b 3111M0938WMNIWW.YZ
iii LL
O .J
�Od d ('did) P2 Hu ®A'.4 1 .8 I
o' \ . SSS
dry• t1 -.o. +o.... _ • :�..n Y.'
G
Y S I qi, 0., b ►/310N F!
C I
38
f• O / OI 51 I ! I
I ..YY z• w
• ^W O Y w
= ai m o b w
v a a
r y W O
V. g u z1_0 v, w5 = --� -
!7i `` Z a O m o O
`g it , '� `. ° yF zRu zrc 7 'dAll 1 zF 0 �(
z a < a W ,r a"S2 1 V 'ur .. 3 c?2n c o 5 14 )IIL.. z �i 1 z
ry
W LL l wog W
G.
C ti 'HBYS Jru _- L V " ,-. wg CO
II Ira m °° ° li
------------
r nE171111
(,,,,,
mWK Zz ..
Z�m!� BJJ t7 o}WO Eli a m a_ .
E2: •J tw O- /\1512,..411._::-
Cj-` LL�y iu SJOm 101 `�' ,� I
.(YYt`/„SSSN y0 (OJl1 Z g w /4, Q
LiA5 b8 - P. tyi !7- ', eg2wz °6uu) xvW 'XVW /6 1 S
ma u5 zz a W Z acgiga �• gc d0= �4 30Vi1903H88pd 3H1
o - 04 E;,
�� u9 w�7�� Z'� 61 MO'138WfWIMWdi:
ti
w 2
LL
CU0dAO VSII AB NMVUC LL m x rib v ZmI
1 3�i z l'a 10 r
411-_,_ Z= Z GZCi'x v 5ca7o W :-.194, J 1a Q !`
a a Q
x Zoo _§'-
'"
o � 44, Y J: i
Z<g ® ` 0.lC - a - 12 ft te;41,.: Et' - ri v't...de 2 En 3
ki c� <J �4 �rgl' = O R
L i °m .f. i :w4 m �a0aE.L Q1,°e� r 4p �' $ •• 1
211.e o ..s>E 4 .art
9 J 0
I 4110
3 J w
t '71 z ! c� w�
' ,.,� f UJ m tv N r zz
11.. ~ EPA'
U / „k
x tin CC \ flt n o J` Ns Ja Z ► ` .1
U 'W '� J G4 I � �� WV W s i'
W
.g!
I 3 2.,.,,,,; c$L 173 \ _ o ;pox bac .os 1 t!, = z
J \iti 17 Jr O ! ?!
j L_. 5 S J A '' i: g
, yjQ OttI f ✓o — s,, ., G P2 tr
...: i _ vi c y 7 C7 �, �1 I tl z Z
�111i. .ts 1 ~1 2-ii Z ci 2._ 4et Pit 26 yl p< y
111 Z Wt [F2N.)§-
3 QU I) J1, -~t
gWONa bttuyyy���00 0.0.yyD < l
3� �rc ► m Ea i =I
a li
co O iI J = e Vi'.!
Jm
N 2 ' r i
I
F se 0y �N� q3 N gO�Z _ +�. L JwcgW7w
a. ~ � cUo a3 4-1- �° r9 � oc� Nay r 41E I" .rel—H-- 3
3 > 1u1� Ng 9 p SIC c K
zfffi -.» §. �6- :O ; A s LL Wg = QLt �`N
tf0 03 LL7Z 8a O � NN ZNs 1+l JJ....
4011/14 i - a:1”..07 itar :ii i 1
4A ¶11
I l , a .' iSi1I t�°,� �ol� ° II
w�
,� i k1 r�iw is
I �§ m OW �..Wo ga T =rw Y�' r a N
�'1 wr G
► ► a 3 � ' t� J-kj m tl
a w �Z m k
t-. 9 mW a wm w W 0 o
a
Z pr,
M w `_ WF
2 ''q _ r 1 Zj3
I tlli.'1 vW
g Z vgg illi ?r ► •3(9 m
zo 1.' k �jJ 5, Z riw t . m
S LL f W O tl ?Zf: g� g-to �_ Md \ 0
ZEL7 :71
paC� od yF�
ri lU N 7Q 2 \.�V y1tl W mvi V1``0 V'a SO_
Cj z • ; s. tl
tpltrAir
3 lit
11., 1.71 ri
ow i
( l
y
r 2 WH WJW 1.'e
) �/
3z318 A t,11 _16.2 ag w � q la.
/) Il
R.
LI Uw Ta m_ t a �'}t1 gZgpp� 1. - 2E1 .Qw- 1po� p�p' ► ogw4w7�+ .w� E oR�QQ�
'� a G w7$Z,5 o�w di 81 F=3 6W ; 9 p tl Fy a �'Z��1a
I
, _ J YN pZf U1� '��y utlJ �W C'eqg TjJ iro' 2::-Z �?O<® �IIJ
lt
22
<r N V 55U = mi 1
x
1 OHOdA3 VSI1 :AB NMV=10
m -2 W _1s . 1
mr I
N am E x 0
Iii
m� 33 II
Sa PI'vim` g 0;6%i�T1i �,CgjW E:n m si 0mgg�� m y ��ov eq�si' a �
v 1mm 5,_a -1 g" t E m mI I. cEO }np O
a Goa 1=i U Fox.?.. lb Q;a ions ", y '�.
11 87 Jme•E
L ' ' c g- Li 0,6e b lri
$ c e ma si o f .22 Ida I. .V,
o c_ —m Ec 8 2E.
i
$��� E� E o g me as ig 19
; $ g12 " c$ UL'O
• I&SS'
E
� mE ' § c
2Bc < � � H .c!.,PR
0E � �o _; ?,� •
is
co � W -,
Iigz -:
b 2R i! 2 y$j C e 28
G :2112t211
i 'g_E__ E= _ ' ,=.L FFF gi
J :
am27 VI i gtfa gi LL et. 2E
yEl-11'44$ m $ idot * RIF $ f' 61:4 1
z• rN 0 a , i C `, ap�p ap 0 C i5 I
iiimi %CIS 2 al 11 VF 12
O I
()oW '` Ifi
� 1111
�- K IriIImR+ G,,,i
8 o f•j
g _• � b Ark.W < r8 to.19 532 0 CO CO Z de E M C 01Ti a ;$F
\t N iti o rd e33 v 0
I
C) u ddd a 0) ro 1� ad o3 are
0do ) 72 o
ti g 2-
Zw b
a3DVdS A1N33 SOiSC •
, .L
2� d
Z W
C i "eZ K �' t 0 LL 3sanoo 3SVS AD&X
r $! o oN M013eIWININlw.+z
o W s� 4
I 1
ov
,..,... -) I
-1... 1 0 1 jj _
_ _ .._._._._._._... c-''{tet -'�•
iti .....,s..
c _
tdiI)i Oa1M C F ofr i -
'NIIYSII I _ , 5, Czl =q_SgS e'>i �''
b f{ 7 7Cs
gg Edi z
r d _�ry $ , ; 4, 1, IIP a d
le C I ZR o ti.' I o = I
I Li/ :• ••
_ _1 _ ,. y -,--.4 A_ W4 2
1 J ¢ C
1
ieti \+,/
...
e
41 Z
I??? li
Owa
o g � m3 .
b n F
I
tE
I NmLL aE E r �ceNOW � g 40Z dN
Eli
i
o if,
3mg Cr NOUNTIN504 d0 MOM 3600 . 2'0H Uv }
..co, ,..t .91
"� . E . E 30Y00 034900:1 3141
.- 8o mg mo-se 140141N111 31.YZ 13.>' g02 1 k 1 cEa 111
.0E ^ INo 1-
k A UU ,1 L W
O.eC 0OOO
allodADVSn :AB Pali/mac
1
a
i 3Tg r14BY 04, o o m $ F
I3 w� ` J a tti
LL' d \$ A.-g al
limmEnsin
ISS 0
I:__,
111 t i,immininnil 1
O �Q 0
=i y a
I
II '1' \ Cr 4 J Hg
co
F11 w� Cr m
So ¢
_a z � , c �w aLL c N
O _
chi w,--. x W< 1° o
1 ti
C t• g a avs5
as a t
_ D
I N� N= ! 0ThiWiki
a`2 �<
gl-
Orlilk
W 'y V
`'' V= wg g_ w� .N W 4s 50
.:..__.,...._.._.. -�j 1 _ z^F mow . g z W i�~y �y z z§
I
liEV=D
�� ill
E gs g`� ao H
gala% b Pi-f � �
111 OgElld V, t=1
6 1 a
O
q / J
I H s
„b/f l rd a i w
D
;I' \ Z
tea` �, iI tW v z W w w rw 1 IW (oa ;D N�
Y1111111.1
F < Y �11
a
I � WOry
K J NC g 1.4 ' F iii. O
gOi
L.) Sill jdW 1� °,'L z iiD= \ =W
Li \�- Why {� �wa „J- \ D��'
214
' re;s.�� �1?J aas DNrc ggyaI IL g 1111
„ 11 c!I1I;
�'oiy �u��s bF 0
to I ;rIll�a v a� Arr r 9. •�.: • > P • h f . . • • to.. - .
•
IIMINEMMiNIMM
V. `� mai
4) 4)
4 r .Q 0
z, 4. s ► _�- �► WSajFps
fi P m Z ZWDS' Wya� ?i� h.m , a$Z
Dglw x az m
We 'rYyON W% a26
i iron! �o
JV NU �iFN
az 3$
<
m
iOHOAAO vsn :AB Nmvaa
.. ROM.
d $ z,
.1 O z
I
t "\ b 'z d U
u z p p u
o 0
ya
A n 0r AS
. E 40
WW 9t W Q °d u
o y. O2 �- N t7 O Ili ui a. 08 p O
s g g Ntll 3NY1
I I
ttki` i bto.'t I0 Z t
.vtm t I t 2 Ib F
j " O j4' fu
J I
/)/zp , W 0 t
7 V t • . z Up 6
zx b Q IhI
12a
irt
11V
i el
12,%
Ca'"?' " ?Iiiir iiii Q i►
V I
I w,H I i9 J
��� I Z c
y � ���— Lj_ pi pa.
4.
4.
1 1 WW13I 4111 i 3Ntl1313di3M1 —
f I ( I
Lt 1 _
IYa
G
I
i 1 41 iAi " 1 b
q
K iilo i H 88j I�j j I O 1 —
111
iaE Sitdli �� c I W
aH5 fy'� b N
,? 0 n. 5 b 3
p it O.1 0 W
IIIFb 0 i � 3NV1 3NM E I{::•:: : ! W W W I i
r.. 2 �ta� �0 b 6' p
•:/' g
g 0 .:. 0
Fm �'..: 0 � O NN W- b
2b ~
t zF 4 hoihip r coI
i s W §# AkS
y; m O p rfel
b 2 J
111
0 1110 1 : : (
Ib \/ j d
CO
b "
3Nn aois1
1 j 80 0b Ill
/i 5' ( 1 1-- I
C5. g 113NY1 Lli I
$ I i 1 i
LL
U O it
U
moon Nif3J :AB NMVHO W I
m Al .0.wroau a,r.1 61•VOWla uana An orIS.9.
f J g xew,mr.®..raen.m.rrvr.ua d N p a
2 4 E 0.II WI • = o
g8 G o e
.� b,�, Z h m F
II •Of 0
p07.1 1 mC2 I
tm565 <W 3
U
mQQE d a.
go
(te' z8n
Z M
1
z 1zz W
I
F tn� 2
R m4 >4 o
�,rs..�a.��� < Z
•
I -- -__ PiLL
V O
II !
a JI
g
O
S
m
W E N
mLUW
8=a�
g
yy o
R N
QQ g
1111°C1111Pg 1 1
I
o
n 0$ Z
• 21
i : Aiw
Y
LL W
.,.
LL \ ;
VOo•
116:1_ . .
ILJ
I � 0
(01.11
t J
1 1
In
I
• / Q ii
Mm (ili z
m ♦ mu. l m
I m
O 6 N
� m
1 lill ,} W m 21
H z 2 m
' y}I 0t
F o
wn
TaTa M
I
m W
WV
U7)
%,i.,
OD a.g
m
1
1 1
1 3NI1 dOlS
I1130011 MIN :A8 NMtl11a
,.+la.,,..,a,,,n.,.,....e...attn.. Gr
41111.11140.111~010111.01,00,1"CIVIM 0. da v.
U[a.1001,M M3 7.31 V../M'Y[w alta O ' O
`1 fo9�
J z
��� 187) Y. %,', rim
p ��'�/`'+,roti?, � �� O ' I
•/ . II laJ� f2 J IF, seIA ..
�.,V 6.!i Nf = x�J ` U �S?/� �O O d nt
•�.._ ¢d I Cr Vim. 6% _ �.
LI' x w r apt (s W g Y0�
Z OF J J = B W o % u; 1
RI 5
a.
f' z wl; W 2 M 6 �" ID
y= aN o > ; °o MI
0.r0.rG g gggyQ 1.• z = J
I m
a
Z
m� g •7
z= o
as
N f
ap _t ��1 S�+S•i
' / 1
l!
�
s I
•
•
f ,
I
W 3 3 6
0 I
0 Nb'
3l 3NY1 '
H 1 PdAD I i / Q
I
3NV13I31143A 3NY13TJW3A 1 i rc
en 12
! 1 ` ! aZ od
1
I
1
1 0 . i N , s o
I-
M LL i s g d 1 1 1 1 SbO I 11 �W
N LL �
.1!. I J
Z1ii
�'��yy�(S b.- 0
Z g ., 1 O 7S'l�i6 sr ® M 1LN 1
PI
O 1� W
Iliff b o
I
ZN�Y1 LL
o0 Z J I� 1 0
v b g 1
♦ yl
0 ,
r
i rl
N
5 I Q 1I
f
1
o < •
U Zer-
t O �r
**1) L di
0 b
rf 1
r' 1 O O
N
/ 1�/ '
f3Nn dols
1 I, 4 m
W Z 1
q 2J bt
O , LLO
.0I 3Nil d0.1.5S
W
I
a
U
a
V
-moan N213d 'Ae NMV!!a
I
-Mill d0119111111.1.046.10.V.21111V3V1
0.' p F
y N ! WOO*1000,11011*YONOYMOWitlMOS 4F�
tJ ,....0C1r1MM1......n..:UM
a
11 !: g2 s c R
m
1 _
m �i
`o m '� N 8g9 III N F
C 0 c • a� c e �� {�'3.
p 7 E u 3
Rea gE l ° m a m 1. ��2' �# y.. 6 .
i 1 i m5' gi5y E tail
a < 5 ; u
mVM a Eav o W o iv U'�,� `+'."tw � o J 6 0 a j
E U� o ? m c $ Ca tO• m 't- W tJliIIIlilll1h
M r� _ K ?. F O �i o� 1 U . zao a x
ii$$fh gm °�0? fix �► rco ♦ b Fa <3oZ w3
C Mm.E Uwm rt., mg V pa `Au l'i ky F ! Jy 7 m w
2 r ci of Y vi g z0 po g¢ Coapa d W� og>LL
I
313HONOO 1N3W30 aLL <u0• rF J .im t z7
HO 1lVHd5tl 30 H1d30 O m o " °It FU yy7 p�z
O 1,I mG CSO❑ 70
'M+N.E-'NIw.9f9Z Jm J 11
1f10MVS d0 H1d30 Z ,, .9-1
K
Mita,
I-m , N1 Fy
1 gielZ
] nT
UZ �'
•
``Z .24 i ?e.7e♦ V
w 1a a g R
t M w
l4
T S z / //j � t �°, n�
\�'\� � G W
rS ♦J ��\1�� L.1 W Zl
l l�
��—S 1.01,2'. Cj8V 8 30tldaflSO3AVddO d01 Oi
_ `�" x5 pp w �y NOW Wf1WiNIW.0•.Z a as I15
' wi-
yW$p � P z
°�T �30� A-.l 4 E o
W
3132YJN001N3W30 80 O y ,. - �'� :'I it rwil W
r 2101 HdSV AOHld30 %v-,i..•-- -,.,.e• `'� ��f W en f •
,. "XVW.C-'NIW.9f9Z �q� W
1110MVS d0 H1d3O 7 -
'moi b
III
•taw?,. a H
i }i o g ` z w z 2W Z q
O ' ce
JJ
-}�^ Z a x s1 u 1 u
HOmW I 1} O N� "
i i + li
I � W
'4C92
g y
ErJ
tv 'CO
V /,
W
313HON0O IN3W30 w (9� Zsj
_
HO 1lvHdStl d0 H1d30 y6 Zw
F b o
xvw.E-`NI W AG Z 0 eb
1f1OMYSJOH1d30 36 5_ �p
Iiii
3 •
•�i \ t',:-:.,--1.'5,,,,
'
Tr •
Ste 1 4 I1 .i,% 104'
rte.:a O
i „ ..1........E.=T t 0t Ii;
�•/ I'NWr oo� ELL, l OVW
UJ w Y1w �
�. co
1 biz gSa., • t •
5li
� �� aarv :: .. � ��Oaz rc
O w
yy r
� 2 SUS � a, aM1�ry m
= o o
319.0. roo
ul $ 1
* wa P1
0.1...11011•01166sYrNMII.0.1 VMS. woo re 11, 0
ti
E ,62 1 LL fw S,E E 6 y saved $ me oY 4' N4* Z `y'
m C08 i E Fgc a.2" 8,4 c a° V ��\&:'. x` J 5 O ° aA
•ll'' Lg + m gat= Jg caE S 5 9 1,iii 3 'r� l4. Z el 2
C? cs m� m cLL8 `o�A Cy Z li +f.Oe1J oQQS 111411 m
m m
0. egi
-41
1m mm E m� H2 s ; Olmpm E,c1 ill 2 8g A$ Rt«. 0 '�
=.Ye of ag '' s y g3- cot; .1 8 0e t mo o . m Z
m� c m m Cgymxm am 3_ $° LE r
gmo gT a ms os T 'S g em_' 12E • m c i @$ a 5=
i. s— ' m c m rp;O2 -7 2 0021 o Ia 0 1132ii „ 02S,
i Ili .1y'� 1 I� I gg 19-!/ 18°g!
c$O! 2 2-E Iga ilk!
1 °0 9 2
1 . n a28 _g'km' •r E � -3 ca `Sg.Q %-01,"1 8 a9 - L° mom mr=
F ;Ea g cE so £E £ 9g$ 1-I 15Zgi S a4 ` Igsl vvmm'me §*
pm o � og q� m N1'$ 33 i.G 82 .$ 8 2(8 ek -ti g gas.Yit p
I
CCN �££m• Lm (/Jf 51 "= LLa` Ars 8.21g w aab ut9. az s og, .gaR
4QQ Cg'Of 3 m H am m_ a
J N vi Q tri m r (6 Oi CN 4i O
r r r r
I
0. C z
�7 O m
Z
II 1." UO 5
i §m A
prillt
AA t to o fg
,1 J WNT/ 1
arl z • =F' 5 =50 1
= a cy cSW pt
G
ow 8 a Wk �N< .� w
Z v
Ifq.W
t\v'
.B 1.. NM..9
0 ex
Le`elo''` YW } >$m
N 2 yFW a dm6x 411 / W< yJ(V7 m°gy ((.1 '- 5Q o rs'2
iWd11 J� m� h k ,,,'
0
v~ W EO Q
Y II Zq z , a FNWN
I
d am 11� J Jyl �I� Z
IS 0
N z0 , U C ®���� z(7 F
52 W N o ZI
rc ° m8 7 ��t' zm a g
w Fo O G
a 5U � , 1 co x ra., */ Off' UW u
V O a. , r m m a
a Mal 116, I ati m grc w
w l gi
1-� LLa_il 1-s
• o= a b
W oW
O ZCI m 1I
LL - d• U y Cw�WJ
1 W 53
2�2 1 �j
"k _ p; �W ce
1 0 =oe
f(53 717z O �I f m rj
N ZUm N. ( mW_O
I
�g �ac� �w t � F �ao
C{� U
W
o a U osJ o
i
I
iataximemirmommiii.dzor riciirmai 4iii
lg I
:.�ao."ww.:0.0.r<..1...WWI 4 e. c
�0 off°' C 3 ►_
Nom 'I
C
LL
so
a yrpl t' �S `Q_ u+ p �e
�Z x W y Q� Q� w co
O4 5. Q N LL D i
0 111gW ° ' Z a pg 3
3 � Z IA a 0
It
O p0 iW Ot
zLL Wa
� n.50.-
0 8o !A-
TI a3z 47
I 2: ge,
q11:1 N,_1..__,I,").&1 §2 a
zz
ha
.•5 ----\\�___, W < W la1�aW
WN \ G J > o' pQ
U4w1 .► O a- s12zkyt ?W
/� 77 i 00 Opo Wu
E WM
I .. p N
I ii .4Z SE /aW�z
'2 I Jm lit §1
�—I ".
i
1II
8 x~ Tii
zz
z ,►z
' flu
x
I :II5
1 ¢y)w o
F H
i
E4 7C
N I.
LLl
aWa
UO8
w W
O o ��N g
g b8 o= W
N
c N (�
g
W MI 10f... O.
F �1 ar' SLL ~zi 0 G
0WU
a2
0 WLL
it
aZF
.
Z
�3 OF No WW WO O
°a -,. V
0 izN Lw t> OGpdz09
a
Ill oAg Bo
In
O�
h
� 7l 71
f~A
I
o
W Ix
I.
J K
u
.1i . tyl 0Z1-p
x W C
2
N I.• LLO ' 501
g� uW6
F a O
1
L..!,
I 1 z
O
1
I
08 !liflg.
k
at I
-
€ g. g iH Ig
Nms§ °d 'E =.22g . glg �yeYbggy a a 44 m F ^` I
°p 3E 8 8 °t t ° 17
ni 1 i
%„221,9;83.w1ti� `V`Si>m 548° gr, :4 V LL Q-
o8d�
4mev. "� ay.W2§m� g W? °b .,..i.,.. 41. d= d O LL I c=c t QE ° sp+�m$.c m N _rn-Q o t$0ft4: ��yy y r. Z Q F: diflfl
.1.0p,m��o c� V �°aiii.vio Q 4 m a1 i
° q}�?���a� a�Cc� a
F L .Y r���ii zr§ 7Q9.1 o a '
�85rnrfiO�c' t°/iE2SA�'i�1�25 wwwW � Z
z e
I
2 IV If
O_
CM
Fill'
I JW jW I y1
QE
1S 3
IV 8 €. �1 0 0 0 W fl, 2 Y�RI (iii c°lo r li = z rc i
W V W <
wt 0All @ L,,.,0 ©G01i� 001
r,, a� o
Lult 14,.
., �1 t ti1.5 O
C Al .... u
�3 +j i! f 7p K F�8 O F w
0 ',..-1 V w tW7� W LL F IQ pa
o 1 0 e 110 ; 0 4 I 0 e �e. (�--' ei ©e a Fr a o 84 W
,�.i, 0 ut EII
r �i til n 1}rz F8 Hhfl
1L'
�. �.i !' �►`. _ ` N!'�0 �i �fi `biV
uw �gm t O 3+jI
9 6 #1 o e •�_ c om za
1 Ni o �i © 0 Fi © 0 e) 0 : E 0 ;;:;z� 2, =_t30_ osfz
'��` u, ; ° WaO' 8' p O J i gr � ~W ZWWV ° I0 0 Q 0 !— r ° ',� 0 �mQJ m d 8; I%j1, 1
9'\ 11. ti ��si
0 4a ,w, z flfluDho
•
. , ,� ..�. ®®® o ® o®oo®®o
0c MiP!: 5 CI a`0 �; 0 I
t ;} i kit Y ri4 1 0w z
e G g_ ® u 3 c~ c 4 s
�! 0 O< :' J:
� 'i Z G. N A © H
It: kv �‘, O 'g l;1 `r ; a o--u9=1 l " V t_ ° L
I
0 s o, 61 4 r., g g •:-., l' mar
�1 a
,' w°Z ; 19\C tl f O W 217 1Z '-Spap j8 ao S'i t. O 2
�yV F I 0 O Z� O a+NV mZ N O LL N
Z J
v Z Fe zR zz. cy,
oo gI
('.Q > 0 V 0 i§ Orw mElOmcm9.1 wE§3 i m cS a t W
°N111,1411 131111 et °Q e itt t< Ei t 6\I40 0 2" 0 ® ® @ ®®®®(4®®®®
rtmv�h, 1 -1 1� ��` ', HT1 W ¢
_ Ei
NJ A
' Asacs ° c7 W
El k' 1 > gill EL, rc
i
I 0 < (=7=V W w W
1 i U' N s< omz z ccs j
©WOa1M1-1 ©Cvo v i-4 0 ovoN'IR41— i s ru W § O F I
I �� IL m W°gym O N
(L 9335) NOa 33S) ll 33S) u pU' v tp= mph 1 m
@ ao w avo*-1 L©a AW OVON--1 t AWNOVO 1 Fl
- 08 m
3 w w 3 gaz gLLa03 g Om
fi Ox1a� z aa yyy
1 1 yr 9.§`<N t.2(A 0 8 0 Om2 2 I
Z
� a
t«" ►\.•j , I,1 b l ° ,, Vii!! ° $ W s
0 `',Fi►i7/ I;, r -�. �_ E 1. rro 46 G 0 0000 0000 0®
I
i, q' 0 >' ( 0 0 p O O
F EE
I
II 9 I o
ft
Qp V
K , I .
AinF ~ R °
8 II
11/144 iiiii4
6juv:mu:
ZU
I
FN W 8
O
ti 111114111S 4 ,0 w M c0 O 1'682t26
0
°aomA9 vsn AEI wMvaa 9
08880 0000
Z H
L i a H O
`moz
o ado !AC lll��� �,sr �e � a M� o = �
I }N}�� wcL x�Z VJ Qty��1 �� �� H Qt
0.0..0 2, C 0 2 .�� ^g W '17 ='.,1
p Ij�K 5
you • �oc� �� * ' pIuJii 00 ill• „ z
: .. .
a
I . ~ 4'_
w Oa C•D et
LL z
_. �r;� G�r.
U 404, 9 11 0 LL Q W
ge.1 e A
I 9 l 2w VON
�w
N y :41.:
fd
e 110 1H 9 c, bT �a :"1
•
Y
//Ei II W f7
1• `. 4 -a = e.„ 00i0
o j
e C'i n ...o 0 U 0 OF
U ��
0901.E 4 g_ 6 ,� ,�IFn W
I I a� (3-
i
.<
CI at 0 0f © 0 €! 0 c^
m< Q— o e 1 gE
0 0 P•.. O ,s 0 f �w6 U /� J O !;
ill
iii
I � /_, 0: t /�]
� � c 4i 8 •
9 1`' 2 e' 7 -
®I (t Vii/
! f,
6 .�� 0 WINN
0 0— ' �� •i p ! I p
.� W1. ld g 8 1t ei
, e 1/4 0 $ 0 I,,, Nil
t Nt
111 cii
el- Nib. kill 0'714 a o bil, : —
t: , 04 ,•., Lift.:.).. 0-'.
l ilel C 1 21_: M. 4.V ®tips' �/"� _p
e411110 e
i� g-< _ � eAl 0 t �: e figyO�
Q-__10,
i � <?UIC kt1g J=JF
(��.+ fEf JO��� 261 a - it,
Dna
Haele +.-..,, g Jy� 9 G
�, t K 2z p 0 -► ms
0 Q— Y 6 L i a
t I . o 9 it iii
o I 0 t�
�, �: , -- -1 J✓ ., 0.. mil. ��� �'�
r G 0 E' 5 ii, =r,§o.F ? ;6 0 0 / . ei d�F r:!i !WJCU g
Jo
,,nn, qq.J^^��1 O
ag
m 6 m_
ell
022 Igi
M-
ITI
I 4 tK
1
O r e+ +�0 A 9 0 !'0;4%41 Tgi'l li: f 9
11 8 6 8 1�i" 6 ili
J°t= _R itp
zM
...zoo. Z zt Z ra
Ou�-6
ors
Ili1
Hat ,
iaaoino vsn i,ke NMY20
r.
W 5
b
1s,EY'keit' Q le F s
►',\�8 x` d z o LL a° o d
sib
• PDa$J p'04 QM l n El .
8" /1 z
F. I
N It
lee
© W
I
BP12.2"rFil 1-
h7s 3 d
A A
gg zs
I
sC> o z
l 0
114 et
w= j W
yu m 4
I
< O
1 K
Z W
OIV
- VA
I I 7 6 O _
V Y l_ ___ J
/II7 a ® C O V V-
O
- t fi i -
fl i Qz J
en
C> ';'-'-!- — 1 h. lc> wie.:::..._
.16
PIP)
A r y�
z
I-;
ti F
i 0 I
a.1 0
..,
. ,
. .
aiITsT © •oma:•. 0 1
W mIG o�J m
rei
62
rr
AI
V' -Mmuinuomin F.sa,
o Ili 1 1.45 3 Ii ,.':r __ wlljLIfli tr ri 18lermist
1 1 'jj
�' 15 Its iiil
� I ��. v r55�5 5 FS c9 a��
4
OHOJAO VBII :AS NMMHO
I 4 N
:-1 A 4?
Sa
' a 4
111
04, 5;
,,,'•?#*
tk-4 1” 21:ii _, g 4 !0 5 t grill
0 Fa I I
_
----I
u I 1
a 1- iot 41)
0
II b
•tt A
1 w R
z U
L 1°
2 g a •
I
... 2
co
E
.,:o-a
111 i
g
o- Z
I
,7- I TT -,-IT" TT:11, ,FT" •.1" 4,I. 'i--"', , :':: g L
. i i
'.1 1 : ' i T- - :i i • " : (i g
'1: 1.
1 . 1 .. . I , , , . 2 8 4 i
M c3
11 A
1--11 ' . 1 , 4 1
i i. ,,* ! i ' °4 gO
' 11' " 1 , ' . *1 1' « ...-- §
,
I .„, „..... .......
.,
. t.,
,, ,
, ,
-- ., LIM '1 ' '
. '
• EL w t
' 1
.,
,—1 , ,. ig .I. 1 l'iiiii, : ,Itim.„....._ ,4
.
'' —. PAI T,
I
.
. _Am
i ,_,.....i , ,„ , _ffinimej . , ,
IN.' ,
In
WI Ell
• .4• ----,-- -I t-- g fa
i • i
•• . '
i 1.
Min MN iiiifti-
1111A11:11mumwii wpm. min
I ..,
, --mw-
. , -, ' ' , .T,..L.„—• '
T. T
,. t
"
. .
I
•, ., „, ,,;, ' .' ' : MIMI ' ' I
I- 1
E ce 3
ui 1 2
I
2 a 32 t 1
-g•0 g. e A'
BVA. •-• .-
co io *
re t
0 7213 a _ a
I .
,..
'Fl;
e .
- t s- 2 co g co c,1 ED
i 0 8 8
E t2
12
I
, , , ,,,,,,,,,,,/,,,////z,,.• ; ' ;',1;`''14.4=0,443*^14;...,,X1-:.14;1 ria;.'11/..71' Fol)
• -,, ;.01,',4, $,,,„, f)1,,,,,/,,i',,e,',I-,,d4 r;.,,";:j,..p,q,,,,,, ,I,,,,Dir; '':., 4
„,',;, 'i, ''1;*,';f- */41:3: ' V•.,'''' -" VIP'„' 15f;V ts'7 t;:g,4"%,,:..le.-',V.,,,,„so"'.,,,o' c,',.'7'.,"--> ) '',,.;.., ":."'',-,
z o
5
w
.4,,y, .,„ , . , , , .‘i, ,,- ; .,..„:,,„ ,,;.;A,,,,,,,,,,,„"„,,,,,,;s..,:zi..,,..0,4.;':::74",,,,A.,-. .,,...•,., ... -1
0
I •...,,, • •,•-.`,"` '.'%'' ' ''`‘'`' ``7T''''77, -'*°' . '''''*'"'•tr,'.r.'',:,';,3t,'I'*;!::',:i',AV::,:,:,'',li,; .'''.-; :-.1' ,,,-* g
*WWI 0
w
IIywns>WM AB NMV2113
I
I
I
I
i
APPENDIX B: City of Federal Way Standard Details
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Q7 0,1
s O
i ;
• U W ZM
i I I ? T 0 1--
C7
I I I / o o > M
z
m<
Q
0
I , \\ ; I I ?I I \
II l a a-
222
22zwN
pz¢
3W X
/ 00
O
/ Q a fFa � F-a w' / <-
I
• Nu) 0N
meL oU0
pLJ 1
I
L w
\ laa ow m DW >
\ Wm0N 00
O
•
I
W 0
i7 ♦ 0 0
O > 0
• • a
w �] a �J ''^^
• O ?
, 5 I-
• •,.•' FJ O o , *A.
NNW Z
• z e U za
? I o V afxo OV)
z(r) 1x-. N ZamZ
I
- oNa w� Z X xpw0:1 Z
ZZZ p U I
I. Q fZZn W d ` W U N
W N ® >.o /
_I:z: --- I Wg o
I •
g. I aZ>� \,` Q
: pjoZ b \� 11
N
N'
__
W,dx o
J CO
Q G
L. � :I wQ
1 ;. I 0
{ xvn�Naa 1 . 121- Qw�
i
I a0 a zo acai
dWVa am •
0000 0
_ Z N d F
w za
w wm
vi Z N a w Z N OW 00
x w Z Oa
F J F a 0 0
Z Oa m W O O Z m o Z Q M 3 p W 0 =
' O �a C7 O N H O CO 5 OJ ``' _0 W O
Vi L ce Z aia w a J o 33 m
wz wWaz oc"a x3 o < occ
z
00 00op pw0 NW oS Z Z m N11- z
W W W Ftp W a w
W pC.i, WUOVI 7 U2H 0>O Fw- WZ 0 a illii* !2avi
a a N aO Za wFaao� a?omp31.1U1 Cal aw Y `' ZW
• OF - N- w2a I V1 - a 4 , NQp UN
\aco d co\aF Q mN >> \m ww W Zc0Z ma.
r� a rrjaWd JOS a M= Z a a�W ��
I
o 00 �Qo z ILI wo W wwcwn a
ZZ p0
Z p W Z 2 N o ,1 Q�D
I F Z I JQ Q
1-= (,) H-h� <ea t.0 Fw f=
N N a w N O m
W N-a J
� -Z> 0= O N W Q M• �
I
p p0 O p'-
0W_ li pUF U Z a U
U U Z O N W o H a OU U f
W�
F F
paNV� Z N yJ O
U OaOO� NZz zQ Oa �x
w w w z V O et
,w Y F N x -
1 ZCO < oma' Vi m� zg o CD
N U
OJT OJ0 ',Zp VI Oz OJJJ O'- a 0 J
O NZ a Z OO)i U
4,t4...o_
Q� ``�
fnQO N¢rF zoa O
ix
p a Z O N %2 Q=N 0Oi = I <1-
v)
_ice LL
a N a N N O N W- �H Z a N N 0 J > J a'
xa xQ CL < (O xQU 0.. Z / 41
3Z
�Wv~c/3 ce°5 QwWN w�w� Awa a�a w< N9 al
o .do ao w a=F Sx a0 w
wi
I
z -ma NmNZo MmNN 4fW V)ma 10o I \
•
II
INIIMM11111•11.1
.l.1
a3 Ci
Z ..I.
(3 NI
I
. i.L.,...
0 ..
. °0 a
L)
Fa
0 cn 0
z a- Cf 14
0 • 0 Li \
71
1=11
1 r
D 1 M
en 6 E ir ct I
co
i.L..'•i .91 D
•. 0
CC
D •
CC
o CC ',.. ,''' i' ...-...`,.',.';'/I• . LI
.•
E w
. 6 E z
. •-• • . i'.•:. :,
. 01 , so, .,,. • ....
••...1•••-•'••,' '
- .•*:P. . D
0 w
•ir L
_
N -C2
IX
1:0
LI-I
b o
• ON 0 ..4 ,....• %• E 0 co i
re 0
I
1-'0 0 0
'.- .. .:4 Z .9 7<
S I-
Z .9 to Li 0
C.)
0 0
Z
1,.0 •. . • .i 1: •
EL
Z Lu
o w m
o ci-
,2id
. •.... .
... .
, • ..'.1
1 t i ...1,
..., LL
0
La
0
Z
l/
W 0 I-
I-.IC
UJ i— LLI
0
CO 0 ..:'•'
CC
1 < 2 0
• w
z *
km 0313/Mil 30 3003 11 '
I
0 1 Z
M .Z71 9]
III
CI
CO
CC
I
M
U
I
I
lg z
I
sx ac
j w
co
x
ce
C.)
C..) •
t- Li-
\ \ 8 1 co cK
D o
'xt• w o_3
\ E I
EN4. K M
0 Y 6
u..
N In I- 0
II) I gg
C>L.JI LID n
3 I=I
0 r70
•
- -- •C‘I .‘1. g 0. N & R s...
3
. g• ., ,4 -; 873,
• 5 Li_
.
T
I
/ I
I
I
N
C
IIQS Z
a
Li ccrM
0
0
I
W
N! U J NI D
110111
Z ZULI-
N OUO N O
N' o v� �M�i w o v' U
likEQI W OE f"'
N. U ZI
NI O "l Z °° W
_ ozo W W
S ' w
W
T¢ K WN1
O a O m Z
0Q r biw is a 0
a tg% O Z a Ice� X2 g O
a.
I o x ow W
o �g w o 0 IL 0
* w * & W re
I— �
' n X
(.9 W
GD
I Q Q
CO
Et
II H
w 0
W c D
• CD
W w
(-)
U p
'�.•..: '. C'1W
LAI 0
IX Li_
. 1111
iw J
IX
:::....:::.•' i � 30.
y 41
U� D H w
Ca..., H
CO
JI IY
U 00
al IX
0.
CO _
D
N z co U �
F Z Q
I L^ • U
I
U Z JI
Z . Li-
U C 73
III
I
z to
ii 0w
J W
6
0 n � w= � U w
a
7Q m Z p O
Z Z J!
\:� 3 U O iA Q
2(.� •
.1: E GJ U Z UI
.` K w W Q
o a CC O COs `n
�•,�` o w Ci
o :•/•� , z o z a i _Q Q Z 2 W
w ["/ 1" F2 w 1 "' x.0 a >
W •• . (ii 111�� Pn
-§ o a o 0
•.• U j W
tmiW • V Oct •J O: ci LI Z
•♦ fgi��� �w �o ¢ a3 W o �n Z
I
o +n o r a a
(n • �i, n of ' V
tri /• � • �`, d\ Q< UN Z ry•
Z •/.• a` Wa, OZZ lai 0 pg O i.j = UJ
�W 777 `iN 2 U Q W U Q Zin
I
.41 b �v 0j n riU a o a
Ur C.)IX g
U.1 vi
W
cc
I
Q O M U r o W rC.1 • nW ,_ U• W Or dZ rW W WI,5 N Z2LA LA 0 K H2U.I
Ul
' / ilf4.1.5"
0 fn U� �i 14.1 Wd ,,^^
O V
':', If / /dr At. Z
W '4:, ' _. ,..‘,. �' Q
ce
tcl .J
" I L
1�•♦ KJ c.) // 0 AN NN= S Z
U
W
LU
IXre
T "1:
` U
fJfs N \ -4 ,t � a
A m = .e3.y .
%. • ....
w tlifl'''* I
SI Or
tf.4,..
j/
Is-
1A9( # •N E
Vl�, •`' 'k. N g
w
k
o l
Z N 4 I
1 a b
d ccm
H
cc
I
z 0 Q
I
Z
a cc
W w Li ci?M
••`.. Z U c.
W w
7 M IL
r6 HE n cr
Sa o CeZ ix 0
U WI
I.� Wim' N
.• Ir `* N CC
0 ,‹Z
w' d CO Q
••� � W Z I- w U i J V `�
\ �i� w =0 >Y M 2t0 3 /
,'c' U ~Z W W C7 VI O
••/•• ; s V7 W W>JJ VI W_0 Q W
IX
I
• /•• i W OCr F
p 0oz_W 4
• ,•'
cc
¢U'ao 3 a a3 0 Z
3 w o goi • • •
Cr
C t
OZ
•.�. :3' • �� WJHUU) V.. UJ
ZD _ �0 ZoU N• _/:•• �� JUjj�V)V)J Q ww Z N //1I 1 m �/ _ }n= 4F141 Q a Cn/1/�\\ • /• U 0.`' Z Z m W Z K Q: A/•I: ` S CIZ—O ri rro //,,,A
//t\
`� �W
`Lc DO a 0
b \-:,
i�/ w a w vI �, wo
i_
' m 14 I � Z - �
. QW 2a. W m2 J Z
O WQOX W WW 7 W/� �j U CO V7 U W VI U U Ii
I
►.,�1 W
'ff.
i� ~ONrM In QGI / Z
11 40'
03
Ce
I
o
=o / /fIIA
��. h
o
I
'A7• •• W /dr
a i 1
Q
•
Ce
' -IP / Ar 22 �� W
to
I[ E
.• / • �4. 0
,�.
0F 1 Q
�// �' >4%43N1334vHJ . O U Y
I
U.1 03 IX
I cn a3
'1
. wig % K r.
51
\/ M to A1.;•..% z
r 10
Ir (13
�� it
s & o :•; o r c2 5 ti
6 ccm
I
� U
L
re
I
ci
I
M
O
I
4M Z Z 0
W �a O O Z
D w -, )-
V! v o 0 CO
a La J
z \
0 U O N z Q z
I
Q Q
N N ce LA
UN \ W LI F-
Z, �M \ _
x , N _ Q I
W
(j 0
dill
0 =
00 ,__
Z , (7
Q O .....,
M o ' i - •I`j`j`j`j N a O
' . i ►I`I`I,I,I � o H
' x I;I;I;I;I W LJJ
a W
T �I N 5 N ;I,I,I,I,I a IX z �
N re a
w W (/� �..�
,, 111
I, i ,I,I,I,I,I z --_1
II 5 a �I�I�I�I�I o = J
II/III Q I
0
�� o Z W
x ` N a
ce W (D d 0
W < N A z H 0 \ U)
N O 0 N W Q
Li
U M (0 w
;4. N N a > 2 O 0 Z= a.
K
0 3 H v)
o. IN = J 0 I- 6-
rX
13
W < N j w O '-Q 3
it
QN N 0 La- v)
•
N w juju- ^ H O
= OIX O
U
M QQ o
U N L�> M
N I N O V)
`kIPI o -�, Q J _I
I
EE(.5 :
SII II oo M �a w
I`I`I` — I`I u)vi 3 N m
PM
I
_ISI z T o
kw, ",,,I,I Q v, Y w N J YII IIII/I V)W J wM
CO
**S •• I- Z w a 3
►I,I,I, I,I,I o Q w 0 1E T J w
--)N a Q
W
III
��� GI Z
(jiOZ (w!) ?iQ OU �l
W Q
I
O
z- N M 4
O I
N 'O
d
m
Li,
<-71
I
c,
I
I
R O
z Z f�
J- QW J LU O = o z z ¢ 0 1
1m Q 0 w0 J m 6 m 66 QM
1 cc
(nWU Q g ~ o D0 u � oL_
Q� HF- W(n a WJ rz ULt U �oc
g (nz z O . ZW m 0 1— 0 I-
0 ~� o � ZU m www Www
I CC� U = 0WHO W O Lu
W N
Q = Wm W 0 cn z � � C3 :_i J Z D 0
ZmJ CC < < D D < < ANO ��0 a
II OU -1Q = z Oz co v) (nom om ix w O �W I
Z = w d J O m W 0 < cK
Q - Qct- J d
Z m — I- cKr 0
� � �0 1 c = U DQU Lar � � Z
II
I- OZ F- O J (n � � 0 N W NNW O J Cl)
(/)0Zd � Q QZ J USW < cc
Y� = W (n0 0_,2 0 � H 0WF 0 Z LU
LA 0
(ii ¢- 0_ QF- ow (/)L, gU 0_ (n LLI 1- (n 11.1 1-1- N�
IW- 0 Cr d (n I z W z H - cr W 0 CI W(n O (--) IL
W I M o o
ZZ I- 0 0I F- 0 Wm NQ Wim O < WD � WDA 0 Q Q
oi- � f- (I)1= �(n W (,, m O m o z 2'
og > � ; g J= wQ = zz _ � _�� z 0 m I-
I
W JW � J QW < U � � � �� �' ?i (nZ � (nZ W Z
Zz � �� w - was111
0 - mi- Q Nm r6 d- � < 6u I- U) co I< N La. ¢i O6NLa J
LU>
Q
W W W Cr a
J Z Z — W C
coI EL
J w W
0• W w w Cl)Lu
Lu O i- O F– ~
z JO = J0 _ _
I
Ti coLi j wZ
r W
wz
OJ
i– d- (n n W
_
I .-- WZW A - 00Z
__,
— /
v)
i
_^J O (J W
U Z (n
0 re
L > - J Z
d < J CL
W
Z -c-,._-
-. w 0
J n w — cn
0D'
fx
J
ONNI Cr
1JJ
0_CC '. JL.LJ Z W �
z _
U
Z O W O W 0 Z
W 0
W - 0 w LU0
w Z _ T ,P
Lii
J L A
a. Z J N z 0 O
iLii O W CD d W W -
Z N Lu 0} 0 L W N
I
._
CL iiiW
/1 0�` _1
e �
m w 0 it8 J a N
0 = W O
__
I
0 N 3 Z co
1
w w v - ch
1— z LT_ w -
m_
W = J co _w J
O ZIT
OJO - - J LLI
wZ 3WrY
0 O �wO >_LJJ IZ z LJ_w (n - ww (n _ J 0
(n Q
V
Z - W
O_ CC
1-=
Z E e e
W __Ti0
e \ ,_._, Z 0 z e W
z ~ m b IX
w wNN) w CL
cE 2
z w zzw 11-
J I--
_J I
(n N
- N °] Q e N W
LQ LLI
• w w • w 0 W
I
CD
LLJ
a
UO O Q
I
Q < L
I- IXCr
I- H- <
Cr
CC
'-'1', 0 J ° 0 w ,, z
Li 0 co
Z L` w 0 F= O 0 Z Z :-J-
Z
(.00 z 0E Z 0 0
- O I- I Jw Z _I W - 3w w = O
~ L.LJ f-
0 0 I- O D 'tcn p � w
T Z
W — � Z O 00 (x!
Li w
-co (n o w —
— a�cn
/
rii
/
I W U_V7
in J
�p� w ^ m
J-- 4l. � � � u N0 J0 a3 I
H o w v (J)
N O w W W 2
Z W - - (/i Z za II 21 0 W Z CL
(Ni W w J — J w �*, W
} W F-
)(/)
-
W N/ L viii — p Z N N fib
ZL -J z ww a >- w a73
w 0 J • w � 0 � cn ��
p W N LA 0
Z r0
00 g /f
U I
I
I
s
I
0 zc
® . U LU z
z
I
Ce
7 D
I o ,, a m 0 W
li
03 E E O
I 9P. U C T ~
Ir — CD N O 77u.,
U O.S E O 2 w �//
r
111
Li p 2
o >
W`
U /
C .2 L .2 0 w +
‘-"0 — U 4- O O I-
U Ol- OOO'O + <
CL
2acaaLa3 +
CI
am - C LLQ
II II II u II
o 0A
I a
a> a� aim Imps' 1 P� auoi
0 c y00o�ddy % ® ainj�0da4
0
13_og
0 .a
/ a) r
I
£ snuiw ,l ,E snuiw al D 0
QO U
iitr
Q
/ Q
Y
Q 0 / m 0
cix
o
I
0 0 0) ai o . / a 3
�' c cfill a ® �i / / cl
moos m � u / / ty
I p N 0 a N a�j 0 // o
E 'EO , a) O N �!/ /� o
Q
C U N = Z
a) N
T
� o � ® 1109
O r U Q
V vV
I
'§ 8 , = N I
o v �� E� o >
C7
oop vna) o N� a o
LL) 3 y 0 D o c C N CI
M
O "' ° O O E c O� y V o
o O 0.E' ` a, E '
c a -0E (9- p a
306 pp Lmp Ec o
0001 - v to
t O O O5
o a o U a s .(S2'
T E T c O •
FI O U 0 O O 0.g o D C d Z C I I
a 5 M E 0 0 g'Q O a-p o m p I I
Y 2.g C
cii = 0 .- I
II II 0-0_0E O C 0.(21 I , I
O w.0O fnN in-.Km Co N0 I,
Z .- N M Y I I 0 O N I
�
, oo.
I I IN3�
II I a) vo W
M I II I > °- z
n 0� Q 'v it 0C
v
y 1 g a
('I ' vN
h 00a>
Z
N
Z 4 ' II ' w ISL 1
_ _ I I' I ¢ pL
O O r
I Z
O p O p I II I cc
-
� a� � 0 m
• a v a I I V
II o II 6w
,,• a _c ,9;o ' 1' ' z < Z
I I
3
3 a fI I II I o O Z
LI) I IIX
• 1 p V a
I
`a
'I
Ia �• O fI ,
oa0� a II
,- cx 00 x a) H
II t I Il I r F- L o Z
m III U, m LU
C 10. I ,, I 0 J 0 0 0 0 C
o <- 0 I I I ó Q c � ? u + G
p L N LU
a I Qo O 11, I 3 3 cEr U` O O,-= /
ON w +I I I ' otr ar aa3 Q
aa, �o Z •g I I I ppa- + LL
o Q I I, I <o o3o2
U O Z 11 II II 11 II
a) O i I I) , 33� I o �
= ' I '
w (N ' I '
a
IIS I
3i y i ' m^_ Q M °amE n9o9ogo
C- N a
V f I I C z w Z y C 1 O M N N
3 I I I u o m -
1 I t I 3 Z61) Li_~ Q _c_C L L. _c L I I r I J `�' ~ oa EEEEEEE
'_ u O I I IID rL�' ��ivMc9iN 0c
N 3Z ° I '
JO O 2 O
_ O, I OOa a
mO C � U— O I a3o 0D A N O N urrn�Err77onon
> O OO LJO pnoC `3MN O c,-h.-Z
O• 3
Si 2 a� �' /
a ° J`/Le, / Q V 0 L L L L L L L
�3 a0 EEEEEEE
I
d a 224-'gL(f3RiLI)
o
/ O
U
(Do:, C M O O .. ..
:LE,-/L c'. a0 Z 111 ow hQY vm QLil
1 i
NZ aNON1 m .0.0
LL.L.c
o . Uma ^ >3 QOUv aaaaaaa
, 3o 1- EEEEEEE
m Z to N2 d a h L0 v xr m m N
I
c /U iCD E v
a�
111
I
G
zr
0 ¢ ON
a E 3M
c o a
I a�
a)ID
CL-
tllD
U U
1\/
I Cn
CDZ
1 -4-
4 Ce
N 2
I
IC - Z Z
C
°' jj W
CL a� i� w a
o 'v z_ J W
J ___I CL I- tx0
f + ;. ^ W a Q
� ^ I I a cn r1 cn o o a
n. U)
o >. ins `°
C j f—_ /anomi Op W p N N
// N I 0
3 W
1 ZZ Z
N g 0- o J
c J
I p I
I
3 O L J til a Q W
a� a� T Q o ZoZ C�
c
a.) L_ oaa � J CD
c.) c_.) +J � V) a t~n N
IO~ 8 aNO C) 0 0 O Z 0
0 N 3 3 aQ Q
M WW O N
W W tx
_i til N < p
'N I 1 z (n
I
J J 3
(n m m N W
N M I- WN ow
N V) I? 0
I
a3
N W J 3 J
N J N W m
O N >
I CLWZIN
it r Y J W
re p Z
3r'm < m E
0 oW to a ICC
4 z z €�
0 Y 0 W
Q 2 Z W W
1
ix N Q — IX
H x 2 w 4.
I
Z C
I
J N
3M
.2'i0. lo¢w O Z M I��nn O
~ <Y 3 mw� ;U
*36 1,2 0 Ozz� Ow
W Jaz � I- oJ�
y Lim c r �`c0) WZ-1 Z w�
�`n. 0 oceow m-w J ZLIJ�� I
Vii\\i\Y\.\ p Zw>t=- ��in �j vt
\/�\\•\\' o 0 n m o- . w Y o
•e ~• . ':•' . \y�j w N ._nix.i_ ,, on
Zoo w
r .; 4
03 M Ce
Li.1 D- W
� ..,*'.:r.%/� vt�. wit o po FQo �F 3a=
`�'K ��%\/ W Z WoVl�li WOx pa >-in
n
���� //' 2 0 2wgoz M• Ow 00L�� "L
/. j 1/ o-m U 1-mJmo poi om pM
•
OZ0�\ p
V w N M 1(7 ce O 0 ciw GI
\\\ Z ¢Uwrx°N
EI L N m W W
"NIYI .9-,Z U J Q'
Z w¢Z/Z.(
wav=iwp
0 M
Zritn5tn
./4. /.i//.(//,��c/G://� C�cn
�,. •..BSG. •::....,.........1....;!:..:...s,;...
'•�•• .+%.:w:• I•,��\j �Z6r 6 3U, �"
cr
ct
CD
•
r:• � .":1.'":.-..
•
.l/t 8 }ZO
I
I--0000OC
O O W Q WU.
¢
I 8u O
.0` 1�. NI C7 LL'
Y �i 6Q: N
C-111-'1
le
I
.Z£ t 1 "- Z£ t r Sn �t/£ �((`J`��I,''j//\\�`� a L 1
P/t n 9/SLC _I L
.9t/£ �(
I
7 f c
co
o
1 r7 Z U U to
I
Li cT3 N
LT_ D NP:\''-i `I. Po 0 .44iiiip_:, --
Z
WI-
Lo p �-1 H m .B/t Q O
a3 I
CO
A Q-- j <_—__. .
k s pi- R 6- '
9/t
636
— -7.'\
CI, rE
at74
I
Z O
2
I
I
1
4Y2" O.D. ALUM. TUBE
(------- S ALLOY
6063-T6 SATIN
GROUND FINISH
I -->8",(-- 2 1 '90.
* ______,
I
CSI te•''
• 2" N.P.S.
SLIPFITTER
r
I I
S
•
' (2)- 1/2" 13 N.C.
' AV I�\ CO
I STAINLESS STEEL
A\ I THRU-BOLTS,
NUTS, AND NYLON
4 O.D. `N ■., WASHERS.
Yi i
00- -.-
063—T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8"
•� 4Y2", 0.219" WALL THICKNESS
I __ iO
I L SATIN BRUSHED FINISH
a)
an NOTES :
1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE ---f
• a
a o SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 100 MPH
E
o ISOTACH / 130 MPH GUST VELOCITY WIND. 1 A A l
q) c 2. 4043 FILLER WIRE USED FOR WELDING. V V
°' r 3 . ONLY THE BASE FLANGE WELDS ARE HEAT—TREATED.
4. BASE FLANGE SHALL ACCOMODATE 1 1" TO 12"
— v BOLT CIRCLE.
o °' 5. (4) 1"— 8 NC STEEL ANCHOR BOLTS ASTM 2"--> E— 11Y2" DIA.
o A 576, AISI GRADE 1021-1046, 50,000 f „ BOLT CIRCLE
I —
= PSI = MIN. YIELD MEAN DIA. OF ROD f,-
z I STOCK 0.908 ± .01 1", OUT OF ROUND i I I;
PcO TOLERANCE ± 0.012" ROLLED OR CUT .-
ID
THREADS PER A307, CLASS 2A, TOP 10"
0 = GALVANIZED PER ASTM A153, COMPLETE 8 - #7 REBAR AND
WITH (8) 1" 8NC GALVANIZED STEEL HEX #4 HOOP REBAR
I? NUTS & (8) 1" GALVANIZED STEEL FLAT 1'-0" CENTERS
WASHERS. 1-1Y2" 1_5),4„a HANDHOLE (4" X 6" NOMINAL)
cf)I co NON-FLUSH TYPE, COMPLETE T 1 I I 1 '1`
I
1 WITH REINFORCING FRAME ALLOY
356—T6, COVER AND S.S. i F 1 I I I
HEX HD. SCREWS - i
I- -I I
I I
I V V XL
4- ^-I
1 1Y4" Y" - 13 NC S.S. 2" SCH. 40 �___�
�OLT W/ S.S. PVC CONDUIT 4,„�
I SPLIT WASHER \
AND S.S. FLAT CLASS 5 1Y2 PORTLAND CEMENT
WASHER ( )
CONCRETE (3000 psi ). 3'x 3' SQUARE
I
SECTION THRU HANDHOLE OR 3' DIAMETER BASE.
JULY 2014
I1°'�0P ' PUBLIC LUMINAIRE POLE DWG. NO.
�� p D Way 3-39
I
LUMINAIRE BASE LOCATION DETAIL 1
FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP
,..
...i.
lam- B' SIDEWALK-+1a--6' PLANTER-4 la.SID WALK+PLANTER'4
_.„. .
1
W . •... ..
. .,
. • :. . 1
02 --' •. - ....---,...„---
B W
�B 1
<6 UNLESS SPECIFIED, BASE
w FOUNDATION CAN BE EITHER
a a m 3' DIAMETER OR 3' SQUARE.
M w L. PLAN (CONC. PAD NOT SHOWN FOR CLARITY) PLAN
0 0 1w
U
••.. TOP OF PAD TO BE
FLUSH WITH SIDEWALK
Phil
1I'l;i 1
.;I\7 ,y , r...NM.,t,.L.,t,� Le
till
ih �r lin_ I �i1I� GROUT UNDER mu
`____i N U D POLE BASE FLANGE ;.' ; I
OM MI
Niel NE
SECTION SECTION
1
LUMINAIRE BASE AND J-BOX CONCRETE PAD ENCASEMENT DETAIL
FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP 1
(STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK)
I
• : ;ti
-: W
V L W W
e • •
1
FU. •a 12 1MIN Y Y 12" MIN. _____ W Y V•
EXPANSION.4OY1 ` ! Y Y • } W W •Y
W ,. ,,--
'STREET LIGHT
'd• - .. • ••' iio ,�• Y i _.L At._ - POLE BASE a' _ y Y v-
e
• Y W W
•,♦ CONCRETE PAD e 9 Y w w CrCONFINE H PE AN DEPTH JOIN s• W W J` N
FINISH STREET LIGHT u_
�ETAIL 3-3 - ` POLE BASE V DETAIL 3-3 — _ •4 4 L• 4,*
W J• 1.,
• II.
W Y • 1�- — _ • ••
`.wy� 7 • , Y W Y 4, W 1--
'1. :
`� Q
• �P�,`�..'.; 12"AIIN. y 12';MIN. I ��P �\ W z
• V W i
4::;.
\OJ .•3..` • e y y Y - M,,, ,M 4 CO 6' MIN. BOX .4 S W W •y CO
•, Y W W Y\.J 1
p
)
• • 4 •
4' 4, 4.
APRIL 2013
a STREET LIGHT POLE BASE PLACEMENT DWG. NO. 1
,c erd Way WORKS AND CONCRETE PAD AROUND 3-39A
J-BOXES AND POLE BASES
I
I
I
I
XXXX = SERVICE CABINET LOCATION
I
X NUMBER BASED UPON A CITY DEFINED
X COORDINATE SYSTEM
X YY = THE SERVICE NUMBER, WITH
I X MOST LOCATIONS ONLY HAVING ONE
SERVICE CABINET, THUS NUMBER 1
-
RAZZ = CIRCUIT DESIGNATION NUMBER:
I Y EXAMPLE IS STREET LIGHT CIRCUIT 10
= SL10
Y
- BB = POLE NUMBER WITHIN CIRCUIT
A LEADING ZEROS SHALL BE OMITTED
IA ALL NUMBERS/LL IIERS SHALL BE TWO
Z (2) INCHES HIGH WITH TWO (2) INCH
Z VERTICAL SPACING
I
ALL NUMBERS/LETTERS SHALL BE
B I
B PAINTED BLACK ON THE POLE FACE
r
1 NEAREST THE STREET. PAINT SHALL BE 2" BLACK ALKYD GLOSS CONFORMING TO
6" 1
FEDERAL SPECIFICATION TT-E-489.
I
/
I
I
I
FEB 2011
DWGI �°° Pueuc LUMINAIRE POLE NUMBERING 3-3 No.
��Federal�� woRKs 3-39B
I
'3 z0 i
� o ( 1n Q 0I
I Li �� V) 0
w Zp _ 0 I owz ..c.:Th 00 w
OCnL�w _ ?` d- 1-U z
I I IZ _JO
- wQQ� �� y� wH- pp 0
U) 00N �� ZE ZO 0 I
(n - 1� Ow, Q \ pZ 00
= O 0
cc U I-
1 U U w
3lIVNIwm 11 1 cn p o 0
0) H- CI 1 ivy �� O
r� z ) QO J
I w .-P
A l ,l (Z< = <
w I `� cn vn I-
6
I 0Li g O 1-2 0 c' n \� I
w1- F- o W
LL1 CI
J o0_ w0cn Z Z f 'J \\ QQ w
0 w 1 Ow0 J 0 `‘ m� I- 0
I O i 1 <0 p w 0 Z
w 0 O O Z Z z
Zw � Zo0_ < 0 Z \v 0 O
Z wp I =cnQCC o 0
- CC Li_ I :i. U ;IN ..-
'''LQ
W
C3] 1 z 0 0 U- c� Q
Z 0 Ct Q
Z
� w � _ ~ w 0 z 1
I v I- W - Z OWO
w wgwQ cD ��v > f= 5
J J i U
,., . \ cloP- 0 I-LI L cio, o_ -I
cn
o00 > J> CC
Q�pop 0 w kJ-1 OUL11-11011 p� z ��/
ril
\ Z O O O (n < 0 UI_ J WQUQJ �� , caw z 0
I
1 J� � � Q
um-
(2( w�
CL~ oo � �� w LiD
wri
LLi _� o m I oz LT
Oww �mc� m � � \rik
=pQ
I m mm\ aUQ � rnm �� ~
Z ow app NO Z =
1 Q 0_J Qp -' J CC) 0
LiJ x N Li 0�� LJ
UJp0 E_. OD Z CLW ~ (J) m
Y ��pp Lii
Li EtONOw� 00 —cl v 0
� �' O -. ZmJ0U) Uj Li 0I
-1 o Li o Q I cn UJ w
-� Z � > � IX u-) 1-O J ~ 0 m 11 UY
J
m
(=J7Q0 1- 0 �D �r:>� � � �w J w 0 a3
I
xLi,
Oz o Jz = O =w Up o_< x H- J 0
O � mQ Q � I- �j-I JZ >-i 0 w w
mQ CI = w - Q]J(� mF H-0 w CO
m o cn Q? DI- w CC
w m V) II wI II
i=0 I- D 00 1- 1-- U w z �� f 0 © O
Za- ZJ U co� � ZJ 1=-w JU H Z r
O
Li La_ N
-7 I- 0 CO O 0 T w w 0 0 0 873
U � w��_ Nw blaL
Z w W( ) • >
-, � = zCCri0 A
4
l
I
I
I
SERIES CONNECTED
LOOP 1-2
COUNT DETECTOR LOOP 3
POSTED (DRAWING NOT TO SCALE)
I
SPEED(MPH) S1(FT) S2(FT) NOTES:
25 - 105 1. USE XYZ LOOP NUMBERING
I
SCHEMATIC,WHERE:
X IS THE PHASE#
30 -- 140 Y IS LANE#FROM INSIDE
Z IS LOOP#FROM STOPBAR
I35 - 185 2. USE 3'X 25'LOOP FOR BIKE
LANES
I40 115 230 3. PHASE 2 IS ALWAYS
a NORTHBOUND THRU DIRECTION
0
I
45 155 285 O a 4.ALL LOOPS SHALL BE CIRCULAR
w O
~ O
50 195 340 Q 0
w
I
w v
z
cc Q
ADVANCE LOOPS ARE NOT I-p
I
REQUIRED FOR TURNING LANES — Q
&MINOR THROUGH LANES 0 0
H F-
111
I i
I 3A re
ID
ae
Z 3B
I p
w b
ce
I
00
w
CD CD
I-
w ),
0 2A `9
I • • 28 —
0
I 1A
� 1B
I
J �
STOP LINE
REV MAR 2011
I
-` FeFfM°"de( d PUBLRKs IC SIGNAL LOOP SCHEMATIC DWG. NO.
� WO3-44
I
I
` , O METERBASE: 100 AMP, 4 JAW.AW 11I4TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSMON
I (CONTRACTOR TO VERIFY WITH SERVING UTILITY)
I
c • _ O PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS
111 WESTINGHOUSE BAB BOLT-ON BREAKERS:
1-100/2 MAIN
IPIEg 3-15/2 ILLUMINATION BRANCH
0 •
ILII •_ 1-50/1 SIGNAL BRANCH
I
1-20/1 GROUND FAULT RECEPTACLE BRANCH
1-15/1 CONTROL CKT BRANCH
NOTE ADDITIONAL BREAKERS MAY BE NECESSARY
OCONTACTOR: UGHTING RATED, 2 POLE, 120 VAC COIL, 3-REQUIRED
I
B3 _
© (' = I-i. " © � ® 4 PHOTO-CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC
I'� ' I- ) ®'E 5� GROUND FAULT RECEPTACLE, 120 VAC. DUPLEX, 20A
0 I,� : 31 CABINET: NEMA OR, PADMOUNT, 1/8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32
lEl 2 SCREENED AND GASKEIED VENTS 1
III , ® DOORS: HEAVY DUTY CONCEALED HINGES (UFT-OFF TYPE)
•2' 2'-k' a 2'44- 2',14'- BEST CXXSTAINLESSL CK STEEL
ON DILSTRIBUTION DOOR OCKABLE METER DOOR
6' POUSHED WIRE GLASS WINDOW IN METER DOOR 1
21'OR 24' I 16' I, CLOSED CELL NEOPRENE GASKET, CARD HOLDER
�� TT 4
\ iii .1
N FINISH: BARE ALUMINUM (MILL FINISH)OUTSIDE,WHITE INSIDE
lo
I VAC
UL LISTED PER STANDARD #503 1
60!7ABLE FOR MI Lv=NCI orrEatmcs EQUIP T .ME,�R /�w�PHOTO
MEETS EUSLRC/PSL SPEC. I re I
If ii
er.,LLar.
TEST
SIGNAL surra( 1
IA '
LTG GROUND
FAULT
ALL CONDUIT TO CLEAR �jRECEPTACLE
4,— TOWERBINCENTER BRACEW.OF IIIIINILj
CABINET BY 1/2' MIN.
I
80' MAX SEE NOTE 5
11/I SHIM TO PLUMB WIRING DIAGRAM
P. • !/ ANCHOR BOLTS & DATA FOR 1
SPACING TO BE SUPPLIED
PEDESTAL - HEIGHT :I I II. BY CABINET MANUFACTURER CABINET FOUNDATION NOTES
AS NECESSARY SO
AS NOT TO EXCEED I 4 HOOPS 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
80' MAX. TO TOP-
to #4 BAR EACH CORNER OTHERWISE NOTED ON THE PLANS. I
OF CABINET 1
_ 2.WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
L1 to 2 (SEE NOTE 2) TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
��� �ri"�'� TOP AND SIDEWALK ABUT.
U 13. PAD MOUNT DESIGN IS TYPICAL CONTRACTOR SHALL USE CABINET
3/8' DIAMETER PLASTIC MANUFACTURER'S TO ASSURE PROPER FIT OF CABINET ON BASE
I BASE DETAIL DRAIN HOLE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT
FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND
ANY RELEVANT SECTION VIEW.
j, 6'r 20'—1-1 6--1 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
6" AASHTO GRADE A307 HOT-DIPPED GALVANIZED 1/2" x 8' x 2'.
I
INSTALL ONE SPARE
�� 2'CONDUIT AND CAP; S.PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
OTHERS AS REQUIRED. CABINET.
26'
.4 HOOPS OTHER
I
F. #4 BAR EACH ORIENT FACE OF CABINET TOWARDS PUBLIC ROADWAY.
L CORNER
6• Su CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
T LOCATE CONDUITS SO AS I TO CLEAR BOTTOM FLANGE CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
OF CABINET. ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
2" UNDERGROUND SERVICE ENTRANCE WHEN SERVICE CABINET, SIGNAL CABINET, AND/OR
CONDUIT TO BE LOCATED IN CORNER UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT
(WITHIN 4' X 4' SPACE) TO EACH OTHER, SEE DEVELOPMENT STANDARDS 1
DETAIL DRAWING NUMBER 3-45C.
REV.NOV 2012
arvg`� . li Way NO.
WORKS STREET LIGHT SERVICE CABINET D3-45 I
I
I
I'10.751 —10.75'—I
UPS a
MOUNTS
ON SWING
I
OUT RACK ®0 UPS 85' 11I1
RECEPTACLE L
���'I/!Ii' CYLINDER �-4 85' .� CYLINDER M .
� LOCK ' I LOCK
I
��. I CO , 46• I ----- (0 y I 1 46'
.: uI
e5 BS• iiiihori
i 85iIi11X1
I
FAN –I I FAN – —
1--- L.�
f 20' 1 9..l I. 20' —1 I-g._J
FRONT VIEW RIGHT SIDE FRONT VIEW RIGHT SIDE
UPS/BBS MAIN CABINET DETAIL UPS/BBS AUXILIARY CABINET DETAIL
UPS/BBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL.
MAN AUXauxY
UPS/085 UPS/BBS p5
�INEr CABII Er
i 3...—/,_____ _. ALL CONDUIT TO CLEAR
I
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
72" g SEE NOTE 6
0i SEE NOTE 5
I
— SHIM TO PLUMB
.w
ANCHOR BOLTS & DATA FOR CABINET FOUNDATION NOTES
20" TO 26" ti �� I-H111Ij-, SPACING TO BE SUPPLIED 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
{f4 HOOPS ;III 7 BY CABINET MANUFACTURER NOTED ON THE PLANS.
#4 BAR EACH CORNER 2.WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
�i sTOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
1_ __ TOP AND SIDEWALK ABUT.
L � �nr.� 1" to 2"
�� ����� SEE NOTE 2. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF
i r2" DIAMETER CONDUIT PROVIDING CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
PATHWAYS BETWEEN UPS/BBS CABINETS. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
CONDUIT BENDS PER NEC. WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
3/8" DIAMETER PLASTIC 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
DRAIN HOLE ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT-DIPPED GALVANIZED 1/2' x 8' x 2".
IBASE DETAIL 5. PLACEE AM SILICONE CABINET.SEALTHE CABINET FOUNDATION AND THE
NTS 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE
AUXILIARY CABINET.
' OTHER NOTES
i ji VI— IB"-7 9"r- ORIENT FACE OF CABINET DOORS PER PLAN.
6. INSTALL ONE SPARE
6" Ir2" CONDUIT AND CAP; CONTRACTOR SHALL COORDINATE WITH THE POWER
I
I OTHERS AS REQUIRED. COMPANY REGARDING THE SERVICE CONNECTION.
20" fa Hoofs CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
Lp4 BAR EACHELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
CORNER PROVIDE 3–FOOT (MINIMUM) CLEARANCE ON ALL
I
SIDES OF CABINET.
WHEN SIGNAL CABINET, SERVICE CABINET AND/OR
LOCATE CONDUITS UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT
I
PER CABINET MANUFACTURERS
RECOMMENDATION TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3-45C.
JUNE 2012
ICRT PUBLIC UNINTERRUPTABLE POWER SUPPLY DWG. NO.
e 0 � l�Il cWORKS BATTERY BACKUP SYSTEM
(UPS/BBS)CABINETS 3-45A
I
Direction of travel
Marking nail
I
I
I
same side as cleat
8-Penny Duplex nails _
I
10" �.
I' 2" 'v`
I I 4" x 4" Post I
I II II
II II Finish Grade
II II
30" I� I
I
14 II 28" I
I 11 II is- —1
Il 1 Two double
11 III I
headed nails
d 1
1� II Cleat 28"x3"x2"
�l /under sign
✓ 30"
77 128" 1
2'
4" x 4" Post 'S
NOTES: Aluminum cleat attached_______-4.-
directly under sign I I
SIGN POSTS -
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR I I
OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST I
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING,
--•-I 1" 1"k—
RULE #16, PARAGRAPH 124-C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 1„
1
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO TOP OF CLEAT o o } I
5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
I
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. CLEAT —•,-
4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET. (2) 0.156" 0 NAIL HOLES
LONGER POSTS MAY BE NEEDED TO MAINTAIN 8-FEET OF VERTICAL POST �- (PUNCHED OR DRILLED)
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
I
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2-WAY PLUMB. NTS
I
CLEATS -
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED
POST REMOVAL.
I
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061-T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2-INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
I
4) POSITION CLEAT TURN-OUT AWAY-FROM AND EVEN-WITH THE BOTTOM OF THE POST.
JULY 2014
CITY OP PUBLIC SIGN POST DWG. NO. 1
Fed� era O Way WORKS 3-51
I
a.
Ro
I J
V) Z U ) Z r
x°a $ 0 3 �'
..zff6 m w
Oa LA K _ cew 0 O wo
z fV 0
I
U
ZNa ri v)4a' m OYOZ O M� r-,--
o 020 z
D�� W=Vl J =U0 a O = pd'10 W a
o3z 9?ow Ja oi-ww °- ,.z w �� i w c'
z O 37 0 �� a `� w
ow 3 �� ^ oaf n ~ viz ~ lN - o W o
I
01- W W 30 <U) o� W �� W �Qo
? a� wo o w fQ� m�izoE w
ONa
,,OW......�.� U W�0 Ww V)� O W0 wOHp 3 m
NZ � wa-Y0 aXOw.� ZQ==NU JW WUQ OOMO = W=d
DD....„ Y 0 Wam Ww 0 N>
i CL I-
2WO
zm� pQQ; z o f=z � O§ W Fzo o IQ
QZNWO z
W WD Z 1 mLLA:jN =W 0Z mr W pJ pUO�QJymz w U)
JJ 0 >-D W DU�Ja m 00
I CII,--,
aZOcnw I. JYal 1-D <0 M . 2m aUWH g� mU
Q�z w�Wao pa 0 O �_I wZ wwa v w
0Mww QamMa Z Y V4. OY =m HCY
U v'ow Wct UO
Z1Z wZmam mp Q WO 0 few
aY0 pU U p w co- om Z0Zd'z �LL ND
V) X UQ/-Or 00 m�"Z ( zN w K zwpY 0- 0.W
� � aZUo Jz WN QNY�oo oa oo z < v~i�o� aQ Wow W/�
I
QZ zK d �vl UUN>C� U • Z • �- ~ _ 7Z ( wO LAP
CL
<U n m w O O 0i Di w Z
NP aWO= D ccZWMW za OQ Wa W < W<0 X ow
0Ud QW000 <0 O_YOdm XD x0 px r1< 030Mz WO w>
w
I1-O N M d �(i tD n a0 OI •
O - Z
1 V'
a
inIa
0
.� H
Z a
I
0
(3La
In
W v
g LitV _j
0 N �
I a
( i
h y -Por h 7 12 /- `r\/
I ; \ iN
AltilH• \
1 .,' /
di
,\44.</\\A=4,„imiiii,---40.„ i:
fes' \ irsisl
1 va� 4 s s7 inom ` .s — oz \ r
• Vir ` 41111!liiiir '40
� !, 0(f)
7-1-
MX
4,
0
IT, D
A.
.3 7r
LL I
E5 la
a)
N
Li—
...
I
//1
I
=gr
I
N
441.
N
I
OF am m
L� N lal W
Cr
0- w oz crN O Z c� 3 o
-zo �_ Q w}o m
N a 3 w S Qm N Ll Y O Z w Weil ix 0 Z o O (/)
W J
Qt-0 W U 001 N U 2 0 Q W d ^ W' F., /c/
o N W U LJJ m 3
I
O3 9zc' if
o YYa 2- ..= , D Z `'' zz
= 3Wm� V U<-o I-
C) mo mN zxxv) •• �qi
QQ Q Qwm r r� i''
lal
Li
2°1-N W O w w Li �Q`J`O N pP ' m�z 0 E - d N 2
nWoW< WNclig U aU WZ 3d' We �F~O 3 O YF
I
H.J zN_33 O Ows z N• Y NO aW UWWa 0 r 06
11
0j OOu U o iLJ0 W NZ ww NIl`UN> w m4.
hi
>0�9.ICc, sNow
r a 3 NOz zN z O Z a wN''CZ O_ w O J �F mZ W w OW
m I
W W tO ? CO N z wO S Z tn W a�¢2 m N 1-6_,J
01 Z�y� (~� JCY�a JJ 0 fn0 aVIO.,St a • z NU
�? W-iW O IUd5Q O mm Wz WWaWVN3 Mg L Op
Nm0 mQm 0 o NZ x3 csi0 rr FI-2 NOwL W� o z>
z- ' z Wzmoo c"
b
EN�YD O6 000 ZL<'2�Z oO 80 /WA I
W N aciffi OW�Y 0. L.i
. ce
0 < Om(/00 ro�o,o oa O g FWNo z �o ww
UOO ZZa Zmm_ V]
]LQ0 4, J cev) UVN50 Uif/0 0 pZ, (2000 I- UN0Z I W 0� LIZ
>"
Q J QfOJ Qm dzOam z0 zz WZ ~twF0 d' W I 0Ud 4CWara Q .a c03W z L.0 m w ~
Z
O N M'1 h 10 1� Ol .-
z I/1
`/�/7
W i
a.
I
5 PI--
S uta aI
gh" } V
kJ
8 RIX
g10 0-1tIa
en
•
N / / I
r /7\\
/ \\\ .4(//711111%
\ mac"‘74 r 1411, ... \\ \ ly7
,y, , .Z LI
I
i m
'� I LiCir
��' •rte \ ./ a
/\' 44k, y1
-14(/ 114
. ,..
. --
1
iz,
4 a
11 w
18
N8
a�
rl ,
_ N g 6 $-0
n n
x
N C
. 11)
ni. b
n
a
RO
1 -, ZM
. w ".
O 06 = O =
mZ Z0< a In G
I
ao �cW��l, Zo z z
Q w
_� WJ�O t/1 N m�� ZF U < (n
L- ¢ UV1P W zw (j O (n 8 = w P
3N- Z mN0 U ZO r~ <mi mwx tti pW a OF
Zwa Z�OO ro 0,,,U) --I)- 0JOU� J~pp wCL z z w
i
Q to 1." •1(-).•• HZ 00 aSae Q�NZ >-.6.1
7 vQf
WOO LA:lQSSy(0YI6I,�- J pUWpj a Lms' (nj WZ zWW 0 J N
ONo =UQmNO U~Oa 3.v0� KO�� �Z O O
¢ Z J wi4(-5Jia a I_a wz,TQ ¢_ on z a
Zz¢ Zi z¢ `''viz o� o Ni
0 3p� L.,.v� ;3mwLJ =w1m• O(F� =e4i m CD
I 8ca3a z4'Ia11 F go waom°w3 czYixmW o�c<iw azo a w In
OOSUa O> • UW �22Jx W=UCjm NYri� w�a W $n
l��ng WmQOW2 Um K W O FnJUn m a'O��Z JpJ mg _
0. 6 U) v.) as E,LZWIN LAa• � , 00 WO w coq] OW •
•
..
wzw w,�zmm z� m PZ xz�� Q ?n ma a� O J v
m = _ �IwwaJI ZZ II��
JAZ .�Z�QQnn O- EE
. �QYYUFN om�..< wv)Eow 5.0Q, > Z aK -
4.- ppmxm0Z VU �nOZQ15 12,0 'Z• u. d'O . g 1 QZ O
I
0RWp Q=IU-US p0 ZY�O ounmWn m_01yN10 0s3 � ,O N5 (/)
I- UQQO WU NY Y 1- o Li- 00 UU Z to O- W
Z WN p OO cent' Q w p
9Z Vt
a�QQ a' [�!dIh
li
jZY� mOvO O OJs-w mUN €m2 O UY OZ_ O 20 - =O5d mW? ow 0p �uj Za r/
I
HQla11 J LEL!, -4:„`.-i6
Z VU• 8 .`".•5- --, FUOF L ZO aW w0 € - w
J ZZQQF J � - QZ Zalloopp{nm QUWQF- HW O OW
W(06 UUP f (1..4i Q� PY-;IiW YOV170U UQ&-l'E 417,0 5In 1i ,1 t%1,-.1 `p'�5 co
F W
O N n tri tri I� m rn O Nr
z gAAiAi ��
I N
a
R11111 H
' . �� �
asaasa Z
413
_ AggA
cn
_
.40
M 66
1.� ~Q 4o W
I
r�{; �rV-.N W yW� "ii:
m 2.p2 bbzipp2�77
IWray �K 2NJI$N.JI
00 0772af gg 00 00 �. zo.N•NN U
•
I
H
b�
V
: f' `1 o00
,,,•11, Vit •: °°a.0,,,!:;::1:....,... ;'.i :z:' .,`. .^ 0o
1 S • a
N O I 'al.
I
r',••••
—•-'.. 000
,LI coc
7ommmty ' 4OOC c
N jI I.I.I.T. ';'x'060 •
6VA.Sin
� 5111 r...4.'•ti00C W K�
O. mm L. ,'} 000 O
NN ♦I~IOr pa
.>0000 O.
Su,..._
LL
.A:: zpF ZpF O
*;•':.
%VYI AHI ..+'�•!2• „C;,�. 0 LdSSS30 IP
m pe
N
I
?
'NM .9 ,y', . 41i.
.fir:: g l.:.,•. pyg3
I
e,_,,.. .
-i':' ;�.i•. _ w ?t. ''•a.-_!.'i Vii,. o.�i si t9i 9i�i tai:
CCR-o,
vv�
T
o
2 =•
•
ONpNvf.�f .;.b.:::?C I r —+•,..�
1H013H 'OH CI
:.",•.:11.0":0..zI a7:3
41 1
I 1
I
a
Z
I
3
in
0 O ,- •
Z K r` mtI
W Orxin = •a L'l< 4
Z
WQ 5 -10W .kyg
r�N np O I. 8
w� w QQ 30 WO CZ Lai
>
TO1 O eW~ WO Z I
I-- WWN� �(n s aJ {~/�pW —{£ I 1 %YII . 1.81
3 mr/gZ�a p W, �W �, � �L� I
ZOJla_mN O < O� J3Z O I
LozQ W a O D N � 3 Z W
90W NOF- • d 0 �W OF WOD W 7 I
m
h
re GO
SQ Q W W X rE J 1 Ji IN
z~rn 2,- x q a lou- _. . . . • _, _=! Q
Nq NI
mW x5�g`' IF m n0 N 10 Li
xpO LimaJ Vj0 Q>Q `6 fn v)OT r
V �.I�I.I.I _ WQ~ Q Q O pd7 m 0 F W ICI
aaQV7 J CO Q- W N pVI8 I .Zl
I
r L�: Z�FOO Z 033 0? ZO Cl)L92 4- WR �a a aQo N c�c> zn v/
out �aw� oo m dz, Wok c3�3czz�� o= Q
aa2 56,. O U) a=m 28 331g. <0 m
I N
WO N r74 V) 10 r- m
Z1441 0
I .z/l 6 1 77,T l
—e.. + Q
.7 —r \=7 1
....... L ^ U
n
1 N
%' I r 6 'NIYI I co
W
1 .9 Z/L 6 w CL
I
11 1111r i
11111 jI J 401 N
I 'VIII m 'NM
�5 I-
`,` , Th/L 9r .Z/LCI I—
lilt i - , if i „(- —1 0
N 0 N IJ 1� 1
CO
_7 ZZ�� N85j _ ` g
L___,£ ffi I
oY0 el e I
fpi
k3 igg
4.2•- ss_• S.21-
I1 V z
.a ` 9 r V Y
A- ........
Cg
Ir / �\\/ . /777-A\---\=\ , 1
7ig_11101_1_/ , o1-__r— . \/� �\� - i''
1
H
: 111
14 4131I
Q
A
v4,(( 1
1
I
R O
I J i
v
0
0) m W
a� o u_i< o EE Ll
W
a In =7 r t-co []
0 QQ
wa0lQimp QVl 3�-+ m QV 00w
%UK ZZ } w LJ
0„,_
a.
(Nj3 Wa'� Z° z
EE�a ux) a 0o jp 9a} - u.,6w o 1 'xwl .f I e
w-m wWZa av) A Li - ...to w £ Lt 1'
c'ct m r p w8 E wwm 3 �rit
1°.0
J N aZ 2a _i O I 1
� Sa a `S N zo 3 ��z
111
LAI
9}oW NaQ�Q� a Eo �w oc�WIXa m n >e
p W 0 �O U� x O N w 0 V Z jZ m < 01 '
ZZ y0 12tJ 8 J
d�Q F JJ Jw x HN� a06 N � �I� n
SI ?YO) O=FZ N < �Ow mmW �Uj _ ` .... Q
W3 �aEE dWm m a3 , m ce
w \` II —
xpa QNS 1FF��F a (nom 1�8 _ u _ W
US aQ o Nz0Ef > l�i lVUJp d py, ,a„ D C)
aa1 J a Qa a ,.7._ ,... UI m
r--..-.EL-1
nd00
z3(no
Z
V/
00Paa - 2t 0 ww-- cio QT00-� En zp p53x ED
0- v0wo 35 ao' HOz aaUwd U) aim v
cii
N M 4 f 0 N U
0`
NM _
I- .b/I e l
�_3 L15 a
C�
..L.-
n
LLIN
i ,-,---------„„s,
``� o _\ 123 i_3
i i i `I 'NIW 1 cII ^
i , '9L. .1/16 w d 0_
11 II z --:— .)41'
1111 t II I
It
MIN
1—
›-
A
` - % �.Z%IwN Ng .t/1 ` 1 r-
i J •
`\ 41t,„4 ` _ 23 zx C)
- bi .8
''� J L
(f}
' _t 6
1
•L' ii
1 Qi
cry
44 (4
13±
.1.2:- 'a.- 4E:-
.s i.ar .d z
r \ �( V,
Am.
. Vb. 9, /4/4"-\\-\\\-'� la a 3
tc
R � �
/
c 765.
U{
- liligt
N JF �� �_ l)
NF M B O
I
R Z 1
0
it
Z
1
I
\ MIK- _11
J
zQ 1
Ili
1 1111
WF'
2Tr
z
gm 1
LL w
Z M
1
IN ‘,,P f* e/
W CO UJ
X CI
h
1 1lil
Z us
a
s z, Q I R =
•lt .1, aW
01 I
1Ca Q7 .'/1 r 1 :,„ zz,..01 ._.0,,_ m
W C1
W
_j u u �a M
co 0
La
I
ZM U `
— _�{ - xq f l X� o=�
L
5f - •'yZO
r0' nf\ L. W =
&2o 0 o m ce
azz o =0 IyQI
r--1nr—i41 oVVQ aY U W
O N
I
01 .gi — _ W 1
� Wg
Gia vii 6
Z N r'7 E�
I LL
V ,
I
I
0
N O
I
.2 Z s-i
Q v
CI
I J
W
0
r U
Iwo,
(U M
N 0
Ls- =O ZCO
i W IW 0 o
J a
a n‘S 3
J_
L.3'
aW CeW
Z Y Z ,
et 0 �N o O
C.)
I 0 J J
i22ym N co LL
FCS 00 a c6a Q
W 0 W a O W O
7 7 N N n
N ri 4 V
Z 6s Q
xa
a2 I-x
I �
I .Z/t .Y/f a
E 0
I .91.8L/F1 .9l 6 .L .Y I re
Cl
I l/6 a r 1 , oht /
i :!, J0000000 � ��� �0 , � Ili .
Cn
-
!` 0A0A0000f 01 nN \� I^ '"� ��1 000000 �� � I
t. —►40bbaaaI — 41/4,! �Xt.a. \ n1 N ^Y YYY0 ,_ I \\\\ q
00 0 01 •Wtr/
I
yl�
I V b zl I z^ !
000 TI �"
ks'
UN
m
ii_ JY
J � qi b - _ C =o
"L r1 r-t `�
' 1
.1.7r 1-:.] —I
.9/J
I
.z/t z
.Y/4 Ll
a
lo
I 1
I
I
__
erG
01 ci
J 2 CO
I
14t
a I
WI LZ Z
I 0
.9
.sz ® U 0 I
f l L .Z 1 1 1 ,1,/C \ U
N
to
w
U e OZZCC
H Z
I II \ \NICi U O
IIIIIIIIIIIIIIII
6 /1 �M OO
n .6 W
U
44 m
0 0 M J O LU
2
I
N g g 0 Cal
C U 0
U O W
O m
N it LL.
Q O I I—
I c0i F W
Z tY = J
. zz ',+L o o Z
I
Z
m a a
Z,/ '- 11,��I r m 6o gym/
o CC CC oCC
3 I w /)
U J �/
.9 ( m N a m T
,i f CZ H.t C Z N M a V
,fa
.Z I SZ
0
Ce
_ ,
2.1s
N
I
.oc7x
a 1 1
\\.
2----,-
.4n ox
zmi
1.1_ U:17 N
.9118 lI
Nr--nlii n m . 11 Q
_ N
Z
41 ZI C N O
N
tl N U Y
J ce
8 9 a3
i
=__�
I
z0
3v
0
1
�\\\\\\\� W
I 211W10 2P 33Vdans 1 ~
Btlno '3NO3 AVMaVON
YNN..
I 1 Cilj
0 p-
II
Q J
J
z 1,:::..,7:12.
Q
i
A u jitg ....Z
I ►IIINi v Z V
11111_ =- -
1/1N�•
I
illi
g 1/1111111�:}�I�IO V
Mt m1�1m'
►1111, �� :. :•>� C) I-
11111. I�I�
►11//1111 .�1�.�■ d B I w
I IIHN=!��I�'
1111111111 ,:' I..:..,,,,:,�I=10 ' >
11/11 'x" 0
1111N ��� V �
I 111111111.4h ra CEIECIPPROBIKI om
re
i
m
= Q O
Q
I 1 s 0
U
' 1 N
g U N
V re J
OD — % r jO
I
t.' UU
H° 3
W . = V
r
O z
W /C
V
I
I
0 a 0I
LI W 3 �
Zw _oZ Q QQSL a
L, h o O a d rc o Q Q
N N I
< Z W z a
Z
W mW z m� < Wpa /
W 00= CC 0m J lip Cl)V/
W 0 0 N J O O O-
0 L Q
ZWZ} OJ WOQ U ,W w LI
Q p}d}am 0 U)1- f:C U) 0&
>Q ~Qo_1 N o6 3f0 0
00 V)IL -O JO mU 0-
co
�a ow 3J z0 S ) m _10 3a Q
LL ZLJ�F N Q I
-I WUJJ0 (NvO f0 oa ?u5 rO NO
re
N f)
o
N M U) coV
N J CCI 1
Z
C♦ p
O
Z a
�
I
�o
.r/c u I .e/c i (L
Cl)
.9L/l
Alif .:,,,,_
ce
.__I 0
I1 LL
L_ L I '
oIIIIII-
11.
0 1
CI
�I�l W
1
OUTFALL TO I MM. Ir- N Z I >
n
IIIIIIIIIIIp - -L \ N d
�� x 1
0 0
o
��I�IC � �N I
us 111111111111 =NM �� 7.3 Ne
m Ne
111111111111111 ,0
� FOUNDRY NAME I \
'_, 111
1
r
K I
vq 1
I
I
I z %-
'I
wt
I z
>4o
8
0 w0
H V F m U
OW-,--1§6E
rF
a {�{�a?�o3
I
aZNW_O00 /��//
Z �aOCa j
m~ �O.aZWmZ j Y�y
_ F3cn030o
` O -2 NOD-F-F--r~ Q
���`��� W W o )oaZm�LJ< CI-Z<MCSLL9.1.3 933/1 '4%
2
aq"5�j _-J1ae
o omm«Za o 3 1;;k Z
I Z N Mrt O ` W
'` Z w
0 r Q
' z Ld
I-
I--
a
o Ld
s Q z
z
H
I
J
' LU
U 0
I Z
0 W
O W
J 0 I—
U
z Q
z Q
co 2
I 0
0
'(E(` lb .it-ii
jb
Lo
)c
..21,1' 0+ tea..4 1161S * 41!
4► f �+ ", Lo
-
0. 1 . o Qb
o. W .ba in J
eA
rite0° g
OSP`
e+
CI° g D14P` J o
I
._
I
2
i
N
I bo
i 1
g
. /
I
ZN
r
O I
M J M W
i W0 a >
a qa o III
.e/c' o \ U
Z, LO
a/t _- J 3,
N2 cz0 i
N 9L/f a Z 0 w • m
p o
1, .BIS 'iIi
N 1 I_ a -N j 1 N J
1— w �3? tea
pM
\ p
\ p ua U a
Y as ix
I
\ .n L, UZ
^ �5n u) w oa Z
tntn a s oa Y
_,WN J 3Z '+
WWw w J WO V
6i J
N M < Q
O
2
_ _Z
U
0 Z N
7 Y�
B. ,,, .8/L / r
o i
�Z a-�
_ I E,
N
_ -41,-1.
I
"1""ftwil1/4 O \ f
vI
\
ce
u4 a
tat.1.1 04 I
V-
... _J 1I
.9/L z 0 V Y
J
m�a.O
f'0': .. a/s o_3
\
Z iL .-
i
ao
O Y
HN (1)
a7:, i
N
a
/ I
I
I
a
0
I NO
zM
C7 '
G
I s
o
D0
I
–.5-.Ad En
M N
.9/c N 0 i.vi
r
5
s2
v .4/l v V
I
210 J CO Z
\► r`°
.e/s \ n
C \ zo Q co^ ;
o wo
N o o _<• 0
1 ^Lt J0
�\ m U Q N 0
H
I r \i NzQ
\` aW Y
} _ W _Tim V
\\\ N a O
o
1 Li
N
Z O
Z
ID0
Ce
IX
I
N < LL
0
W
F LU
I 2 II
W N \
1
—
N
I
hi
l')
— I _ n v nlo
` Q
—}— o
N N N o
iI ,:i It:
\ J
' \� IR a 3
I \\�•.7.� 1
II \`
I
I 4.
_ _ ] _ ti
CU
I
.9 873
€a
V
I
I
a
R Zr,
o I
t r mil ,
- 11161110N,
ir I_
Iliall ,
o
w
m N
1
.44)411 \liZ
1
Q
J
i
1
1
1
__ Ti - _ -,
I
t* -4-44i
1
❑ IL O
1
1 . 1
_. . _ 1 .
❑ ❑
mrt
/ i a3
I
1 t r
tIt
.4 I I I igg ,
J
0
I
v
6 L a,_..)
v I
1
I
I
PROVIDE 1" COVER MIN. (TYP.)
7-
Il
I U • •
12"
1 1 • • #5 HOOP BARS (TYP.)
L
1 •
Ii' ''4111L. --. #5 HOOP BARS (TYP.)
• •
I 4"
#4 HOOP BARS (TYP.)
1
36"
I
I
I
I
a
40" 24" 1-
im
I
I
f
I8" l TYP
, I
I
APRIL 2015
I
""'�" PUBLIC CONVERSION RISER DWG. NO.
C� �way WORKS (CONVERTS RECTANGULAR LID TO ROUND LID) 4-18
I
I
I
1
1
I
1
I
I
I
I
1
I
1
1
I
I
1
I
1
I
I
I
I
i
APPENDIX C: Prevailing Wages & Benefit Code Key
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I State of Washington
Department of Labor& Industries
Prevailing Wage Section-Telephone 360-902-5335
I
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.On public works
I
projects,worker's wage and benefit rates must add to not less than this total.A brief description of overtime calculation
requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:01/10/2019
Trade Job Classification Wage Holiday '
County ,Overtime Note
iKing Asbestos Abatement Workers Journey Level $46.57 111
King Boilermakers Journey Level $66.54 5N
King Brick Mason Journey Level $57.32 56 = im
King Brick Mason Pointer-Caulker-Cleaner $57.32 m .i
._ _ i _ __ I
IKing Building Service Empl,Qy Janitor $24.63 55_._ '
I ( itt --
King Building Service Employ= Traveling Waxer/Shampooer $25.08 ZE
SKing Building Service EmRlsy Window Cleaner(Non-scaffold) 528.13 55 , 2E - i
IKing Building Service Employees Window Cleaner(Scaffold) $29.03 ZE
1 IKing Cabinet Makers(In Shop) Journey Level $22.74 1
King Carpenters Acoustical Worker $60.04 5.11IC
!King Carpenters Bridge,Dock And Wharf Carpenters $60.04 5Q lE
'King Y penterg Carpenter $60.04 50 g
IIKing Carpenters Carpenters on Stationary Tools $60.17 Q g
IKing �rpenters Creosoted Material $60.14 52 g
',King Carpenters Floor Finisher $60.04 5Q 'IC
i _. .- _.
#,King YCan�enters Floor Layer $60.04 IR ��
King Clpenters Scaffold Erector $60.04 @Q t g '
{King Cement Masons Journey Level $60.07 ZA__ ... _ lu -- _-.--�_
King Divers a Tenders, Bell/Vehicle or Submersible Operator(Not $113.60', 512 AC
i Under Pressure) _
-
-_ - ,.. i. _r ._
!King Divers a Tenders Dive Supervisor/Master $76.33 �Q 9L
King Divers Et Tenders Diver $113.60 $Q_ 4 g BY4�
;King Divers E3 Tenders Diver On Standby $71.33; 52 g ':
_j
I I KingDivers a Tenders Diver Tender $64.71 52
g
Kmg Divers Et Tenders Manifold Operator $64.71 i-. g )
;King Divers a Tenders Manifold Operator Mixed Gas $69.714. 5J? a. g rt 4.
'King Divers a Tenders Remote Operated Vehicle Operator/Technician $64.71; 2Q I
1Vehicle _ --
;King Divers a Tenders Remote Operated Tender $60.29 IC
!King Dredge Workers Assistant Engineer $56.44 Q ± --�
King Drzlge Workers Assistant Mate(Deckhand) $56.00 511 !----ZE
King 'Dredge Workers Boatmen $56.44 3E
I fixing rp�ge Workers Engineer Welder $57.51 �Q 3E
IKing Dr a Workers Leverman,Hydraulic $58.67Q _ _ !
IKing 12cadgeit&Isera Mates $56.44 511 2EI King Dredge Workers Oiler $56.00 @Q _' 3E _ _+ i
-
111
#King plywall Applicator _ __ -__ !Journey Level 5�
IKing drywall Tater Journey Level $59.32 E i
#King Electrical Fixture Maintenance Workers Journey Level $28.99 1E I
__
King Electricians Inside Cable Splicer
$77-51 j� _
Kms Electricians Inside Cable Splicer(tunnel) $8284 ZC g
'King
^Electricians-Inside Certified Welder $74.90 ZC ; 9E
;King Electricians-Inside Certified Welder(tunnel) $80.37 ZC g
I IKing Electricians Inside Construction Stock Person . $39.69 7,#C
I King Electricians Inside Journey Level $72.30 ZC ___- _- -----_-..--I
IKing Electricians Inside Journey Level(tunnel) $77.51 ZC 1 9E I
I King Electricians Motor shop Journey Level $45.08 ! ifl -, - 3
King Electricians PowerUne Construction Cable Splicer $79.43 , IR
1
, _---- -------
.
.
1
;I-King .glectricians-Powertine Construction Certified Line Welder $69.75
•
iKing Electricians-Powerline Construction Groundperson $46.28 5A
IKing „ Electricians-Powerline Constrtiction Heavy Line Equipment Operator $69.75
King Electricians-Powerline Construction ;Journey Level Lineperson - $69.75
King Electricians-Powertine Construction !Line Equipment Operator !!' $59.01 iA"-- :----412!---r ------1
King Electricians-Powertibe Construction :Meter installer $46.28 5g I 412 ! 'Ay I
,
King _!!! :yjectricians-PowerlineConstruction IPoki Spriner .. - _„ ,,. _ _$69-75
ciP
King Electrians- - cnrrline C-onstruction
_ ___ PowderpeiSon-
King !Electronic Technidans journey Level $52.2O'
' 54 -:-
8.06 ZE ! lE -I-
,
591.24, ZR ' AA
, -1-
1King ;Elevator Constructors Mechanic In Charge $98.51 ZR = gg =
'---- Fabricated Precast Concrete Products _ ;All Classifications-In-Factory Work Only $17.72
liting ! _ Fence:Erectors Fence Erector-[ $41.45; M ; D
Fence laborer 1- ,King FenceErector „
$4145, M 4 31 i •
i
King Magri eurney Level $41.45 M , 31 _ 1
K
;Glaziers 'iJourney
rsnsestos Workers !Journeyman $63.064_ D 1 ix
_King
1 $73.58:
King iligatng_Equipment Mechanics Journey Level
-I- 1 $Kizi ZE _,!! IC
1King ;BpsIEgaigraitgaggIgggers iJourney Level : $50 L
.42, M I 31 1;
tieing :industrial Power Vacuum Cleaner ;Journey Level ' $12.00' 1 1 T
±- I
inland Boatmen _ Boat Operator ' $61.41 51 ; 2
- - ;
'King In-land:Bo. atmen Cook $56-48
King inland BoatMen I Deckhand 557.48,:____51 .„! 2 _ !
_..,
_ „________________
King _inland Boatmen _ _ - 'Deckhand Engineer $58.81 3/1 . ix ! I
!King ,Inland Boa--been
ng-_edd_g- ewer&Water_,I_launc
h Operator $58.8_9iKing ilandBoatmeMate , $57.31(ing -
Cleaner Operator,Foamer Operator $31.49; 1
'11 I
1 'Sysnsmsly Remote Control
. 1,
King dspeckanglanningaeallng Of Sewer&Water Grout Truck Operator $12.00 1
1 vgems.NRemoteciang
T.- -4--
King inspection/Cleaning/lading Of Sewer&Water :Head Operator $24.91 , 1 r
i I
:5_yggins4y_11enzitsfailiza .,.
' ---
King lamcganffianningtiedig Of Sewer&Water Technician $19.33 1
5y.5teinslyllamste.E.cargl !
----• _ - _ i
!King :Inspection/Cleaningdedjag Of Sewer&Water 1Tv Truck Operator , $20.45 1
I5YILIMLikilamataldstrd
!King 1i4miationAguktratats ,i4ourney Level
11 $60.04 511 K !
.
. 4- -I
i King 'Ironworkers -T-Journeyman $69.28 DI, IQ
!King Laborers Air,Gas Or Electric Vibrating Screed $48.90 Za X
-I
IKing 'Laborers 'Airtrac Drill Operator . $50.42 M 1 X ! I
;King __,Laborers !Ballast Regular Machine : $48-90;
- 4
• Eking- Laborers Batch Weighman ' $41A6 Zg ! 2
=-= ; =
!King :Laborers Brick Payers - I$48-90 Zit i •31 '
_
" _
i $48.90 ja i X ;
IKing Laborers; TBrush Cutter
- ,--
I $48.907 jA
Kim; ijaborers !Brush Hog Feeder
-
-
IKing :Laborers !Burner $48.90. za 3/ --14King -
--
-
.
41Caisson Waiter $50.4i Ig
i•-- ;- - --1-- --t-
---i
King Laborers • !Carpenter Tender $4890:
_ =-• -;--- ;
,
IKinil :Labium Caulker 548.90' Zg 31 '
I- •
Liting LAIN= Cement Dumper-paving $49.81 M ' 1
.King- 'Laborers ;Cement Finisher Tender $48-90' ZA = 31
, _
King __ ,ILaborers _ _ Change House Or Dry Shack $48.90' M , 1
•_ King_ :,Laborers !Chipping Gun(under 30 Lbs.) $48.90' ZA 31
. II
King Laborers Chipiting Gun(30 Lbs.And Over) , $49.81 IA ; 31
II
..._ _ .
King Laborers _ ! :Choker Setter $48.90 M ; 31
I- -4-
_itaborers!! ! _LChuck Tender $48-90 ZA 31 I
=
-,
; I 1
icing .laborers Clary Power Spreader $449.81 M D
,
King -I-- -
Laborers
!Clean-up Laborer $48.90 ZA • 3.1
,
t
$49.81 M : s
King Laborers !Concrete Dumper/chute Operator
. ,
Ring 'Laborers Concrete Form Stripper $48.90 ZA • 31
King •Loboreq =Concrete Placement Crew $49.81 M X ; I
.,„
!
King :Laborers :Concrete Saw Operator/core Driller $49.81 a 2 ;
,
--i
j-
King Laborers rusher Feeder $41.45 ZA • 31
- -7- ;
,
I
[King Laborers Curing Laborer $48.90 ZA
I ;King Laborers Demolition:Wrecking Et Moving(incl.Charred $48.90 M 3.1 , 1
I Material)
;King Laborers Ditch Digger $48.90 ZA 3.1
_ -I
King Laborers Diver $50.42 ZA 3.1
I
r ,
[King
'
I- Laborers
Laborers Drill Operator(hydrauUc,diamond) $49.81 Z9 31
King
DryStack Walls $48.90 M 3.1
;King Laborers Dump Person $48.90 ZA 31
- i
I-King Laborers EpoxyTechnician $48.90 LA 31 :
[King Laborers
!King Laborers
I Erosion Control Worker
Faller Et Bucker Chain Saw , $48.90 ZA 3.1 '
$49.81 ZA J 3.1 , I
I- - ---,--- ---
Kin Laborers Fine Graders $48.90 ZA ; 31
-- . -- ----1
I [King Laborers Firewatch $41.45 M 3.1
-
King Laborers Form Setter $48.90 IA ' 31 ,
1-King Laborers Gabian Basket Builders $48.90 M ' 31
_ ...f.
King Laborers General Laborer $48.90 ZA 31
[
I King laborers Grade Checker Et Transit Person ' $50.42 ZA , 31
King Laborers Grinders , $48.90 LA 31
FKing Laborers Grout Machine Tender $48.90 ZA 31
King Laborers Groutmen(pressure)including Post Tension $49.81 ZA 31
,
I ' Beams
i '
-t-
King Laborers Guardrail Erector , 548.90 ZA 1 2
'- ---' - -
iKing Laborers Hazardous Waste Worker(level A) , $50.42 ZA ' 31 _ ___iI
!King Laborers Hazardous Waste Worker(level B) $49.81 là L 3,L_
I r.. .
King
L.._
"'King Laborers
-
Laborers Hazardous Waste Worker(level C)
High Scaler $48.90 ZA T' 31
$50.42 m
,King Laborers Jackhammer $49.81 ZA 3j. ,
I King
, Laborers
Laborers Laserbeam Operator
Maintenance Person $49.81 là 31
King
$48.90 M 2
"King Laborers Manhole Builder-mudman $49.81 ZA 31 i
31 1
---
King Laborers Material Yard Person $48.90 ZA 1.
I2King Laborers
,..
;
Laborers Motorman-dinky Locomotive
ZA
$49.81 '
King
Nozzl eman(concrete Pump,Green Cutter $49.81 a 31
When Using Combination Of High Pressure Air Et
1 Water On Concrete Et Rock,Sandblast,Gunite,
I
King
Shotcrete,Water Bla
Laborers
Pavement Breaker . , I
$49.81 là 31 1,__ _ I
:King Laborers Pilot Car $41.45 M 3.1
King Laborers Pipe Layer Lead $50.42LA 31 1
i-
I iKing Laborers Pipe Layer/tailor $449.81 M _i_ 31 _ _ '
- _
I-King Laborers Pipe Pot Tender $49.81 ZA : 31
_ ... _ _______
_
-King Laborers Pipe Reiner $49.81 ZA , 31
King -
I Laborers
1King
iKing Laborers
Laborers Pipe Wrapper
Pot Tender
Powderman $49.81 LA 4 1
$48.90 ZA 31,.,._
r- -r
$50.42 ZA 2 •
.King 'Laborers Powdermans Helper $48.90 ZA 31
--1, -- -.--- ---
I King; Laborers Power Jacks $49.81 m L 3.1
King Laborers Railroad Spike Puller-Power
.-- .
$49.81 ZA
;King Laborers Raker-Asphalt Asphalt $50.42 LA 1
?._
[King Laborers Rigger/signal Person Re-timberman $50.42 IA 31 1 _
King Laborers
I tKing Laborers
' _
Remote Equipment Operator
$49.81 ZA 31
$49.81 ZA 31 -
King 'Laborers Rip Rap Person $48.90 M 31
i,King Laborers Rivet Buster $49.81 M 31
I 'King
'King Laborers
' Rodder
Scaffold Erector $48.90$49.81 MTh : 3131
Laborers4- -----4:
1101g Laborers Scale Person $48.90 M 31
t ' ,
I 1 King Laborers
[King Laborers Sloper(over 20)
Slop&Sprayer $49 81 ZA 31
r --,
$48.90 M , 31 j
iKing Laborers Spreader(concrete) $49.81 ZA ' 31
King Laborers Stake Hopper [ $48.90 M IL
I King Laborers
1ing Laborers
Stock Piler ' $48.90i
, a "- -
K - ---
,
Tamper Et Similar Electric,Air Et Gas Operated $49.81 ZA 31 ''------1
I
I
I
Tools
---1
t.
King Laborers Tamper'Tamper(multiple E Self-propelled) , $49.1)1 ZA ; jj
. .t_ 4---
iKing 'Laborers Timber Person-Sewer(logger,Shorer a ' $49.81 ZA jj
;Cribber)
i .
t - -I- ,
/KiKing 'Labs= Toolroom Person(at Jobsite) .4.'., $48.901 ZA ; 31
ing Laborers Topper
,
King Laborers ;Track Laborer r $48.90; a at 1
. _
King 'LAW= ;Track Liner(power) ; $49.81, Z9 21.
1.-
;r-
pang l&112OreEs iraffic Control Laborer $44.33L IA
1
---r-King :Labor= Traffic Control Supervisor $44.33IA -4 il
NI 1 I
King 1,4koren
Truck Spotter . $48.90 Za ; 31
, i
1KIng ,Law=
!Tugger Operator $49.81 Za ' 31
King Lakaters Tunnel Work-Compressed Air Worker 0-30 psi 1 $107.60 Z9 , IL
King laborers Tunnel Work-Compressed Air Worker 30.01- ; $112.63 Z9 i 31
144.00 psi
-1 1 , _...,...
r ---
King 161203= :Tunnel Work-Compressed Air Worker 44.01- , $116.31 ZA at , scl ii
• 1
[ 54.00 psi
' I
....
. ---, - -,, -
King !Labarect !Tunnel Work-Compressed Air Worker 54.01- } $122.01 a -t
31 1 IQ 111
;60.00 psi ;
.
---4-
King ;LANE=
ZA
: _ 4
;Tunnel Work-Compressed Air Worker 60.01- , $124.13, !
King Laborers2 laa
Tunnel. psi
.,. ;
--4- -4 Work-Compressed Air Worker 64.01- $129.23 ZA ; jj
68.00 psi
1ting Laborers Tunnel
4, $131.13 Z -, 317000ps
King
Et
;LAM= Tunnel Work-Compressed Air Worker 70.01- ' $133.13 ZA 11
72.00 psi
rang iLaborers :Tunnel Work-Compressed Air Worker 72.01- $135.13 LA 31
1
i74.00 psi
!Kingi
la= 'Tunnel Woric-Guage and Lde
ock Tenr $50.52 a 31 I AQ
,_. -I--
, ; -i---
King Laborers Tunnel Work-Miner ; $50.52 a 31 ; AQ
- . ± -
LION 'Labs=
v -- :Vibrator
$49.81 ZA ; 31
King ,Laborers Vinyl Seamen $48.90; ZA
----,
,King .laborers 'Watchman $37.67' 7A ,, 31
.....
..--t -
[King LLobor.Ars Welder ,
--1,--
$49.81 ZA al ,
11liana ,LAhOrer.1 ;Well Point Laborer $49.81 ZA [ 31
01111 _Atiktrecs !Window Washer/cleaner $37.67
-t-
- gkin
1. IaboDELJAacktrato liGellerai Laborer&Tolman $48.90 Za , jj
-;,' -;,--
i_King _ ;Laborers-Underground Sewer Ft Water ;Pipe Layer $49.81 a jj
. ; -
King ;LOOSISQii11214fistostoo Landscape Laborer $37.67' ZA 4 31
,
King_______,Landscape4Construction_ _ _ __ ;;Landscape Operator
King
Lathers
7Journey Level $59.49 a
F
i $58.48; 52
, -r-
,
King Marble Setters Journey Level $57.32
--,
King Metal Fabrication(11.5()sm) Fitter $15.86 1
--,
King Metal Fabrication(lailloo). i Laborer i $12.00 1 .
,
iKing LMeialFabricitiOn(In Shoo) .; iMachine Operator $13.04 ; 1 I I
1 -- ---- -
1,King *eta-1 Fab. rcationr(1112)21). ' Painter; $12.00'
n(In S 1
---
ling ;Metal Fabricatiohoo) ;Welder
$15.48; , 1
t- 1
!King - Millwright ___[Jou rney Level $61. 4; AQ
I King „Modular Buildings __ ;Cabinet Assembly $12.00, ; 1
___ ;
____
King _ _hitlihflarlidlajon 'Electrician ' $12.00,
'
, 1
--,- 1- 1
King Modular Buildings ;Equipment Maintenance $12.001 ; 1 ' II
-t-- ].
King_ Modular Buildings Plumber . $12.00
,
Modular Buildings Production Worker ' $12.00 } 1 ;
---1-- -
King1;Modular Buildings 'Tool Maintenance $12.00 ; ,
- -+
King Mocilar Buildings Utility Person ' $12.00 1
---i 11
. 4
1
;MOtlulaciluildiogs :Welder $12.00
- ,
King ;PAintets :Journey Level $42.50 AZ 2A 1
King ;Pile Driver Crew Tender ' $54.99
11
....t....
Ilang Pile Driver t,Hyperbaric Worker-Compressed Air Worker 0- $74.87 50 K !
1
30.00 PSI
1
,
--;
[King ;Pile Driver 'Hyperbaric Worker-Compressed Air Worker $79.87 AQ K ;
30.01-44.00 PSI
1--King -114leDriVer
Hyperbaric Worker-Compressed Air Worker $83.87 22 K !
-; ,44.01-54.00 PSI i
, - --I
I
1
I
King Pile Driver Hyperbaric Worker-Compressed Air Worker $88.87 ,5Q IL j
54.01-60.00 PSI
I
_r W __.
King Pile Driver Hyperbaric Worker-Compressed Air Worker $91.37 512 r 4C
60.01 -64.00 PSI J
;King Pile Driver Hyperbaric Worker-Compressed Air Worker $96.37 50 AQ I
64.01-68.00 PSI 4
._ - - - _
King .Pile Driver Hyperbaric Worker-Compressed Air Worker $98.37 52 9C
I
68.01-70.00 PSI 1
;King Pile Driver ;Hyperbaric Worker-Compressed Air Worker $100.37 §Q $.
70.01 -72.00 PSI '
King Pile Driver Hyperbaric Worker-Compressed Air Worker $102.37 22 j I '
72.01 -74.00 PSI
;King Pile Driver ;Journey Level $60.29 EZ i IL_..__ '
King ,Plasterers
Journey Level $56.54 IQ -.
I -
King P�yground Et Equipment Installers Journey Level $12.00 1
King Plumbers&Pt flit Journey Level 69___ __
'King Power Equttpment.Q r rAsphalt Plant Operators $60.49 -._ZA _;___ x _.-_.1
King Power Equipment Opraturs _ Assistant Engineer 556.90 ZA t X I $P
+King Power EgS ipme t Operators Barrier Machine(zipper) $59.96 ZA ; IC_ - .-- 1
;King -Power Equim n _._ r ° Batch Plant Operator,Concrete $59.96 LA 4 _ le __.
!King ;Power Equipment Operators Bobcat $56.90 L X AP
I King
!King Power Equipment rators
Power E°uipment Operators Brokk-Remote Demolition Equipment $56.90 ZA v �
Brooms $56.90 IA X $P
i
Kin Power Equiment 0 r Bum Cutter $59.96 LA - X _i. $e T-i
;King Power Equipment Operators Cableways ...._._$60 49 .__.__ 4P
I King Power Eoe_ipment Orr Qtr Chipper $59.96 I� --__+ -----
King Power Eg�pment Operators Compressor $56.90 7M ` X , $P
King Por E
wequipment Operators Concrete Pump:Truck Mount With Boom $60.49 ZA X $P
Attachment Over 42 M
{King Power Equipment O tr gig Concrete Finish Machine-laser Screed $56.90 ZA X $e -
King Power Equipment Operators Concrete Pump-Mounted Or Trailer High $59.49 ZA ,X $P S
Pressure Line Pump,Pump High Pressure.
King Power Equi m n Aerators Concrete Pump:Truck Mount With Boom $59.96 ZA
I
Attachment Up To 42m - i-_._`--_'
?King P r uipment Operators Conveyors $59.49 ZA x $e
King Power Eq ipmeent Operators Cranes Friction:200 tons and over $62.33 ZA X ft
King Power Equipment O Cranes:20 Tons Through 44 Tons With $59.96 LA ' X $P
I Attachments
ti King Power Ep�ipment Oil cars Cranes:100 Tons Through 199 Tons,Or 150'Of ! $61.10 Z X $P i
Boom(Including Jib With Attachments)
;King Power Equipment Operators Cranes:200 tons-299 tons,or 250'of boom $61.72 ZA X $P i
including jib with attachments
King Power Equipment Ooeratgm Cranes:300 tons and over or 300'of boom $62.33 ZA X $e
including jib with attachments 1
I ',King Power Eq ipmen operators Cranes:45 Tons Through 99 Tons,Under 150' $60.49 ZA
Of Boom(including Jib With Attachments)
1.
King Power Equipment Operators Cranes:A-frame-10 Tons And Under $56.90 ZA X AP
King Power Equipment Operators Cranes:Friction cranes through 199 tons $61.72 The '; X 12
g ir I--
1 King
'King Power E°0_ipment Operators Cranes:Through 19 Tons With Attachments A- $59.49 ]A X $P
I frame Over 10 Tons
King Power Equipment Operators Crusher $59.96, LA 1 X $P--
King Power Equipment 0 Deck Engineer/deck Winches(power) $59.96ZA X ; $e i
I King Power Equipment Operators Derricks,On Building Work $60 49$ ZA $P
King P r ujpmenOpe
t rators Dozers D 9&Under $59.49_, ZA __i_X 1 AP_
;King Power Equipment rators Drill Oilers:Auger Type,Truck Or Crane Mount $59.49 ZA 1_,_. I _,_m }
;King Power Equipm apperators Drilling Machine $61.10• IA I $P_- ;
-r -- a . . .-_
I liking Power Equipment Operators Elevator And Man lift:Permanent And Shaft $56.90 ZA 1 $e
T
tKing Power Equipment Owe= Finishing Machine,Bidwell And Gamaco B $59.96; ZA X ' $P
iSimilar Equipment r -. --
King Power Equipment Operators Forklift 3000 Lbs And Over With Attachments $59.49 ZA X__.' I
,King Power Equipment_Qp rators Forklifts:Under 3000 Lbs.With Attachments 556.90 IA ; _.__...
King Power Equipment Operators Grade Engineer:Using Blue Prints,Cut Sheets, $59.96 ZA ' I AP
Etc
;King Power ESi nment 0 r r Gradechecker/stakeman
$56.90 ZA _�_IC ! AP
1
King yPower Equipment 0perat°rs Guardrail Punch _ $59.% -- -- ___j.__
1•
!King Power Equipment„Qoerators Hard Tail End Dump Articulating Off-Road $60.49 a ; ic le 1 i
1
Equipment 45 Yards.&Over
ii
ilang Power Equipment Hard Tail End Dump Articulating Off-road $59.96 Zei , x
V
Equipment Under 45 Yards
King ,ftmericsiaimentAxemws ,Horizontal/dfrectional Drill Locator $5949 za x
Ae,
!King 22610.908103ABLitimpton Horizontal/directional Drill Operator $59.96
,
King PoctirimiRmentSlomaters Jiydralifts/boom Tnicics Over 10 Tons
King ,PrZILALE01001811Lgrentors 9
Hydralffts/boom Trucks,10 Tons And Under 1... :55&9049: t
king _1110262041.110020112peratm 'Loader,Overhead 8 Yards.&Over $61.1of ZA 1 X ----,
King anerfaulinntaexators 'Loader,Overhead,6 Yards.But Not including 8 $60.49-1 ZA ' lc 1E
'Yards
... -±
King Power Equipmenurgataa 'Loa----ders,Overfeed Under 6 Yards t $59.96 76
,
iKing Power EqUiRMOURACArars Loaders,Plant Feed $593% ZA
119ng EcomgriswiRamMezatom Loaders:Elevating Type Belt $5949 a-
.King Power Eqpjp.menupgreas Locomotives,All $59.96 ZA
King - erEquiP RipsnU2Recators Material Transfer Device
King P2Wer...E018RMIOLCionators IMedlanics,All(leadmen-$0.50 Per Hour Over $65591:9610' ZAza
Mechanic)
Ung
!
King ,EimetalssilamoURgrAtzs Motor Patrol Grades
-t- ,
$60A9 ZA fl 1.L.. V
King Power Equipment gintidars Mucking Machine,Mole,Tunnel Drill,Boring, $60.49 mix ; gE
,Road Header And/or Shield
i -
t-
I' + -- -
King POWease8181010L4miratom Oil Distributors,Blower Distribution&Mulch $56.90' 74 3c AE
_
i -, 'Seeding Operator
King Power Equiomenuantara Outside Hoists(elevators And Manlifts),Air $59.49 zg
Tuggers,strato
1
King P2eterg918RM101120eate3 ;Overhead,Bridge Type Crane:20 Tons Through $59.96 ZA x V111
44Tons _
lingL.epjggillOn_erata 'Overhead,Bridge Type:100 Tons And Over $61.10, ZA ' X a
----t -
King 12C8IferlasalingnUoerators 'Overhead,Bridge Type:45 Tons Through 99 $60.49 74 1 X fie
[
... lyons
-I-- 4---.King ,
22 .tiw,Ig_ iiiRmant...Qmatm Pavement Breaker
$56.90 78 X OE
-,
!King spweriadomentaoeraLocs 'Pile Driver(other Than Crane Mount) $59-96 ZA ' XIV
,
[King 1P-01204VARTentQoeretors Plant Oiler-Asphalt,Crusher $59.49 a ' x ' V
King PONIElcsittmlot_Qoacators Posthole Digger,Mechanical
$56.90 ZA
King Esmottgsgaiumgati2oscatiga Power Plant $56.90 ZA X e
1---
iKing[
,Power Equipinent_Qoarsts2L1 Pumps-Water $56.90 IA ___;__, V
King Eizaffligliamentilogrg= 1Quad 9,Hd 41,D10 And Over $60.49 711, , x BE
King Power.lotiiintatSigtema SE
;Quid(Tower-No Cab,Under 100 Feet in $56.90 IA : 3C
1Height Based To Boom
i, =
1 i King PCMLEstuiRmentAmtats Remote Control Operator On Rubber Tired $60.49 ZA ; K IR
, ;Earth Moving Equipment
---r --i- • -
/King ,12omasppment Otga
ioera 'Rigger And 13ellman $56-901 7.A jX . V
1 ,King 1.4tjeWFAUIRD:leatA2e138483 ,Rigger/Signal Person,Bellman(Certified) 1 $59A9ZA X 1 V----,
rKing E4WILIA8Rmeat...ftratm lottagon
-I-
$60.49 a X 1 lie
'
$5690 ZA _1 OE
it King 22War-ECNiRD321114122rAlon ,Roller,Other'Than Plant Mix
.King Power Equf rzw_nupm-w 4_IRoller,Plant Mix Or Multi-lift Materials $59.49 zg x I 2
iKing 12.420thlUiRrAgnt_QOE3Ltors _ fRoto-mill,Roto-grinder $59.96 za it* ...
1-
King Power Equip?LenU mat= 'Sava-Concrete $59.49 zA x ! 2 II
lithe, POW.V_EoLlipMIOLQoeran IScreper,Self Propelled Under 45 Yards $59.96 74
King Power Eottinment.Docuitors
,Scrapers-Concrete&Carry All $59.49 ZA x , 2
i
i-
__ wx•
ring Esaygrloidomsniftrators scrapen,Setf-propelled:45 Yards And Over $60.49 Zfi
-f---
King _ Power EquionaLftmat _ iService Engineers-Equipment $59.49 za , 1r I "
[King ,292(81-ECILliiallenUfraltas 11-ihotcrete/gun1te Equipment $56.90 7A X , V
King 4-
;EowgEgottionleatibmton ,Shovel,Excavator,Backhoe,Tractors Under 15 $59.49 ZA lc lip
,Metric Tons.
iKing PinagslauiameaLgagrators :Shovel,Excavator,Backhoe:Over 30 Metric $60.49 ZA i 31c ' RE
-
,Tons To 50 Metric Tons
i--
.. ,
King fonapuipment Operators !Shovel,Excavator,Backhoes,Tractors:15 To $59.96 74 x gE
130 Metric Tons
4
liing lEgmericutorogolomtma ;Shovel,Excavator,Backhoes:Over 50 Metric $61.10 IA X 1 lie
Ions logo Metric Tons
_1
4-
r-1 n g i ReciterEsuaipmenUmatian ;Shovel,Excavator,Backhoes:Over 90 Metric $61.72 IA X i IE
LTons ,
King 44631101RagnUliara $60.49 x *0
tgrs
king POW2LEguiR01801_41Motom
,1#61.1CLIMAIM20tamartom j_Slipform Pavers
Spreader,Topsider&Screedman , $60.49 The
Subgrader Trimmer . -
za
" ,
$59.96 ja
a 11• -1 1
I
•
King P w r uipment 0 ra s Tower Bucket Elevators $59.49 ZA
:
'
I King Power Equipment Operators Tower Crane Up To 175'In Height Base To Boom $61.10 ZA $e
King Power Eaytjpment Operators Tower Crane:over 175'through 250'in height, $61.72 jA X i le
base to boom
'King Power Equipment Operators Tower Cranes:over 250'in height from base to $62.33 ZA $e
boom
._
'King Power Ea�Ipment O raptors Transporters,All Track Or Truck Type $60.49 X $P _
King Power Eaii_ipment Operators Trenching Machines $59.49 ZA X_.__m__ �__._
King Power Ealy m n Aerators Truck Crane Oiler/driver100 Tons And Over $59 96 Ili X ' 12
_-
King Power Eq�pment Operators Truk Crane Oiler/driver Under 100 Tons $59.49 ZA $P
King Power Eayggmg operators Truck Mount Portable Conveyor $59.96 ZA X $P
King Power Equipment Operators Welder $60.49 ZA ;
I
King Power Eguipm .O r Wheel Tractors,Farman Type $56.90 19 S le
I _
King Power Equipment 0 r r Yo Yo Pay Dozer 559% ZA $P
King Power Equipment Operators-Underground Asphalt Plant Operators $60.49'. ZA $P
i Sewer&Water '
'King Power Equipme to_operators-Underground Assistant Engineer $56.90 ZA IPSewer&Water
"King Power Equi ment Operators-Underground Barrier Machine(zipper) $59.96 ZA $P
i Sewer&Water =I
iKing ,Power Equipment Operators-Underground Batch Plant Operator,Concrete 559.96 ZA $e
i Sewer Et Water -
'King Power Equip t_Onerators•Underground Bobcat $56.90 ZA i X IE
Sewer&WaterI -
King Power Equipment rators-Underground Brokk-Remote Demolition Equipment $56.90 M ' $e f
Sewer ft Water
'..King Power Equipment Operators-Underground Brooms $56.90' IA X $E I
Sewer ft Water
King Power Equipment Operators-Underground Bump Cutter rt
I
Sewer& $59.% ZA $PWater
'King Power Equi. ment Operators-Underground Cableways $60.49 ZA 1 K BE
Sewer&Water
*King Power Equpm
ient Operators-Underground Chipper $59.% IA
I
Sewer Et
King Power uipment_Operators-Underground Compressor $56.90 ZA t $P ^ a
Sewer&Water
King Power Egwpment Operators-Underground Concrete Pump:Truck Mount With Boom $60.49 ZA $P
-
ISewer Et Water Attachment Over 42 Mlaser Screed ' �_
King Power Equipment Ocerators•Underground Concrete Finish Machine $56.90 ZA i X 1 $P
Sewer&Water
I
King Power Eg� nt perators-Underground Concrete Pump-Mounted Or Trailer High $59.49 lA air $P
s Sewer&Water Pressure Line Pump,Pump High Pressure.
=King Power Equipment Operators-Underground Concrete Pump:Truck Mount With Boom $59.% ZA
5ewer ft Water Attachment Up To 42m i
King Power Equipsr ent Operators-Underground Conveyors $59.49 jA
Sewer&Water
}King Power Equipment Operators-Undergregad Cranes Friction:200 tons and over =
$62.33: IA X $P
Sewer&Water --_-
t King Power Equipment Operators-Underground Cranes:20 Tons Through 44 Tons With $59.96 ZA j X i $P 1
' Sewer&Water Attachments
King Power Equipment Operators•Underground Cranes:100 Tons Through 199 Tons,Or 150'Oft- 1- -- -I
$61.10 lA l x E
f __ Sewer&Water Boom(Including Jib With Attachments) __ _.
King Power Equipment Operators-IL derground Cranes:200 tons-299 tons,or 250'of boom $61.72 ZA X $e
Sewer&Water includingib with attachments
King Power Equi mA t Operators-Underground Cranes: 00 tons and over or 300'of boom $62.33 ZA $e
en
Sewer&Water including jib with attachments _ '.
King Power EguiP Operators-Underground Cranes:45 Tons Through 99 Tons,Under 150' $60.49' Zit ' X
- Sewer&Water Of Boom(including Jib With Attachments) _ _
I ;King Power Eguipm�t Operators-Underground Cranes:A-frame-10 Tons And Under $56.90' ZAaX $P I
sewer&Water _ _ -__-__._
King Power Equipment Operators-Underground Cranes:Friction cranes through 199 tons $61.72 ZA { X ! $e
Sewer Et Water
;King Power Equipment Operators-Underground Cranes:Through 19 Tons With Attachments A- $59.49 jA { $E
Sewer&Water frame Over 10 Tax
=King .Power Equipment Operators-Underground Crusher $59.96 lA X ae
Sewer&Water
King Power Equipment Operators-Underground Deck Engineer/deck Winches(power) $59.96 ZAa$ewer&Water
5 i-
I
, .
- ----- -- -
•
.
1King fizastriguamitaL41223B211011 Derricks,On Building Work $60.49 a lx , 1E1
:Sewer&Water
King EarterlautmanLibamtars:_thAermost .Dozers D-9 Et Under ; $59.49 ZA I X Le 1-1
Sewer&Water
• . •
,
4.. '1(ing eltWerlobiggIggLQWEIdorkInglergEguogi Drill Oilers:Auger Type,Truck Or Crane Mount 1 $59.49 a
Isewer&Water
I-- - - -t- .
King PlawerldidumentQoeratorLunderitaing -Drilling Machine ' $61.10 zA x se-i
; :Sewer a Water
----1 '
King IfteeftrigadomenUagmarkianditimuni Elevator And Mart-lift:Permanent And Shaft ; $56.90; zi, X
,Sewer Et Atter i Type
_,
King 188YgriadriMAOLQINEELLgEk_UndergEfatingi !Finishing Machine,Bidwell And Gamaco& 'I. $59.96, ZA -T X
5ewer&Water 'Similar Equipment
,-
King iffterlaulpmeaMagatzsz jilichmEgkad •Forklift 3000 Lbs And Over With Attachments III; $59.49! a X 2
! i Sewer&Water
1 i
- --- -,--
. 1"-King lizataadomeaQoatsffikuincieriAilxi ;Forklifts:Under 3000 Lbs.With Attachments 1- $56.901 ZA x BE
1 ,i5ewer Et Water
' I
------- ----1----
Kiinfwgg :apvierlaulpmeackermat.undeiriateNl :Grade Engineer:Using Blue Prints,Cut Sheets, 1 $59.96f-, 241 x -TIE-
15ewer a Water Etc
lEgNgLESBEIROMULQgeranzliaftgaZgld :Gradechecker/stakeman 1 $56.90 ZA
fSewer Et Water
King I ilmixEcidgmenUoengszulaskum2Lnd [Guardrail Punch I 1- $59.96 Zit X 2
sewer a Water
LKing "Power EquipmeaLgoeratgajlogergozind 'Hard Tail End Dump Articulating Off-Road $60.49' a x a I
__ Sewer a Water .;;Equipment 45 Yards.&Over
.11(11-ng Power Equiomet&QplizatlInderraum Hard Tail End Dump Artkulating Off-road 7 — $59.96 a x 2
- 4---
Sewer Et Water 'Equipment Under 45 Yards
ring ;
iKing gmer/gadement_Qoaatwlindergrguad Horizontal/directional Drill Locator $59.49 zA
1e_wer&Water
IP261LalUIRMR8LQRgagorkansiefg_ EQUOI1 Horizontal/directional Drill Operator . X ,
$59.96: a
Sewer&Water ____
1-1(ing If9YEgaildneakgRRIANSLIJfiderfinigg Hydraliftsilioom Trucks Over 10 Tons I $59.49 jA AL AE
s 1!_ewer&Water
King 1p2orlaublme.:Iffnmeldr Hydralifts/boom Trucks,10 Tons And Under ; $56.901 a x 2
1$ewer Et Water
i King EgWeLEgUiRMAILDROLat2ES:SWILVEQUnd Loader,Overhead 8 Yards.&Over . $61.10! a 1- ,K i 112 1 •
1 ewer Et Water
..,_
t'King 'POwerlottiRrEtentpiNtiXtodergEouixt Loader,Overhead,6 Yards.But Not Including 8: $60.49, ZA X ! a
. 'Sewer&Water Yards
__ ,
, .
. :
iKing Iltoyegalloment,..Qperators-Underground Loaders,: Overhead Under 6 Yards
$59.96ZA X gE
Sewer&Water I I
-1--
--,------ :
liang ;EtakfgagigRMISILQ8K6IOEsAnglarga water - —nal loaders,Plant Feed $59.%, a ,
X 2
, • 1Irina :29warFadameataaeoltgajjagersatuixt !Loaders:ElevatingTyPe Belt ; $99-491 IA
________i Sewer&Water • ;
Locomotives,AU
--1
King -•
I-
1?0=1gukulagratatorkulegirg- igtmd ! $59.96, a
,
,Sewer&Water
King ftweacidomenrjberlegmllnkrgmtad ;Material Transfer Device ' $59.96, a
i Sewer El Water •i_
___...._
King lEoymagujomedupauctautodragrounsi ;Mechanics,AU(leadmen-$0.50 Per Hour Over- $61.101 a
15ewer a Water i/Aechank)
- --i-
King p.coyaczotitanufaitatszaandargiond !Motor Patrol Graders $60.44 9! ZA X i IE
___?ewer&Water
1- 4i
King 2owerfag iLiziraingl Mucking Machine,Mole,Tunnel Drill,Boring, $60.491 zA x 1 it
,
Sewer Et Water Road Header And/or Shield
._,
Iring Iblyeaguipintatioeralm-__Linacigninsi: roil Distributors,Blower Distribution&Mulch $56.90T- ZA X 1 fiE I
!Sewer Et Water Seeding Operator
I- - — r-
.King i Power Eouiomen1Qperetors:ljncLergr ,mgi aOutside Hoists(elevators And Manlifts),Air ! $59.49 LA x 2
15ewer a Water Tuggers,strato
. '
---,
!King !ftwrxiquipmenL.Qperators-Underground Overhead,Bridge Type Crane 20 Tons ThroughI $59.96; a
. 2
Sewer Et Water 44 Tons ,
_ -
I .
King Power Equipment Qperators-Underground Overhead,Bridge Type:100 Tons And Over $61.10; a x , 2
iSewer&Water
. ,
•
--,
!King IPoWerEquilamenLgoemors:jlosigairibilid ;Overhead,Bridge Type:45 Tons Through 99 $60.49, zA
! i;ewer a Water 'Tons
_
I ring leariguipm.parmad ,Pavement Breaker ..,
' $56.90 a .
!
x t 2
i !Sewer a Water
1
- ,
-,-.
-t
King ;Power Equipment 1 !Pile Driver(other Than Crane Mount) I $59.96 ZA
;.,Sewer&Water
1
II.
King Power Equipment.Qmearszlinglerground, TPlant Oiler.Asphalt,Crusher
$59.49LA
Sewerft Water
---,
1 : ,
II
. ,
King Power Equipmfat-Qperators-Underground IPosthole Digger,Mechanical $56.90 ZA i X l
IeweraWater
King Power Equipment Operators UndergD2Upd :Power Plant $56.90 ZA I
Sewer&Water i
,King Power Equipment Operators-Underground ,Pumps-Water $56.90, ZA ; 3C V
Sewer&Water i
I
Equipment Operators Underground Quad 9,Hd 41,D10 And Over $60.49 IA B2
Sewer&Water ... ._
King Power Equi t_Qcerators-Underground Quick Tower-No Cab,Under 100 Feet In $56.90! IA ' X a
Sewer a WaterHeight Based To Boom 4.._.
- _ r-_. —
King Power Equipment Ocerators-Underground
;Remote Control Operator On Rubber Tired $60.49 ZA i $P
Water Earth Moving Equipment
q- - - - -
King Power Equjp1pg0LQceE
rators-Undergund ;Rigger And Gellman � $56.90! mZAJ X 9E
s •Power E
Water i
I
=King Power Eagjoment Operators-UndergroundRigger/Signal Person,Bellman(Certified) $59.49' jA i
$ewer&Water w _t i
!King Power Equ-ipment Operators-Underground •Rollagon $60.49; 16 1 X a
Sewer&Water ; i !
I
Ki Power E i '
ng Equipment Operators-Underground Roller,Other Than Plant Mix $56.90
— __, Power E pmment Operators Underground Roller
iKing 'Power EqSewer& —d ,Plant Mix Or Multi-lift Materials $59.49, ZA i ` xie
Sewer&Water
I King Power Equipment Qperators-Underground Roto-mill,Roto grinder $59.%; j$
___ —_-..______ __ Concrete.__ _. ___,_- . _. ___. _—_ —
Sewer&Water
�___ IA X r IIEV
King !Power Eaydp�,.Qceretors-Underground $59.49'
Sewer&Water
King Power E Water nt Operators-Underg�upd Scraper,Self Propelled Under 45 Yards $59.%" jA X, I
Sewer&Water _
--!King Power Equipment Operators-Underground Scrapers-Concrete&Carry AU $59.49 ZA X ! — V
'Sewer&Water
King .Power Equipment Operators-Underground Scrapers,Self-propelled:45 Yards And Over $60.49: ZA X -' --V
' •;ewer&Water -- -----L---=
"King Power Equipment Operators-Underground Service Engineers-Equipment ' $59.49 7A X ; . D
I
Sewer&Water '
King Power Eplypment rators-Undergd iShotcrete/gunite Equipment $56.90 ZA X: t a
I Sewer&Water
Power EquiRIDgllt Qpetators-Underground Shovel.Excavator,Backhoe,Tractors Under 15 $59.491 yAX I fie
I.,_._.._ $ewer&Water ;Metric Tons. '-
King Power Eoulpment Operators-Underground 'Shovel,Excavator,Backhoe:Over 30 Metric , $60.49 ZA (` IQ I I
Sewer&Water Tons To 50 Metric Tons
King Power Equipment Operators-Underground ;Shovel,Excavator,Backhoes,Tractors:15 To $59.96ZA X 1 V
Sewer&Water -I-
30 Metric Tons
King Power Equipment Operators-Underground__ Shovel,Excavator,Backhoes:Over 50 Metric ' $61.10 ZA EE X 1 V •
ISewer&Water Tons To 90 Metric Tons
King Power Equipment Operators-Underground Shovel,Excavator,Beckhoes:Over 90 Metric $61.72 ZA f 3C I $e
;$ewer&Water Tons
}ring
Power Equipment Operators-Underg ,d Slipform Pavers I $60.49; 7A } I
I
King ISewer Et Water
'powEq
er uipmerotors-U
nt ndergo ;Spreader,Topsider&Screedman $60.49 ZA } 3G
.Sewer&Water _._. _.. . -I .r T
King ;Power Equipment Operators-Underground Subgrader Trimmer $59.%; Ze X E
I i - Sewer&Water
King ;Emer_EguipmentOperators Underground Tower Bucket Elevators $59.49; ZA X V
Sewer&Water
King Power Equipment Underground Tower Crane Up To 175'In Height Base To $61.10 7A X ! V
I
Sewer E Equipment
_ ____ ___-___ —,_- ___ Tose ro boom
__u_ .. _-_ _..._-- iii --_--
Sewer&Water Boom _
Wate
t
King power Epgjpment Operators-Underground Tower Crane:over 175'through 250'in height, $61.72 IA i (�
" +^--
i King :Power Equipment Underground :Tower Cranes:over 250'in height from base to $62.33; iii xV
, -_Sewer&Water :boom
King Power Egu pment Operators Underground Transporters,All Track Or Truck Type $60.49 ZA 12Sewer&Water
•
(KingPower Equipment Operators-Underground Trenching Machines $59.49; ZA X. ( V
:Sewer&Water
I King 'Power Equi=gagperators•Underground .Truck Crane Oiler/driver-100 Tons And Over $59.96 ZA 4 X : V
;Sewer&Water _____-._ :_______ !—^
King j Power Eauit Operators-Undergo Truck Crane Oiler/driver Under 100 Tons $59.49, ZA X V
Sewer&Water
1,---
I
' King PowerEauipment 0ceatorsUnderaronQ Truck Mount Portable Coeyor
$59.96. 78 ; X � $e
,Sewer&Water
I
'King Power Eagipment Operators-Underground Welder
Sewer&Water $60.49' a
'King Power Equipment Opera or- nd rground Wheel Tractors,Farman Type
' Sewer&Water $56.90 jAIC ,
King Power Eg ument_Qperators-Underground Yo Yo Pay Dozer
Sewer&Water S59.96 ZA
!King Power Line Clearance Tree Trimmers Journey Level In Charge $49.96 ;zq A4
King Power Line Clearance Tree Trimmers Spray Person
$4737 ;A 9A
;King Power Line Clearance Tree Trimmers Tree Equipment Operator $49.96
SA 4A
King Power Line Clearance Tree Trimmers Tree Trimmer $44.57
SA 44,
L.
King Power-Line-Clearance Tree Trimmers Tree Trimmer Groundperson $33.60SA kt,
!King Refrigeration&Air Conditioning Mechanics Journey Level $79-..511 5 " f
$ 4
%King Residential Brick Mason Journey Level $57.32
King sA
Residential Carpenters Journey Level _
$45.05 512 gQ
;King Residential Cement Masons - _
Journey Levet
King Residential Drywall Applicators Journey Level $45 07
$45 05
_Journey Level r �'SR r �
King Residential Drvwatl Tam Jou $45 19 i -� _ _1
-
King Residential Electncia a Journey Level $37 26 �'/�
King Residential Glaziers
.____... _.___ .'Journey Level
;King Residential Insulation ARplicators Journey $42 05
s
King Residential Laborers
$45 05 AQ 2Q
I ___- Journey Level $36 68 ZA
11-1 t
King Residential Marble Setters
Journey Level $57.32 la
!King Residential Painters �.__.
__ ._. _. Journey Le�rel__. $42.50 Az 2A
King RlesidentiaPlumbers ai P
Residential
ttpf]3Sel� Journey Level $51 37 SA � _
King Residential Refrigeration&Air Conditioning Journey Level
Mechanics $5137
King Residential Sheet Metal Workers Journey Level(Field or Shop) $50.01
zE aliKing Residential Soft Floor Lam Journey Level_..._, $49A3
SA �_-_.
iKing Residential Sprinkler Fitters(Fire Protection) Journey Level $46.58
King 'Residential Stone Masons Journey Level -_-
Jou 5E 211
$57 32
!King Residential Terrazzo Workers $
5A �
Journey Level $52 61
;King Residential Terrazzo/Tile Finishers Journey '� 1�
__. .. Level - -
King Residential Tile Setters Journey Level 1@
552 61A ]�!
King Roofers Journey Level
$51.52
Roofers
*King Using Irritable Bituminous Materials $54.52
1
King Sheet Metal Worked A I
-_ Journey Level(Field or Shop) $82.51 L if
King uildinq hipBeRgicZY New Construction Boilermaker $36 36 1
King Seng-$- (aepNew Bir Construction Carpenter $36 36 __ _Zy
King 5blitglidifig&5hjo Repair New Construction Crane Operator
_._. $36.36 Df 1
King StI ng rip,Rep $3636 ZY 1 i New Construction Electrician _- 1
King 9 pbuilding a Ship ggpgl New Construction Heat a Frost Insulator $7158
RI at I
?Kin
j--_g 5bi?pataktog&Ship Repak New Construction laborer $36.36 a 1
King Mhiobuitdi g.1L,Ship Rept New Construction Machinist
_ ,. _. __ $36 36 �t
iKing Sh!R in 1
q nip Re air New Construction Operating Engineer $36.36 Df
King building&Ship Reoav New Construction Painter 1
$36 36 1
King Shipbuilding&ShipR pair
New Construction Pipefitter $36 36 1
King Shtobuilding 8 Sh1 R it �/ 1
R.e _._.. ---_New Construction Rigger__._... ., _.__y .. ... _�,
$36 36
1 4
;King _ __ pllLlding 1Lio Repair._._ -New Construction Sheet Metal + $36.36 a 1
King 5tu�buildin
gAM1p Repdc New Construction Shipfitter $36.361
ZY
'King 5�pbuilding Et Ship Rem New Construction Warehouse/Teamster ?
53636 1
1Kinq Shipbuilding a ShippeReir New Construction Welder/Burner
rq Stu i iris a ShipgeueJr ShipKin $3636 A 1 4
R
Repair Boilermaker $44.95 ZR i
King Shipbuilding&ShiRaeitd1[ ShipRepair Carpenter Pa $44.95
;King 5hipialiang&Ship Repair Ship Repair Crane Operator S44.06 a AK
KingIii qhtiR_Rgpok,
Ship Repair Electrician
S44.95 I?( 4,1
KIPSpbuildioq&Ship_Repair Ship Repair Heat&Frost Insulator
� in- $73.58 �[ �
,King S ILiR ldLq&Ship30Rioi Ship Repair Laborer $44.95
;King `Shipbuilding&Ship Repair ShipR $44.95 2 ' �____t
t -- - spiv Machinist
King S,�p�y�( n4&Shipp Ship Repair Operating Engineer 4K
$44.06 �(
King 512!Rl2StiLdl4q&Shi
_ p Repair Ship Repair Painter $44.95 M 4
King Shipbuilding a Ship_Repair Ship Repair Pipefitter $44.95 - ' _ 1
pbuil
7X 4(
King t2builditli3 hlP P Ship Repair Rigger $44.95 M �(
King hiRblLildi0q l? RSiir Ship -
Repair Sheet Metal $44.95
ZX If
I
F
•
MtpyuilOIN&Shin Repair ;Ship Repair Shipwright • $44.95; IA i
(King _�_._-
3 o ---- ., p ._.. 4
King Shlplf�fliliBjtSl1lp�f�fC ,,Ship Repair Warehouse/Teamster $44.06
E +King S(gn-Makers Et Installers(Electrical) Journey level $49.70 Q 1 "1`
}King align Makers Et Installers(Non-Electrical) Journey Level 1 $31.52 Q 1
Ki (SoftFloor Layg :Journey JLevel $49.43 I
Kin Solar Controls For Windows Journey level , $12.44 1
King �Spnnkter Fitters(Fire Protection) Journey Level $77.39 5,C ]2( +_ _ „v
King ) :Journey Level $13.23 1 I__. . ,
Kin Stone Masons ____,_. _..._ ._ ._..._ Journey__ �.__,_$57.32
King
__w_ J ,/Leve 9.__ i
King Street And Parkmgper Workers Journey Level $19.09 1
King !Survevms Assistant Construction Site Surveyor__-----___. $59.49 jA i 3S�
King ;Surveys __� Chainmen __ _. ___ � ; _ $58.93 — jd �.
King uctey 'Construction Site Surveyor $60.49 " j$ — 1 LE
—
King ____-_.!Telecommunication Technicians —.__� level l__.__$48.061 ji i 1E 1___-__
(King fijglephone Line Construction•Outside Cable Splicer $41.22';• 59 n 1
14King Telephone Line Construction Outside !Hole Digger/Ground Person $23.12 5S $ ;
King Telephone Line Construction:Outside Installer(Repairer) $39.53 j$
King Iii Line Construction Outside Special Aparatus Installer 1 $41.22' .5A
King :Iglgphone Line Construction-Outside ;Special Apparatus Installer Il 1 $40.41' 1$ 1
King ;Tel ne Line Construction-Outside ;Telephone Equipment Operator(Heavy) -_ $41.22; M j@ i
!King _.___Ielgphone Line Construction-Outside :Telephone Equipment Operator(Light) $38.36, 5A al
King Telephone Line Construction-Outside ;Telephone Lineperson $38.36 3A jQ — : _�
Kin Groundperso _$2192. 5S 1@ I
g 'Telephone
KingTelephone Line Construction-Outsidee iTelevisioni er —_._ ___ —. —
_� �_.--.- � Lineperson/Installer -- ----+---$29.13' v_�A j ?� �I
King Telephone Line Construction Outside Television System Tedmician �_. $34.68; T 5S n i
King ---jglliphone line Construction-Outside 'Television Technician $31.18Y — 5A i ,Z$
;King !Telephone Line Construction Outside aa; Tree Trimmer 1 $38.36, M_
311
1 rKing Terrazzo Workers Journey Level $52.614',-
$52.61
52.61 — —
iKing Tile Setters Journey Level $52.61 S0� 1M ,�
r —
King Tile Marble Et Terrazzo Finishers Finisher $43.44 5 1E
King Traffic Control-triagt@ Journey Level $45.53—_jA__ 115 ___ __�
I Kiri Truck Drivers _{Asphalt Mix Over 16 Yards $54.30: 51114
Q i. P
King !_,Truck
Truck Drivers Asphalt Mix To 16 Yards $53.46.
King 1Trucic Drivers Dump Truck $53.461 SQ $ �. .
King Truck Drivers Dump Truck Et Trailer $54.30: '.QQ : f '
111 King .Truck Drivers Other Trucks $54.30 Q 3A i
King jruck Drivers Readv Mix Booster 9 Yards and Over 552.78 Q
King Truck Drivers Ready 5NonBooster Loads Under 9 Cubic Yards $52.53 SA Q
Ki
_ Well Drillers Et Irrigation Pump Installers Irrigation Pump installer $17.71 1 1_.__
I
ng Well Drillers Et Irrigation Pump Installers 'Oiler $12.97f 1 j_ ____
King Well Drillers Et Irrigation Pumo installers Well Driller $18.00; 1
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 1
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate ,
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL 13E
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Sundays and holidays shall be paid at double the hourly rate of wage. on
C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek
the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times thdayourly
rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day,
shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four-
ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten
(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be double
the hourly rate of wage. paidat ,
H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. '
J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through
Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid
at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage. I
N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
1
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
I1. 0. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours
worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday
I shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and
one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
IQ. The fust two (2) hours after eight (8) regular hours Monday through Friday and up to ten(10)hours worked'on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall
be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
IS. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
I hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on
I Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day)shall be paid at one and
I one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
I
employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid
at double the hourly rate of wage.
I X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the f
Iholiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any
employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10
' workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate
of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or
' 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12).hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All
Ihours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
I
I 2
1
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
2. ALL HOURS WORKED
IN EXCESS OF EIGHT(8)
HOURS PER DAY OR
ORTY40
HOURS PER
PAID ( ) WEEK SHALL BE
AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours workedn
holidays s shall
0
y be paid at two times the hourly rate of wage.
F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall bepaid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked '
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten-
hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth,sixth,and seventh days and on holidays
shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALLI
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BE
A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten(10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight(8)hours or more.
C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty(40)hours of straight time per week, Monday through Friday, or
outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
3
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
I
Overtime Codes Continued
I3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
IF. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and
I one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at,
two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
i I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is
down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work
I week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate.
However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday
through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the
I hourly rate of wage.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays
Ishall be paid at double the hourly rate of wage.
4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
1 PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage.
all B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
IC. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be
paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
I
through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be Paid at one and
one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at
one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday
I due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday
may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all,hours worked
on Sunday and Holidays shall be paid at.two(2)times the straight time rate of pay.
I
I
I
4
1
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime '
Codes Continued
4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.MI hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines,switching stations,regulating,
capacitor
stations,generating
plants,industrial plants,associated installations and substations,except those substations whose primary function is
to feed a distribution system,will be paid overtime under the following rates:
The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall
be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times
the hourly rate of wage.The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times
the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the
hourly rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day,ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule,all hours
worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four-
day,ten hour work week,and Saturday shall be paid at one and one half(1 Y2)times the regular shift rate for the first
eight(8)hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium
rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid
at three times the hourly rate of wage.
The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage. I
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
•
5
1
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 ,
I4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All
hours worked on a Saturday in excess of twelve(12)hours shall be paid at double the hourly rate of pay. All hours,
I worked over twelve(12)in a day Monday through Friday,and all hours worked on Sundays shall be paid at double
the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
I M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine(9)hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
I N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All,hours worked on
Sundays and holidays,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM)
every day shall be paid at double the hourly rate of wage.
0. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of
wage. After an employee has worked in excess of eight(8)continuous hours in any one or more calendar days,all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six(6)
hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
IR. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is
the sixth consecutive day worked. All hours worked gn Sundays and holidays shall be paid at doublet the hourly rate
I of wage.
R. Placeholder
IHoliday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,and Christmas Day(7).
IB. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,the day before Christmas,and Christmas Day(8).
IC. Holidays: New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,And Christmas Day(8).
Holiday Codes Continued
5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).
' H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day,
And Christmas(6).
6
t
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 1
5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day,And Christmas Day(7).
1
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9).
L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday after Thanksgiving Day,And Christmas Day(8). g g
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9).
P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday I
After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day(6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2).
S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day,And Christmas Day(8).
6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
the Friday after Thanksgiving Day,And Christmas Day(8). y g g Day,
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-
Day On Christmas Eve Day.(9 1/2).
G. Paid Holidays:New Year's Day,Martin Luther King Jr. Day, Presidents' Day,Memorial Day,Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve
Day(11).
H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10).
Paid Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday
After Thanksgiving Day,And Christmas Day(7).
7
1
1
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
iHoliday Codes Continued
1 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And
Christmas Day(9).
Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday,the following Monday shall be considered as the
holiday.
I 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall
be a regular work day.
i .B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and.
Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday.Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
I • E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day
(6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving
Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
Holiday Codes Continued
I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
1 8
1
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 1
observed as a holiday on the preceding Friday.
7. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6).
III
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Da Independence Day,ep Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day
before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after I
Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday.
111
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the
preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day
after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a
holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays
falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation
shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered
a holiday and compensated accordingly.
I
1
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
IHoliday Codes Continued
I7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before
New Year's Day,and a Floating Holiday.
X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
I Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken
on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday
will be taken on the next normal workday.
I Y. Holidays: New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
I Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
Ipreceding Friday.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
I Thanksgiving Day,the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall
be observed as a holiday on the following Monday.
l B. Holidays: New Year's Day,Martin Luther King Jr.Day,President's Day,Memorial Day,Independence Day,Labor
Day,Veteran's Day,Thanksgiving Day,and Christmas Day.(9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
IThanksgiving Day,the day before Christmas Day and Christmas Day.(8)
D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday
Iafter Thanksgiving Day,Christmas Day,and the day after Christmas.
I
Note Codes
I
8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
I L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C:$0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: $1.00,Levels C&D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B:$0.75,Level
IC:$0.50,And Level D:$0.25.
1 e 10
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Note Codes Continued
8. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit:urt.:
$1.50,
Class C Suit:$1.00,And Class D Suit$0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labors being utilized.A Traffic Control Laborer performs the setup,maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian
traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer;All flaggers and spotters shall possess a current flagging card issued by the
State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012.
S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued
by the State of Washington,Oregon,Montana,or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of
Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012.
U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50,
And Class C Suit:$1.00.Workers performing underground work receive an additional$0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who
do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150)feet above grade elevation
receive an additional$0.50 per hour.
V. In addition to the hourly wage and fringe benefits,the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over
101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet.
Over 221'-$5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels)where there is no vertical ascent
and is measured by the distance travelled from the entrance.25'to 300' -$1.00 per foot from entrance.300'to 600'
-$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates
would apply to meters not fitting this description.
i
11
I
1
i
I
1 APPENDIX D: Structural Engineering Calculations
I
1
t
t
1
1
1
i
I
I
STRUCTURAL ENGINEERING
CALCULATIONS
FEDERAL WAY GRAND STAIRCASE
' PROJECT
CITY OF FEDERAL WAY
t FEDERAL WAY, WA
I
100% SUBMITTAL
BergerABAM PROJECT No. A18.0001 .00
I
February 2018 ER►K yo
gt,
y
I
RnL �,
Prepared by: ; S'Sr���'nt. k ��
2/6/2018
ei BergerAl3AM
33301 Ninth Avenue South,Suite 300
Federal Way,WA 98003-2600
Voice: 206/431-2300
Fax: 206/431-2250
I
1
jFEDERAL WAY GRAND STAIRCASE
CITY OF FEDERAL WAY
FEDERAL WAY,WA
tSTRUCTURAL ENGINEERING CALCULATION
TABLE OF CONTENTS
SECTION PAGE
1.0 Basis of Design
1. Basis of Design 1
1 2.0 Foundation Design
1. Retaining Wall Design 7
1I
I
I
I
1
1
I
I
I
I
1.0 BASIS OF DESIGN
I
1
I
I
1
Page 1 of 130
BASIS OF DESIGN
ISTAIRCASE RETAINING WALLS
Revised 2/5/2018
PART 1 — GENERAL
IA. CODES AND STANDARDS
The design of the retaining walls conforms to the requirements of the International Building Code
(IBC), 2015 Edition with Washington State amendments. The structural design also conforms to
Ifollowing design documents referenced by IBC:
• Building Code Requirements for Structural Concrete,ACI 318-14
I • Minimum Design Loads for Buildings and Other Structures,ASCE 7-10
B. DESIGN LOADS
1. Gravity Loads
1.1 Dead Loads
• Weight of all materials of construction incorporated into the buildingand fixed service
g P
equipment
' 1.2 Live Loads:
I • Surcharge: 125 psf, only applicable to overlook wall
H-20 truck loading on the retaining wall is not applicable since the distance from the edge
of overlook wall to the edge of turnaround, 15 feet, is greater than the height of the
Iretaining wall, 13 ft.
I
1.3 Safety Factors(per Section 1807.2.3 of IBC 2015)
• Sliding: 1.5
• Overturning 1.5
2. Seismic Loads
• Seismic Earth Pressure 11 x Height psf
2.2 Safety Factors(per Section 1807.2.3 of IBC 2015)
I • Sliding: 1.1
• Overturning 1.1
1 3. Load Combinations
The loads and combined are determined in accordance with IBC 2015
I
I
Page 3 of 130
1
1
BASIS OF DESIGN
STAIRCASE RETAINING WALLS I
Revised 2/5/2018
1
3.1 Safety Factors (per Section 1807.2.3 of IBC 2015)
The loads and combined are determined in accordance with IBC 2015 and ASCE 7-10.For
sliding and overturning the load combinations are modified per Section 1807.2.3 of IBC
2015.
C. STRUCTURAL MATERIALS
1. Reinforced Concrete
• Concrete for foundations f'c=4,000 psi
• Concrete for slab-on-grade f'c=4,000 psi
• Walls f'c=5,000 psi ,
2. Steel Reinforcement
• Deformed Bars(A615) fy=60 ksi
• Deformed Bars(A706) fy=60 ksi
• Welded Wire Reinforcement fy=60 ksi '
D. SOILS AND FOUNDATIONS
1. Geotechnical Report
Landau Associates, Geotechnical Engineering Report: Grand Staircase,Federal Way,
WA. dated July 12,2017. 1
2. Foundation Design Parameters
Recommended allowable soil bearing pressure of 2,500 psf on a bearing pad created by
over excavatingat least 2 feet of the uppermost existingsoil beneath all footings. The
pp g
over excavated areas should extend horizontally from the outside edges of the footings a
distance of at least half the over excavation depth.The allowable soil bearing pressure
applies to long-term dead and live loads.For transient loads such as wind and seismic,
the allowable pressure can be increased by one-third to 3,333 psf.
3. Basic Foundation System
Retaining walls have strip footing extending at least a total of 18 inches below finish
grade. 1
E. STRUCTURAL SYSTEMS
1. Retaining Wall Construction
The retaining walls are cast-in-place concrete at least 10-inches thick,with the exception
of some of the shortest walls that are 6-inches thick,
Page 4 of 130
1
I
BASIS OF DESIGN
STAIRCASE RETAINING WALLS
Revised 2/5/2018
I
2. Control Joints
' Concrete tend-to develop random cracks due to material shrinkage and thermal
contractions over time.Control joints are used to induce cracks at specified(controlled)
hhn rndmrol johoin poce
' construclocationstionratanerdtofaverticalaocast. Contin place concreteointsfr oriz
wallsntal will ba e placelaced ascfollownrets.For 5-
inch slabs on grade, control joints will be placed at 12-15 feet on center or less.Vertical
control join in retaining wall surfaces will be placed between 20 to 25 feet on center.
Actual location and spacing of control joints will take into consideration architectural
features and constructability. No horizontal control joints are required in the retaining
walls.
F. EXISTING RETAINING WALLS
As part of the project,the height of the existing retaining wall on the east and west side of the
grand stair will be reduced.This reduction in height will reduce the loading on the existing wall
from the retain earth.Additionally, the portion of the existing retaining wall that will cut will
1 no longer experience surcharge load from truck traffic.The foundation for a small portion of the
wall on the west side will be removed to accommodate the installation of a three.This portion
of the exiting retaining wall was checked and found to be OK in its revised configuration.
I
•
I
1
1
Page 5 of 130
I
1
1
' 2.0 FOUNDATION DESIGN
I
t
Page 7 of 130
,_ II (i) \ 2
i Q
i .„- ',6.' ;
11 2
aI I 1
iinar— — r 1I ��III11 II I CO g 2
oD
o T. o a1 'L'2.,,,
I I oI o
I I ! I I I
1 a w
\ I ,1.2_41,,a I I I 3 c
' 1 I I ¢ v z
1 I S rfi I I I te8 f 1—�' /W� Q J
' L — 1 + � A Cl) Z
o----� --FF– -T-1- '\ I o °
1
CP O Q Q
1 � 1 , I I y1 1 � z
�%_ INNS �I i 1 0
`� ' i N -- — — / \
\ M1 �_ \ U 0
'.L_ LL
I
I i
T I \ I � � o
1 1 ° a
I II II , .
vy
RE
.a' 1 I
3 I I I 1 a e
I I I �' 1 F a a
1ol,Ata 1
I 1
__
►11
II ' I g
I1 I I II 1 7
1 '
.1, 2
I r,
I �1
1 I , ' 111;y tet
�‘. . I
111 \____
--_ I O
ft
8 �—r va>r� I+III 1
11 \ / m
F +,,,,,Im
.,r - — 1 a o u S
1141°-"
` I 1111- U i
1 11'1 1
3 ¢ I ' � '
I ®—
i NII
1
ebNT I r.IK , 1 1111 1
4 ull 1 ,
11 1 1 1111 X45
'41 1 1 1111
F.,P...
1 1111 1 y^gi
1 \ I 1111 ,x m e
\ 1111 1 �1
' \ 1 11 11 111 �`+ {_,,
I �'q �v k
0 ( :)'
\ \\\\.,‘,.,
_ 'lflt � 3 q
1
1111 I -P;�
1\ t
1111 I M T1g
11 N' n
Q gI1
\ N II I �)
I _ -— ~
1 nu �
1 w
1 ""
Nn
11111
O— — — I �, \1,11 o m
z
I
4 Z 1 p
TQ
YT ra '' . Q ' \'::,
Q
0,__ L l I M 11 II ���1f�?1I 1 w 4 1 --u 11 J
1 Il J ' nll W
I
k S 1 y nll
I �� �} §
I lJJ J a
I I
I T
i
wti
1......21 q,161,1 IV INVgWe6,ee ube/dw �.
o� w ..conna.4s wo AAw.mro.w ow, .w
W,:o um4_ ne MM.
I
iIBerg33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 1
`i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I ,Criteria I I Soil Data
Retained Height = 13.00 ft Allow Soil Bearing = 2,500.0 psf
Wall height above soil = 0.50 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
I
Height of Soil over Toe = 24.00 in Passive Pressure 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingliSoil Friction = 0.350
' Soil height to ignore = ts=
for passive pressure12.00 in _.
_Surcharge LoadsLateral Load Applied to Stem Adjacent Footing Load
=
Surcharge Over Heel125.0 psf Lateral Load 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
I
Load Type = Wind(W)
Axial Load A lied to Stem ` Footing Type Line Load
pp i (Service Level) Base Above/Below Soil
Axial Dead Load = 5.0 lbs Wind on Exposed Stem= 0.0 psf at Back of Wall = 0.0 ft
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in
Design Summary -I Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 4.00 0.00
I
Overturning = 3.70 OK Wall Material Above"Ht" = Concrete Concrete
Sliding 1.67 OK Design MethodLRFD LRFD
Thickness =
= 10.00 10.00
Total Bearing Load = 16,570 lbs Rebar Size = # 6 # 7
...resultant ecc. = 8.86 in Rebar Spacing = 10.00 5.00
Soil Pressure @ Toe = 2,315 psf OK Rebar Placed at =
- Edge Edge
Soil Pressure @ Heel 918 psf OK Design Data fb/FB+fa/Fa - 0.603 0.668
Allowable = 2,500
psf Total Force @ Section
Soil Pressure Less Than Allowable Service Level lbs=
I
ACI Factored @ Toe = 3,241 psf
ACI Factored @ Heel 1,285 psf Strength Level lbs= 3,192.0 6,274.7
Moment....Actual
Footing Shear @ Toe = 14.9 psi OK Service Level ft-4t=
Footing Shear @ Heel = 14.4 psi OK Strength Level ft-#= 10,476.0 29,068.0
I
Allowable = 94.9 psi
Sliding Calcs Moment Allowable ft-#= 17,376.8 43,499.6
Lateral Sliding Force = 4,809.2 lbs
less 100%Passive Force= - 2,531.3 lbs Service Level psi=
I less 100%Friction Force = - 5,485.8 lbs Strength Level psi= 34.9 69.1
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability 0.0 lbs OK Anet(Masonry) int=
Rebar Depth 'd' in= , 7.63 7.56
Masonry Data
I
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
I NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0 60,000.0
I
Page 11 of 130
I
411 Ber g erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 2
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfs1\project\2018\A18.0001\00\Engineering\Stair_Retaining_WaIls\Analysis\FWGS_ 111RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Concrete Stem Rebar Area Details
I
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.3178 in2/ft
(4/3)*As: 0.4238 in2/ft Min Stem T&S Reinf Area 2.280 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft '
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.3235 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.528 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.8894 in2/ft
(4/3)*As: 1.1859 in2/ft Min Stem T&S Reinf Area 0.960 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.5625)/600003208 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options: IIOne layer of: Two layers of:
Required Area: 0.8894 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 1.44 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9284 in2/ft #6@ 22.00 in #6@ 44.00 in
1
Footing Dimensions &Strengths 1 L, Footing Design Results
Toe Width = 2.25 ft ISM HP&
Heel Width = 8.00 Factored Pressure = 3,241 1,285 psf
I
Total Footing Width = 10.25 Mu':Upward = 7,841 44,715 ft-#
Footing Thickness = 18.00 in Mu':Downward = 1,412 60,144 ft-#
Mu: Design = 6,429 15,429 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 14.89 14.37 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #6 @ 10.00 in I
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #6 @ 10.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
I
Cover @ Top 2.00 @ Btm.= 3.00 in
Toe: #4@ 6.17 in,#5@ 9.57 in,#6@ 13.58 in,#7@ 18.52 in,#8@ 24.38 in,#9@ 30.
Heel:#4@ 6.17 in,#5@ 9.57 in,#6@ 13.58 in,#7@ 18.52 in,#8@ 24.38 in,#9@ 30.
Key: No key defined
Min footing T&S reinf Area 3.99 in2
I
Min footing T&S reinf Area per foot 0.39 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 6.17 in #4@ 12.35 in
#5@ 9.57 in #5@ 19.14 in
#6@ 13.58 in #6@ 27.16 in
I
I
I
I
Page 12 of 130
1
II Berg33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 3
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,AC1 318 14,ACI 530-13
LSummary of Overturning & Resisting Forces& Moments
I OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 4,205.0 4.83 20,324.2 Soil Over Heel = 11,180.0 6.67 74,533.3
I
Surcharge over Heel =Surcharge Over Toe 604.2 7.25 4,380.2 Sloped Soil Over Heel
Surcharge Over Heel
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 2.67 13.3
I
Load @ Stem Above Soil= *Axial Live Load on Stem =
Soil Over Toe = 495.0 1.13 556.9
Surcharge Over Toe =
Total 4,809.2 O.T.M. 24,704.4 Stem Weight(s) = 1,687.5 2.67 4,500.0
I
_ _ Earth @ Stem Transitions=
Footing Weight = 2,306.3 5.13 11,819.5
Resisting/Overturning Ratio = 3.70 Key Weight =
Vertical Loads used for Soil Pressure= 16,569.6 lbs Vert.Component =
I Total= 15,673.8 lbs R.M.= 91,423.1
Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
_Tilt
I
Horizontal Deflection at ToD of Wall due to settlement of soil
(Deflection due to wall bending not considered)
ISoil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.085 in
I The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe,
because the wall would then tend to rotate into the retained soil.
I
I
1
I
I
I
I
Page 13 of 130
11.1er BerABAM 33301 Ninth Avenue South,Suite 300 Title Wall'F Page: 4
`� g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 24"on toe '
I
1
i
1
i
Page 14 of 130
1
.)�rer�AM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 5
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
' Rebar Lap & Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 4.00 ft above top of footing
' Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#7 bar extending up into this stem design segment from below= 28.96 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Development length for#7 bar extending up into this stem design segment from below= 22.27 in
Stem Design Segment:Bottom
' Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#7 bar specified in this stem design segment= 28.96 in
' Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#7 bar specified in this stem design segment= 22.27 in
Hooked embedment length into footing for#7 bar specified in this stem design segment= 7.18 in
As Provided= 1.4400 in2/ft
As Required= 0.8894 in2/ft
1
' Page 15 of 130
I
er�AM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 6
ea �r
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018W18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
10" w.1#6 @ 10" 1
I
I
.. I
9'-6
..
.. 13-6" I
13'-0
..
I
10" IN/#7 @ 6" -.-r
I
I
` • 1
1-L
1 -6"
I
#Gn`�10 in • • • • T
@Toe "V„
I,.41--6-=3 2' 10 i0 0,. b
#6@10" E.
@ Heel
I
I
I
I
I
Page 16 of 130
I
fb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1: Page: 7
I -, g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
125 00psf
I
i'
DL=5 LL=O# Ecc-0" i
I
I
I
I
••••••
I ••••••
• •••••
••••
•••
•►••
••
••••
••
••••
•••••
•
Pp= 2531 25#
I4809#
N co
SZ
co
op
(N
I
CA 06
Cr) Q7
I
I
I
I
Page 17 of 130
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 8
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
I
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall 1 Concrete Masonry
Designer to determine bar cutoff locations
670.0 lbs 2,010.0 lbs 3,350.0 lbs 4,690.0 lbs 6,030.0 lbs
I
0.0 lbs 1,340.0 lbs 2,680.0 lbs 4,020.0 lbs 5,360.0 lbs
13.50 ft 11.111M11111. -- ME
13.00 ft
.111111111. ' I
I
I
I
I
4.00 ft
Applied Shear Diagram iiiiiiiii
e*
I
I
I
I
Page 18 of 130
I
16 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 9
Federal WayWA980032600 Job#:A18.0601 Dsgnr: LEH Date: 1 FEB 2018
IBergeri\J3AJ\4
Description....
13'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_WaIls\Analysis\FWGS_
II
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
Wall I Concrete . Masonry Allowable Moment Line• Concrete k Masonry
Designer to determine bar cutoff locations
I 4,830.0 ft# 14,490.0 ft-ft24,150.0 ftft-it33,810.0 ft# 43,470.0 ft#
9,660.0 ft# 19,320.0 ft# 28,980.0 ft# 38,640.0 ft#
. I��_ MS
13.00 " —�
IIii :
I
I
I
I
' ctual=10, 76.0
r How.=17 6.8ft-#
4.00 ft — m1......
.1
I f
I .
Applied Moment Diagram Mu=29, 68.0
I
1.11 MnPhi= 3 499.6"
I
I
I
I
I
Page 19 of 130
I
���I erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 1
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\,18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I e (c)1987-2016, Build 11.16.07.15
License:KW-06059869CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Lice
License To:BergerABAM
Criteria I Soil Data I ---
Retained Height = 13.00 ft Allow Soil Bearing = 3,333.0 psf
I
WallEquivalent Fluid Pressure Method
height above soil = 0.50 ft
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft
I
Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingliSoil Friction = 0.350
Soil ignore height to f
I 9 'hi
for passive pressure = 12.00 in
Surcharge Loads 0 Lateral Load Applied to Stem 0 Adjacent Footing Load
Surcharge Over Heel = 0.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs I
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
L Load Type = Wind(W) II
Axial Load Applied to Stem I
. (Service Level) Footing Type Line Load
Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 159.500
Multiplier Used = 11.000 Total Seismic Force =2,312.750
I
(Multiplier used on soil density)
Design Summary I Stem Construction -1 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 4.00 0.00 I Overturning = 2.85 OK Wall Material Above"Ht" = Concrete Concrete
Sliding = 1.38 Ratio<1.5! Design Method = LRFD LRFD
Thickness = 10.00 10.00
Total Bearing Load = 15,674 lbs Rebar Size = # 6 # 7
...resultant ecc. = 16.05 in Rebar Spacing = 10.00 5.00
I
Soil Pressure Toe = 2,727psf OK Rebar Placed at = Edge Edge
@ Design Data
Soil Pressure @ Heel = 332 psf OK fb/FB+fa/Fa = 0.819 0.849
Allowable = 3,333 psf Total Force©Section
Soil Pressure Less Than Allowable
I
ACI Factored @ Toe = 3,817 psf Service Level lbs=
ACI Factored @ Heel = 465 psf Strength Level lbs= 4,027.5 7,481.5
Footing Shear @ Toe = 17.9 psi OK Mom .Actual
Footing Shear @ Heel = 19.5 psi OK Servryice iceLevel ft#=
Allowable = 94.9 psi Strength Level ft-#= 14,235.8 36,912.4 1
Sliding Calcs Moment Allowable ft#= 17,376.8 43,499.6
Lateral Sliding Force = 5,823.9 lbs
less 100%Passive Force= - 2,531.3 lbs Service Level psi=
less 100%Friction Force = - 5,485.8 lbs Strength Level psi= 44.0 82.4 I
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability = 718.8 lbs NG Anet(Masonry) in2=
Rebar Depth 'd' in= 7.63 7.56 I Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' _
I
NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. _
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy Page 20 of 130 psi= 60,000.0 60,000.0
I
I
0)., Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 2
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
U
Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
II RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Concrete Stem Rebar Area Details
I2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.4319 in2/ft
(4/3)*As: 0.5758 in2/ft Min Stem T&S Reinf Area 2.280 in2
I 3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Min Stem T&S Reinf Area per ft of stem Height 0.240 in2/ft
Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.4319 in2/ft #4@ 10.00 in #4@ 20.00 in
I Provided Area: 0.528 in2/ft
1.9444 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
I As(based on applied moment):
(4/3)*As: 1.1295 in2/ft
1.506 in2/ft Min Stem T&S Reinf Area 0.960 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.5625)/6000013208 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
I One layer of: Two layers of:
Required Area: 1.1295 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 1.44 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9284 in2/ft #6@ 22.00 in #6@ 44.00 in
IFooting Dimensions &Strengths I L Footing Design Results
Toe Width = 2.25 ft las Heel
Heel Width = 8.00 Factored Pressure = 3,817 465 psf
I Total Footing Width = 10.25 Mu':Upward 9,041 31,995 ft-#
Footing Thickness 18.00 in Mu':Downward 1,412 55,008 ft#
Mu: Design = 7,629 23,013 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 17.92 19.48 psi
Key Depth = 0.00 inI
Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #6 @ 10.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #6 @ 10.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
I Cover @ Top 2.00 @ Btm= 3.00 in
Toe: #4@ 6.17 in,#5@ 9.57 in,#6@ 13.58 in,#7@ 18.52 in,#8@ 24.38 in,#9@ 30.
Heel:#4@ 5.34 in,#5@ 8.28 in,#6@ 11.76 in,#7@ 16.03 in,#8@ 21.11 in,#9@ 26.
Key: No key defined
I Min footing T&S reinf Area 3.99 in2
Min footing T&S reinf Area per foot 0.39 in2 ift
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 6.17 in #4@ 12.35 in
#5@ 9.57 in #5@ 19.14 in
I #6@ 13.58 in #6@ 27.16 in
I
I
I
I
I
Page 21 of 130
111
li) Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 3
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018W18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining License:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Summary of Overturning& Resisting Forces & Moments
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-it lbs ft ft-#
Heel Active Pressure = 4,205.0 4.83 20,324.2 Soil Over Heel = 11,180.0 6.67 74,533.3 111Surcharge over Heel = Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 2.67 13.3
Load @ Stem Above Soil= *Axial Live Load on Stem =
Seismic Earth Load = 1,618.9 7.25 11,737.2 Soil Over Toe = 495.0 1.13 556.9
= Surcharge Over Toe =
Total 5,823.9 O.T.M. 32,061.4 Stem Weight(s) = 1,687.5 2.67 4,500.0
Earth @ Stem Transitions=
= = Footing Weight = 2,306.3 5.13 11,819.5
Resisting/Overturning Ratio = 2.85 Key Weight =
Vertical Loads used for Soil Pressure= 15,673.8 lbs Vert.Component =
Total= 15,673.8 lbs R.M.= 91,423.1
If seismic is included,the OTM and sliding ratios *Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Sliding Resistance.
I
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
Tilt I I
Horizontal Deflection at Top of Wall due to settlement of soil
(Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.100 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe,
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
I
Page 22 of 130
1
1
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 4
, g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
1 Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
' RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
DESIGNER NOTES:
Soil at 24"on toe
i
1
1
1
1
1
1
1
t
1
1
1
I
Page 23 of 130
1
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 5
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 4.00 ft above top of footing
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#7 bar extending up into this stem design segment from below= 28.96 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Development length for#7 bar extending up into this stem design segment from below= 22.27 in
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#7 bar specified in this stem design segment= 28.96 in
Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#7 bar specified in this stem design segment= 22.27 in
Hooked embedment length into footing for#7 bar specified in this stem design segment= 9.12 in
As Provided= 1.4400 in2/ft
As Required= 1.1295 in2/ft
I
I
I
I
1
I
Page 24 of 130
I
I
lbBergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 6
�.i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I
1 Cl,. ,,. #G L 10- E�
G'
•.
1 ••
I ..
5'-6"
S.
1 •• 13-0° 13-i3
I ••
10" w:1 #7 @ 5" -war
I ••
•••• '• •••• . / o
#6@10 in • • • • _i_ 16
IToe £
2-3' 6-I]'
I
a----�� 10 3"
#G@10" b p
Heel
I
I
I
I
I
Page 25 of 130
I
I
fi) Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 7
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Seismic Loading
I
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
I
DL=E,LL=0#. Ecc=0
I
I
I
I
PA VA I
mum
Pp= 2E31.25# I
4205# 1€19#
• Seismic lateral earth pressure
n ) 1Z,
et.
N C77
N— CO
N
I
I
I
1
I
I
Page 26 of 130
I
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 8
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
1 RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
I
Wall l Concrete Masonry
Designer to determine bar cutoff locations
I
800.0 lbs 2,400.0 lbs 4,000.0 lbs 5,600.0 lbs 7,200.0 lbs
0.0 lbs 1,600.0 lbs 3,200.0 lbs 4,800.0 lbs 6,400.0 lbs
13.50 ft 1.1111.111111.111111 OM--_-.11111111
13.00 ft
1 Ili
1 _
4.00
I
.
I Applied Shear Diagram
1 11
I
I
I
I
Page 27 of 130
I
I
') BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 1 Page: 9
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
13'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,AC1 318-14,ACI 530-13
License To:BergerABAM
I
Wall I Concrete Masonry Allowable Moment Line- Concrete I Masonry
Designer to determine bar cutoff locations
4,830.0 ft-# 14,490.0 ft-* 24,150.0 ft-# 33,810.0 ft-# 43,470.0 ft-#
I
0.0 ft-# 9,660.0 ft-# 19,320.0 ft-# 28,980.0 ft-# 38,640.0 ft-#
13.50ft I— 'mIIIIIIIIIIIIIIMMII
13.00 ft
I
I
I
I
i
ctual=14, 35.8
4 flow.=17 76.8ft-#
I ii 1 --.............1.
. 11111 1
, .
Mu=36,"12.4
MnPhi=43 499.6
111
I
I
I
I
Page 28 of 130
I
I
'b g Ber erA J3A M 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 1
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,AC1 530-13
Criteria I Soil Data
Retained Height = 12.00 ft Allow Soil Bearing = 2,500.0 psf
Wall height above soil = 0.50 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
I Height of Soil over Toe = 24.00 in Passive Pressure 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootinglISoil Friction = 0.350
1 Soil height to ignore
for passive pressure =
12.00 in •
1 Surcharge Loads = Lateral Load Applied to Stem Adjacent Footing Load
Surcharge Over Heel125.0 psf Lateral Load 0.0#/ft Adjacent Footing Load 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = II
0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem Load Type = Wind(W)(Service Level) Footing Type Line Load
Base Above/Below Soil - 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem= 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
1 Axial Load Eccentricity = 0.0 in
Design Summary I Stem Construction 0 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 4.00 0.00
I
Overturning = 3.14 OK Wall Material Above"Ht" = Concrete Concrete
Sliding 1.55 OK Design MethodLRFD LRFD
Thickness =
= 10.00 10.00
Total Bearing Load = 12,571 lbs Rebar Size = # 6 # 7
...resultant ecc. = 9.34 in Rebar Spacing = 14.00 7.00
Soil Pressure @ Toe = 2,203 psf OK Rebar Placed at = Edge Edge
Soil Pressure @ Heel = 670 psf OK Design Data =
fb/FB+fa/Fa 0.605 0.722
Allowable = 2,500 psf Total Force©Section
Soil Pressure Less Than Allowable
ACI Factored @ Toe = 3,084 psf Service Level lbs=
ACI Factored @ Heel = 938 psf Strength Level lbs= 2,581.3 5,408.0
Moment....Actual
Footing Shear @ Toe = 21.7 psi OK Service Level ft-#=
Footing Shear @ Heel = 19.6 psi OK Strength Level ft-#= 7,594.7 23,232.0
1 Allowable = 94.9 psi
Sliding Calcs Moment Allowable ft-#= 12,563.1 32,194.7
Lateral Sliding Force = 4,063.3 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi=
1 less 100%Friction Force = - 4,152.1 lbs Strength Level psi= 28.2 59.6
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability 0.0 lbs OK Anet(Masonry) int=
Rebar Depth 'd' in= 7.63 7.56
Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
111 NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0 60,000.0
1
I
Page 29 of 130
I
./Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 2
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
Retainer:(c)1987-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Concrete Stem Rebar Area Details
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.2304 in2/ft
(4/3)*As: 0.3072 in2/ft Min Stem T&S Reinf Area 2.040 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
I
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.3072 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.3771 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.7109 in2/ft
(4/3)*As: 0.9478 in2/ft Min Stem T&S Reinf Area 0.960 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.5625)/600003208 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.7109 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 1.0286 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9284 in2/ft #6@ 22.00 in #6@ 44.00 in
Footing Dimensions &Strengths I _ Footing Design Results
Toe Width = 2.25 ft lac dud
Heel Width = 6.50 Factored Pressure = 3,084 938 psf
I
Total Footing Width = 8.75 Mu':Upward = 7,342 22,505 ft-#
Footing Thickness = 15.00 in Mu':Downward = 1,299 34,568 ft-#
Mu: Design = 6,043 12,063 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 21.69 19.63 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #6 @ 10.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #6 @ 10.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in
Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Heel:#4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Key: No key defined
Min footing T&S reinf Area 2.84 in2
I
Min footing T&S reinf Area per foot 0.32 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
#5@ 11.48 in #5@ 22.96 in
#6@ 16.30 in #6@ 32.59 in
I
I
I
I
Page 30 of 130
I
I
11 Berg33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 3
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Summary of Overturning & Resisting Forces & Moments
I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
I Heel Active Pressure = 3,511.3 4.42 15,508.0 Soil Over Heel 8,160.0 5.92 48,280.0
Surcharge over Heel 552.1 6.63 3,657.6 Sloped Soil Over Heel
Surcharge Over Toe Surcharge Over Heel
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 2.67 13.3
I Load @ Stem Above Soil= *Axial Live Load on Stem =
Soil Over Toe = 495.0 1.13 556.9
Surcharge Over Toe =
Total = 4,063.3 O.T.M. _ 19,165.6 Stem Weight(s) 1,562.5 2.67 4,166.7
Earth @ Stem Transitions=
Footing Weight = 1,640.6 4.38 7,177.7
Resisting/Overturning Ratio = 3.14 Key Weight =
Vertical Loads used for Soil Pressure= 12,571.5 lbs Vert.Component =
I
Total= 11,863.1 lbs R.M.= 60,194.6
*Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
Tilt
I
Horizontal Deflection at Too of Wall due to settlement of soil
(Deflection due to wall bending not considered)
ISoil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.087 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
I
Page 31 of 130
I
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 4
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 24"on toe I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 32 of 130
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 5
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 4.00 ft above top of footing
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#7 bar extending up into this stem design segment from below= 28.96 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Development length for#7 bar extending up into this stem design segment from below= 22.27 in
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#7 bar specified in this stem design segment= 28.96 in
Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#7 bar specified in this stem design segment= 22.27 in
Hooked embedment length into footing for#7 bar specified in this stem design segment= 8.03 in
As Provided= 1.0286 in2/ft
As Required= 0.7109 in2/ft
1
I
I
I
I
I
I
Page 33 of 130
I
'i Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 6
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfs1\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,AC1 318-14,ACI 530-13
License To:BergerABAM
I
10' #6 j 14- 1 ,. J.•••••••••• ' •'w`'r
R• •••....r• I
.•
••
I
••
•• o- 1
•• = I
12'-0
••
•• T I
10" IIV ##7, @7"
•• I
• .. ••
4 0„
* * 0 R1 3"TI
#6@10 in •
Toe 3„
2-3" G G"
I
.-1 a-4 d
#6@10" 0 9.
--A-- r-
@ Heel I
I
I
I
I
Page 34 of 130 I
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 7
1 g Federal Way,WA 98003-2600 Job# Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018'A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
12;, UOpsf
DL=5 .LL=G#. Ecc=LI
I
MAMMA
i
I
1
Pp= 2151.56#
4063#
V U)
a a
acs a
m
o') o
I
1
' Page 35 of 130
I
'i BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 8
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13 Lice
License To:BergerABAM
I
Wall I Concrete Masonry
Designer to determine bar cutoff locations
I
580.0 lbs 1,740.0 lbs 2,900.0 lbs 4,060.0 lbs 5,220.0 lbs
0.0 lbs ,. 1,160.0 lbs 2,320.0 lbs 3,480.0 lbs i 4,640.0 lbs #
12.50 ft =1.
12.00 .. . --
s I
1
t 1
I
•
1
4.00 ft .11111
quill
1
...int 1
I
I
I
I
Page 36 of 130
III
I
��BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 9
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
12'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
1
WaI10 Concrete•Masonry Allowable Moment Lines Concrete 0 Masonry
Designer to determine bar cutoff locations
I
3,580.0 ft-# 10,740.0 ft-# 17,900.0 ft-# 25,060.0 ft-# 32,220.0 ft-#
0.0 ft-# 7,160.0 ft-# 14,320.0 ft-# 21,480.0 ft# 28,6 0.0 ft#
12.50 r'—'t
12.00 ft 3
I
i t
I
I
Actual= 7,5''.7
ow.=12 5;3.1ft-#4.00 ft
Applied Moment Diagram Mu=23,232.0
MnPhi=32.194.7
000ft •
I
I
I
I
I
Page 37 of 130
I
,b BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 1
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Criteria I Soil Data
Retained Height = 12.00 ft Allow Soil Bearing = 3,333.0 psfI
WallEquivalent Fluid Pressure Method
height above soil = 0.50 ft
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft I
Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingliSoil Friction = 0.350
Soil height to ignore
for passive pressure = 12.00 in :Y
Surcharge Loads I Lateral Load Applied to Stem I Adjacent Footing Load I
Surcharge Over Heel = 0.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Load Type = Wind(W)
I
Axial Load Applied to Stem (Service Level) Footing Type Line Load
Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 145.750
Multiplier Used = 11.000 Total Seismic Force = 1,931.188
(Multiplier used on soil density) I
Design Summary a Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 4.00 0.00
Overturning = 2.46 OK Wall Material Above"Ht" = Concrete Concrete
Sliding = 1.30 Ratio<1.5! Design Method = LRFD LRFD
Thickness = 10.00 10.00
Total Bearing Load = 11,863 lbs Rebar Size = # 6 # 7
...resultant ecc. = 16.36 in Rebar Spacing = 14.00 7.00 1
Soil Pressure Toe = 2,623psf OK Rebar Placed at = Edge Edge
@ Design Data
Soil Pressure @ Heel = 89 psf OK fb/FB+fa/Fa = 0.806 0.898
Allowable = 3,333 psf Total Force @ Section
Soil Pressure Less Than Allowable
I
ACI Factored @ Toe = 3,672 psf Service Level lbs=
ACI Factored @ Heel = 124 psf Strength Level lbs= 3,214.0 6,357.0
Footing Shear @ Toe = 26.2 psi OK
Actual
Service Level Moment....Level
Footing Shear @ Heel = 25.7 psi OK ft-#=
Allowable = 94.9 psi Strength Level ft#= 10,125.3 28,926.0
1
Sliding Calcs Moment Allowable ft-#= 12,563.1 32,194.7
Lateral Sliding Force = 4,863.1 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi=
less 100%Friction Force = - 4,152.1 lbs Strength Level psi= 35.1 70.0
1
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability = 991.0 lbs NG Anet(Masonry) in2=
Rebar Depth 'd' in= 7.63 7.56
Masonry Data I
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' _
NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.01
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
Live Load 1.600 Masonry Design Method = ASDI
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy Page 38 of 130 psi= 60,000.0 60,000.0
I
�� Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 2
`i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
' RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
Concrete Stem Rebar Area Details
I
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.3072 int/ft
(4/3)*As: 0.4096 in2/ft Min Stem T&S Reinf Area 2.040 in2
I
3sqrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.3235 in2/ft #4@ 10.00 in #4@ 20.00 in
I
Provided Area: 0.3771 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
I As(based on applied moment): 0.8851 in2/ft
(4/3)*As: 1.1801 in2/ft Min Stem T&S Reinf Area 0.960 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.5625)/600003208 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
I
One layer of: Two layers of:
Required Area: 0.8851 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 1.0286 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9284 in2/ft #6@ 22.00 in #6@ 44.00 in
' Footing Dimensions &Strengths I L Footing Design Results
Toe Width = 2.25 ft Igg j:gr.
Heel Width = 6.50 Factored Pressure = 3,672 124 psf
I Total Footing Width = 8.75 Mu':Upward 8,525 14,289 ft-#
Footing Thickness 15.00 in Mu':Downward 1,299 31,357 ft-#
Mu: Design = 7,227 17,068 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 26.22 25.69 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 7.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 7.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7©22.22 in,#8@ 29.26 in,#9@ 37
Heel:#4@ 5.78 in,#5@ 8.96 in,#6@ 12.72 in,#7@ 17.34 in,#8@ 22.83 in,#9@ 28.
Key: No key defined
I Min footing T&S reinf Area 2.84 in2
Min footing T&S reinf Area per foot 0.32 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
#5@ 11.48 in #5@ 22.96 in
#6@ 16.30 in #6@ 32.59 in
I
I
I
I
Page 39 of 130
1
epi BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 3
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Summary of Overturning & Resisting Forces & Moments
OVERTURNING RESISTING
I
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 3,511.3 4.42 15,508.0 Soil Over Heel = 8,160.0 5.92 48,280.0
Surcharge over Heel = Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 2.67 13.3 ,
Load @ Stem Above Soil= *Axial Live Load on Stem =
Seismic Earth Load = 1,351.8 6.63 8,955.9 Soil Over Toe = 495.0 1.13 556.9
= Surcharge Over Toe =
Total 4,863.1 O.T.M. 24,463.9 Stem Weight(s) = 1,562.5 2.67 4,166.7
Earth @ Stem Transitions= I= = Footing Weight = 1,640.6 4.38 7,177.7
Resisting/Overturning Ratio = 2.46 Key Weight =
Vertical Loads used for Soil Pressure= 11,863.1 lbs Vert.Component =
Total= 11,863.1 lbs R.M.= 60,194.6
111
If seismic is included,the OTM and sliding ratios *Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
Tilt I I
Horizontal Deflection at ToD of Wall due to settlement of soil
(Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci 111
Horizontal Defl @ Top of Wall(approximate only) 0.104 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe, 111because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
I
Page 40 of 130
I
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 4
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
' DESIGNER NOTES:
Soil at 24"on toe
I
I
I
I
I
I
I
i
I
Page 41 of 130
1
111 Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 5
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
Retainer:(c)1687-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 4.00 ft above top of footing
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#7 bar extending up into this stem design segment from below= 28.96 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Development length for#7 bar extending up into this stem design segment from below= 22.27 in
111
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing 111Lap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#7 bar specified in this stem design segment= 28.96 in
Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#7 bar specified in this stem design segment= 22.27 in
Hooked embedment length into footing for#7 bar specified in this stem design segment= 10.00 in
As Provided= 1.0286 in2/ft
As Required= 0.8851 in2/ft
t
I
I
I
I
I
Page 42 of 130
I
'i g Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 6
I `i Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
1 RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I 10" wf#6 @ 14' 1
i
••
111
••
1 ••
' •• 12-0' 12-6"
••
1 •.
10" W #7@7" T
a
I ••
• ••••••• • 4 -0,.
•
12-0" e:
I
��BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 7
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I Retainer:(c)1987-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
I
DL='_ ,LL=3* Ecc 3 ' I
I
I
11
11115
Pp= 2151.56#
2T11 12F`iII
■ Seismic lste:rsl Ea•t!i G'ESSu'E
2
L .
O l'
,:n CD
CJ
CD
C!
i
III
III
I
I
I
Page 44 of 130 i
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 8
I
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
Walla Concrete.Masonry
Designer to determine bar cutoff locations
I
680.0 lbs 2,040.0 lbs 3,400.0 lbs 4,760.0 lbs 6,120.0 lbs
0.0 lbs 1,360.0 lbs 2,720.0 lbs 4,080.0 lbs 5,440.0 lbs c
12.50 ft
12.00 ft Il
Tep of Ce.l
1 l , I
v
I ! 1
1 I
I 1
I4.00 ft
I
I Applied Shear Diagram
0.00 ft
I
I
I
I
I
Page 45 of 130
1
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 2 Page: 9
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
12'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro Ic11987-2016, Build 11.16.07.15 Cantilevered Retaining License:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall I Concrete Masonry Allowable Moment Line-1 Concrete I Masonry
Designer to determine bar cutoff locations
3,580.0 ft-# 10,740.0 ft-# 17,900.0 ft-# 25,060.0 ft-# 32,220.0 ft-#
I
0.0 ft-# 7,160.0 ft-# 14,320.0 ft-# 21,480.0 ft-# " 28,640.0 ft-#
12.50 ft "_IIIII.
.,, ..,. .-
12.00
4
1
I
I
,_ I
tual=10,1 5.3 I Aow.=1253.1ft-#
4.00ft , 1 �..
01
..
. _... ,... .. ,
1
Nu
Applied Moment Diagram . ill
,:
Mu=28,926.0
OD DEM, I
I
I
I
I
Page 46 of 130
I
I
lb Ber eI'ABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 1
1 g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018W18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Criteria I _Soil Data 1 ,,,w__
' Retained Height = 10.00 ft Allow Soil Bearing = 2,500.0 psf
Wall height above soil = 0.50 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
1 Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft
Water height over heel = 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingjlSoil Friction = 0.350 ,.'
I
Soil height to ignore = F .
for passive pressure12.00 in ~:;;. ,•
F% i'
I
LSurcharge Loads = Lateral Load Applied to Stem ` Adjacent Footing Load
Surcharge Over Heel125.0 psf Lateral Load 0.0#/ft Adjacent Footing Load 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
I
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem \ Load Type = Wind(W) Type
pp (Service Level) FootingT e Line Load
Base Above/Below Soil - 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
I
Axial Load Eccentricity = 0.0 in
Design Summary Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 2.75 0.00
I
=Overturning 2.38 OK Wall Material Above"Ht" = Concrete Concrete
Sliding1.63 OK Design MethodLRFD LRFD
Thickness =
= 10.00 10.00
Total Bearing Load = 8,387 lbs Rebar Size = # 6 # 6
...resultant ecc. = 11.83 in Rebar Spacing = 18.00 9.00
I Soil Pressure @Toe = 2,465 psf OK Rebar Placed at =
- Edge Edge
Soil Pressure @ Heel 116 psf OK Design Data fb/FB+fa/Fa - 0.591 0.729
Allowable = 2,500 psf
Soil Pressure Less Than Allowable Total Force @ Section
ACI Factored @Toe = 3,451 psf Service Level lbs=
ACI Factored @ Heel = 162 psf Strength Level lbs 2,165.3 3,866.7
MomentActual
Footing Shear @ Toe = 10.6 psi OK Service Level ft4=
Footing Shear @ Heel = 18.0 psi OK
I
Allowable = 94.9 psi Strength Level ft-#= 5,816.9 14,000.0
Sliding Calcs Moment Allowable ft-#= 9,836.6 19,216.2
Lateral Sliding Force = 3,000.0 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi=
II less 100%Friction Force = - 2,753.2 lbs Strength Level psi= 23.7 42.3
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability 0.0 lbs OK Anet(Masonry) int=
Rebar Depth 'd' in= 7.63 7.63
I Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
I
NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load
Earth,H 1.600 Masonry Design Method = ASD
1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0 60,000.0
I
I
Page 47 of 130
I
AD
Ber33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 2
,
gerABAM Federal Way,WA 98003_2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Concrete Stem Rebar Area Details III2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.1765 in2/ft
(4/3)*As: 0.2353 in2/ft Min Stem T&S Reinf Area 1.860 in2
3sgrt(fc)bd/fy:3sqrt(5000)(12)(7.625)/60000.3235 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
I
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.2353 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.2933 in2/ft #5@ 15.50 in #5@ 31.00 in
I
Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing ,
As(based on applied moment): 0.4247 in2/ft
(4/3)*As: 0.5663 in2/ft Min Stem T&S Reinf Area 0.660 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.4247 in2/ft #4©10.00 in #4@ 20.00 in
Provided Area: 0.5867 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
I
Footing Dimensions & Strengths I Footing Design Results
Toe Width = 1.50 ft Ike til
Heel Width = 5.00 Factored Pressure = 3,451 162 psf
I
Total Footing Width = 6.50 Mu':Upward = 3,597 7,508 ft-#
Footing Thickness = 15.00 in Mu':Downward = 577 16,189 ft-#
Mu: Design = 3,020 8,681 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 10.62 18.02 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 10.00 inIII
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 10.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
I
Cover @Top 2.00 @ Btm= 3.00 in Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
' Heel:#4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Key: No key defined
Min footing T&S reinf Area 2.11 in2
I
Min footing T&S reinf Area per foot 0.32 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
#5@ 11.48 in #5@ 22.96 in
#6@ 16.30 in #6@ 32.59 in111
I
I
I
I
Page 48 of 130
1
I
L Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 3
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Summary of Overturning & Resisting Forces & Moments
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-it lbs ft ft-#
IHeel Active Pressure = 2,531.3 3.75 9,492.2 Soil Over Heel = 5,000.0 4.42 22,083.3
Surcharge over Heel 468.8 5.63 2,636.7 Sloped Soil Over Heel
Surcharge Over Toe Surcharge Over Heel
Adjacent Footing Load = Adjacent Footing Load =
I
Added Lateral Load Axial Dead Load on Stem= 5.0 1.92 9.6
Load @ Stem Above Soil= *Axial Live Load on Stem =
Soil Over Toe = 330.0 0.75 247.5
Surcharge Over Toe =
Total _ 3,000.0 O.T.M. _ 12,128.9 Stem Weight(s) = 1,312.5 1.92 2,515.6
Earth @ Stem Transitions=
Footing Weight = 1,218.8 3.25 3,960.9
Resisting/Overturning Ratio = 2.38 Key Weight =
Vertical Loads used for Soil Pressure= 8,387.1 lbs Vert.Component =
I Total= 7,866.3 lbs R.M.= 28,817.0
*Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
Tilt
I
Horizontal Deflection at TOD of Wall due to settlement of soil
(Deflection due to wall bending not considered)
ISoil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.111 in
I The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe,
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
1
I
Page 49 of 130
1
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 4
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 24"on toe
1
1
1
1
i
1
1
1
1
1
1
1
Page 50 of 130
I
iPJ Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 5
I �i g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
II
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I Rebar Lap & Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 2.75 ft above top of footing
I Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#6 bar extending up into this stem design segment from below= 19.86 in
Development length for#6 bar specified in this stem design segment= 15.27 in
IDevelopment length for#6 bar extending up into this stem design segment from below= 15.27 in
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
ILap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
I Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Hooked embedment length into footing for#6 bar specified in this stem design segment= 7.21 in
As Provided= 0.5867 int/ft
IAs Required= 0.4247 in2/ft
1
I
I
I
I
I
I
I
I
Page 51 of 130
I
I
ilb Berg erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 6
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
I
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetaCantileveredRetaining
pro(c)1987-2016, Build 11.16.07.15
License Wall Code: IBC 2015,ACI 318-14,ACI 530-13
:KW-06059869
License To:BergerABAM
I
•
I
...db.--
I
••
7.••
-9' 1
10-6" '•• 100'
••
I
„r
10"wi#6@9
I
2
. •
• ..•iit'i x ; I
• • • 12:.
#5@10 in 4111-0-11. 1F3 I
@ Toe
1 -6" S 0”
1
- P.-
#5@10
#5@10 6-6"
@ Heel
I
I
I
I
I
Page 52 of 130
1
411 BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 7
`i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
' 125.O0psf
DL=5 LL=O# Ecc=O' t
1
1 I
I
•N
Pp= 2151.56#
3000#
1 1 )
G
' Page 53 of 130
I
1/ BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 8
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall I Concrete Masonry
Designer to determine bar cutoff locations
410.0 lbs 1,230.0 lbs 2,050.0 lbs 2,870.0 lbs 3,690.0 lbs
0.0 lbs 820.0 lbs I 1,640.0 lbs 2,460.0 lbs i. 3,280.0 lbs
10.50 ft
10.00 ft
3
t
n
I
I
F
i
2.75 ft
Applied Shear Diagram ' 'gig"' I
II el
I
1
I
I
Page 54 of 130
I
itBerg33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 9
`i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
10'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
WaIIQ Concrete.Masonry Allowable Moment Lines Concrete 0 Masonry
Designer to determine bar cutoff locations
I 0.0 ft-# 2,140.0 ft-# 6,420.0 ft-# 10,700.0 ft-# 14,980.0 ft-# 19,260.0 ft4t
4,280.0 ft-#6,420.0
t# 8,560.0 ft-# 12,840.0 ft-# 17,120.0 ft-#
10.50 ft "_, t
10.00 ft —......,
a
I Illj
ctual= 5,: 6.9
2 75—; �IIow.= 9,8;6.6ft-#
ft
CIL
I - 1
Applied Moment Diagram Mu=14.000.0
I
``��
MnPhi=19.216.ASSI
000ft
I
I
I
I
I
Page 55 of 130
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 1
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ '
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Criteria I Soil Data
I
Retained Height = 10.00 ft Allow Soil Bearing = 3,333.0 psf1
WallEquivalent Fluid Pressure Method
height above soil = 0.50 ft
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft I
Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingllSoil Friction = 0.350 hiII___________
Soil height to ignore I
for passive pressure = 12.00 in
•
Surcharge Loads ` I Lateral Load Applied to Stem i Adjacent Footing LoadIII
1
Surcharge Over Heel = 0.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Load Type = Wind(W) I
Axial Load Applied to Stem ` (Service Level) Footing Type Line Load
Base Above/Below Soil 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 123.750
Multiplier Used = 11.000 Total Seismic Force = 1,392.188
I
(Multiplier used on soil density)
Design Summary i Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 2.75 0.00
Overturning = 1.92 OK Wall Material Above"Ht" = Concrete Concrete
Sliding = 1.40 Ratio<1.5! Design Method = LRFD LRFD
Thickness = 10.00 10.00
Total Bearing Load = 7,866 lbs Rebar Size = # 6 # 6
...resultant ecc. = 17.88 in Rebar Spacing = 16.00 8.00
I
Rebar Placed at = Edge Edge
Soil Pressure @ Toe = 2,980 psf OK Design Data
Soil Pressure @ Heel = 0 psf OK fb/FB+fa/Fa = 0.663 0.784
Allowable = 3,333 psf Total Force @ Section
I Soil Pressure Less Than Allowable
ACI Factored @ Toe = 4,172 psf Service Level lbs=
ACI Factored @ Heel = 0 psf Strength Level lbs= 2,579.2 4,437.5
Footing Shear @Toe = 13.1 psi OK Moment....Actual
Footing Shear @ Heel = 23.4 psi OK Service
Levelvl ft#_ft-ft= 7,317.1 16,854.2
1
Allowable = 94.9 psi Strength
Sliding Calcs Moment Allowable ft#= 11,034.0 21,489.7
Lateral Sliding Force = 3,505.8 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi= I less 100%Friction Force = - 2,753.2 lbs Strength Level psi= 28.2 48.5
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability = 353.9 lbs NG Anet(Masonry) in2=
Rebar Depth 'd' in= 7.63 7.63 I Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
1
NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
Live Load 1.600 Masonry Design Method = ASDI
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy Page 56 of 130 psi= 60,000.0 60,000.0
I
I
A 1 BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 2
I g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
I This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I Concrete Stem Rebar Area Details
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.222 in2/ft
(4/3)*As: 0.296 in2/ft Min Stem T&S Reinf Area 1.860 in2
I 3sqrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.296 in2/ft #4@ 10.00 in #4@ 20.00 in
I
Provided Area: 0.33 in2/ft
1.9444 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
I
As(based on applied moment): 0.5113 in2/ft
(4/3)*As: 0.6818 in2/ft Min Stem T&S Reinf Area 0.660 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(7.625)/60000.3235 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
I 0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options
One layer of: Two layers of:
Required Area: 0.5113 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.66 in2/ft #5@ 15.50 in #5@ 31.00 in
I Maximum Area: 1.9444 in2/ft #6@ 22.00 in #6@ 44.00 in
Footing Dimensions &Strengths I L Footing Design Results
Toe Width = 1.50 ft Zpg Heel
Heel Width = 5.00 Factored Pressure = 4,172 0 psf
ITotal Footing Width6.50 Mu':Upward 4,249 3,368 ft-#
Footing Thickness 15.00 in Mu':Downward 577 14,453 ft-#
Mu: Design = 3,672 11,085 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 13.14 23.39 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe 0.00 ft Toe Reinforcing = #5 @ 8.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 8.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Cover @ Top 2.00 @ Btm.= 3.00 in Other Acceptable Sizes&Spacings
Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Heel:#4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Key: No key defined
I Min footing T&S reinf Area 2.11 in2
Min footing T&S reinf Area per foot 0.32 in2 ift
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
I
#5@ 11.48 in #5@ 22.96 in
#6@ 16.30 in #6@ 32.59 in
I
I
I
I
IPage 57of130
I
ii BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 3
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
L Summary of Overturning & Resisting Forces & Moments M
I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 2,531.3 3.75 9,492.2 Soil Over Heel = 5,000.0 4.42 22,083.3
I
Surcharge over Heel = Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 1.92 9.6
I
Load @ Stem Above Soil= *Axial Live Load on Stem =
Seismic Earth Load = 974.5 5.63 5,481.7 Soil Over Toe = 330.0 0.75 247.5
= Surcharge Over Toe =
Total 3,505.8 O.T.M. 14,973.9 Stem Weight(s) = 1,312.5 1.92 2,515.6
I
Earth @ Stem Transitions=
= = Footing Weight = 1,218.8 3.25 3,960.9
Resisting/Overturning Ratio = 1.92 Key Weight =
Vertical Loads used for Soil Pressure= 7,866.3 lbs Vert.Component =
I
Total= 7,866.3 lbs R.M.= 28,817.0
If seismic is included,the OTM and sliding ratios *Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
Tilt I I
Horizontal Deflection at ToD of Wall due to settlement of soil
(Deflection due to wall bending not considered) I Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl©Top of Wall(approximate only) 0.134 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe,
I
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
Page 58 of 130
I
Berg33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 4
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,AC1 318-14,ACI 530-13
DESIGNER NOTES:
Soil at 24"on toe
I
1
I
1
' Page 59 of 130
1
I) BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 5
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap & Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 2.75 ft above top of footing
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Lap Splice length for#6 bar extending up into this stem design segment from below= 19.86 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Development length for#6 bar extending up into this stem design segment from below= 15.27 in
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#6 bar extending down into this stem design segment from above= 19.86 in
Lap Splice length for#6 bar specified in this stem design segment= 19.86 in
Development length for#6 bar extending down into this stem design segment from above= 15.27 in
Development length for#6 bar specified in this stem design segment= 15.27 in
Hooked embedment length into footing for#6 bar specified in this stem design segment= 7.72 in
As Provided= 0.6600 int/ft
As Required= 0.5113 in2/ft
1
1
1
1
1
1
1
Page 60 of 130
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 6
U
`i Job Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I10" Grp #6 @ 16" i
I
••
I 7-9"
••
I •• 10-0 10-6"
I 0
10"wr#6@8- A
I
zo
i••••••••• ••
#+4074 r 1' r
if ilve."4110
• • • 1-2"i
'•-- •• 11-3 r
I
#5@8 in
@ Tae 3
1 -6 F-0
#5@8' 6-6"
1 .-
'I
@ Heel
I
I .
I
I
I
Page 61 of 130
1
Ber erM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 7
ABA
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
1
DL=5,LL�O#,Eco*-0"
SSW
I
Pp= 2151.5e#
ng,
1* 975*
Seismic late,al ea*th cressure
I
I
Page 62 of 130
I
ai BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 8
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
1 Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
Wall I Concrete : Masonry
Designer to determine bar cutoff locations
I
10.50 ft I_lbs 480.0 lbs
960.0 lbs 1,440.0 lbs
1,920.0 lbs 2,400.0 lbs
2,880.0 lbs 3,360.0 lbs 4,320.0 lbs
0.0 M
3,840.0 lbs
1111.11111 .1.1.1110.111111
10.00 ft
I I
1
1
i
1 /
g I
I .. ...,..,...�..... ..-.„,„.,.,, ,........,..... ...,........... .........,..v .
I
IIII
I2.75 ft
I
Applied Shear Diagram _, .,_ , . ,-. ,. ,n _
I
I
I
I
I
Page 63 of 130
I
')Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 3 Page: 9
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
10'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
(c)1987-2016, Build 11.16.07.15
Licensee:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
License
License To:BergerABAM
Wall Concrete Masonry Allowable Moment Linea Concrete o Masonry
Designer to determine bar cutoff locations
2,390.0 ft-# 7,170.0 ft-# 11,950.0 ft-# 16,730.0 ft4 21,510.0 ft-# t
0.0 ft4 4,780.0 ft-# 9,560.0 ft-# 14,340.0 ft-# 19,120.0 ft-#
10.50ft I
10.00 ft
t
111
n.. .,.. ..... �.a..
.int, ,“...a......
. ,., 1
I
ctual= 7,C17.1
' Allow.=11,l 34.0ft-#
2.75 .
. I
Applied Moment Diagram " Mu= 16,854.2
MnPhi=21.489.7ft
I
0.00
I
I
I
I
Page 64 of 130
I
41 Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 1
I g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Criteria 0 Soil Data
I
I
= Allow Soil Bearing = 2,500.0psf
Retained Height 7.50 ft p
Wall height above soil = 0.50 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
1 Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf
Footin Soil Friction = 0.350 '`' €��
= .r: -
Soil height to ignore
..76
9 9 :s::fi:
for passive pressure12.00 in .
Surcharge Loads Lateral Load Applied to Stem Adjacent Footing Load •
I
Surcharge Over Heel = 125.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
I
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem I_ Load Type = Wind(W)(Service Level) Footing Type Line Load
Base Above/Below Soil - 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem= 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
I
Axial Load Eccentricity = 0.0 in
Design Summary Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 6.00 0.00
I
=Overturning 3.74 OK Wall Material Above"Ht" = Concrete Concrete
Sliding2.30 OK Design MethodLRFD LRFD
Thickness =
= 10.00 10.00
Total Bearing Load = 6,825 lbs Rebar Size = # 5 # 5
...resultant ecc. = 5.70 in Rebar Spacing = 12.00 12.00
Soil Pressure @ Toe = 1,511 psf OK Rebar Placed at = Edge Edge
Soil Pressure @ Heel = 589 psf OK Design Data
fb/FB+fa/Fa
= 0.010 0.571
Allowable = 2,500 psf
Soil Pressure Less Than Allowable Total Force @ Section
ACI Factored @ Toe = 2,115 psf Service Level lbs=
ACI Factored @ Heel = 825 psf Strength Level lbs= 172.0 2,300.0
Moment....Actual
Footing Shear @ Toe = 5.7 psi OK Service Level ft-#=
Footing Shear @ Heel = 7.4 psi OK Strength Level ft-#= 111.0 6,375.0
I
Allowable = 94.9 psi
Sliding Calcs Moment Allowable ft-#= 11,166.4 11,166.4
Lateral Sliding Force = 1,895.8 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi=
less 100%Friction Force = - 2,206.3 lbs Strength Level psi= 1.8 23.4
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability 0.0 lbs OK Anet(Masonry) int=
Rebar Depth 'd' in= 8.19 8.19
I
Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
1 NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load
Earth,H 1.600 Masonry Design Method = ASD
1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0 60,000.0
I
I
Page 65 of 130
I
'� Berg erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 2
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License
License To:BergerABAM
Concrete Stem Rebar Area Details
I
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.0031 int/ft
(4/3)*As: 0.0042 in2/ft Min Stem T&S Reinf Area 0.480 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(8.1875)/600003:474 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.216 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.31 in2/ft #5@ 15.50 in #5©31.00 in I Maximum Area: 2.0878 in2/ft #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
I
As(based on applied moment): 0.1796 in2/ft
(4/3)*As: 0.2395 in2/ft Min Stem T&S Reinf Area 1.440 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(8.1875)/600003474 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
I
One layer of: Two layers of:
Required Area: 0.2395 in2/ft #4©10.00 in #4@ 20.00 in
Provided Area: 0.31 in2/ft #5©15.50 in #5@ 31.00 in
Maximum Area: 2.0878 in2/ft #6@ 22.00 in #6@ 44.00 in
I
Footing Dimensions &Strengths I Footing Design Results
Toe Width = 1.50 ft LQg Hard
Heel Width = 5.00 Factored Pressure = 2,115 825 psf
I
Total Footing Width = 6.50 Mu':Upward = 2,268 9,554 ft-#
Footing Thickness = 15.00 in Mu':Downward = 577 13,064 ft-#
Mu: Design = 1,690 3,510 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 5.70 7.41 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
I
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm= 3.00 in Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37I
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
Key: No key defined
Min footing T&S reinf Area 2.11 in2
I
Min footing T&S reinf Area per foot 0.32 in2 rft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
#5@ 11.48 in #5@ 22.96 in
I
#6@ 16.30 in #6@ 32.59 in
I
I
I
I
Page 66 of 130
1
111) Berg33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 3
I '- g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Gravity Loading
I This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Summary of Overturning & Resisting Forces & Moments
I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft4
I Heel Active Pressure = 1,531.3 2.92 4,466.1 Soil Over Heel 3,750.0 4.42 16,562.5
Surcharge over Heel 364.6 4.38 1,595.1 Sloped Soil Over Heel
Surcharge Over Toe Surcharge Over Heel
Adjacent Footing Load = Adjacent Footing Load =
I Added Lateral Load = Axial Dead Load on Stem= 5.0 1.92 9.6
Load @ Stem Above Soil= *Axial Live Load on Stem =
Soil Over Toe 330.0 0.75 247.5
Surcharge Over Toe =
Total = 1,895.8 O.T.M. - 6,061.2 Stem Weight(s) = 1,000.0 1.92 1,916.7
Earth @ Stem Transitions=
Footing Weight 1,218.8 3.25 3,960.9
Resisting/Overturning Ratio = 3.74 Key Weight =
Vertical Loads used for Soil Pressure= 6,824.6 lbs Vert.Component =
Total= 6,303.8 lbs R.M.= 22,697.2
Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
Ithe calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I [Tilt
I
Horizontal Deflection at Too of Wall due to settlement of soil
I (Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.052 in
I The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
I
Page 67 of 130
1
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 4
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 24"on toe 1
1
1
1
i
1
1
1
1
i
1
1
1
1
1
Page 68of130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 5
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Rebar Lap& Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 6.00 ft above top of footing
' Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Lap Splice length for#5 bar extending up into this stem design segment from below= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Development length for#5 bar extending up into this stem design segment from below= 12.73 in
Stem Design Segment:Bottom
' Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#5 bar extending down into this stem design segment from above= 16.55 in
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar extending down into this stem design segment from above= 12.73 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 6.41 in
' As Provided= 0.3100 in2/ft
As Required= 0.2395 in2/ft
I
I
Page 69 of 130
I
11J Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 6
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 t
Description....
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining License:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
I
10 w/#5 5 12 I61
• ''` 20' I
T
10" w/#5@12" £
I
I
15_0
1 1741041;404141+11
2'-0 . .+ .;.�.� I
T +0:144 i 7 v
43fI#512 in
ei, Toe
1-6" 0"
I
#5@12 6ti
@ Heel
I
I
I
I
I
Page 70 of 130
I
I
lb Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 7
I
'.......e'.......eg Federal Way,WA 98003-2600 Job#:A18.0001
Description.... Dsgnr: LEH Date: 1 FEB 2018
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I
125.00psf
I t 7
IDL=5 LL=O# Ecc=O" i
I
I
I
*MO
IPp= 2151.56#
If� 1895#
to vy
t1 G.
CD
i1 Com}
Oi
7-, of
I
I
I
Page 71 of 130
I
it Ber eTABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 8
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
I
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall l Concrete Masonry
Designer to determine bar cutoff locations
250.0 lbs 750.0 lbs 1,250.0 lbs 1,750.0 lbs 2,250.0 lbs
I
0.0 lbs 500.0 lbs 1,000.0 lbs 1,500.0 lbs 2,000.0 lbs
8.00 ft
7.50ft
....
i I
1
6.00 ft ,
,.,._, I
1
1
1
_.,,,,„
. .., 1
, . ,. .. „
Applied Shear Diagram
I
DEW 1
I
I
I
I
Page 72 of 130
I
Si Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 9
I g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
1
WaIIU Concrete 111 Masonry Allowable Moment Linea Concrete a Masonry
Designer to determine bar cutoff locations
I
8.00 0.0 ft-# 1,240.0 ft-#
2,480.0 ft-#3,720.0 ft-#
4,960.0 ft-#6,200.0 ft-#
7,440.0 ft-#8,68.0.0
t#8,680.0 ft-#9,920.0 ft#11,160.0 ft-#
I
7.5� _
IActual= 111.0
Allow.='1 166.4ft
6.00 ft
I
I-
I
.., ......, «.,.:.. ....�.,., ..
I
k
I
i
I
Applied Moment Diagram Mu= 6.375.0
' MnPhi=11,166.4
0.00
I
I
I
I
Page 73 of 130
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 1
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_WaIls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Criteria Soil Data _
� fi yam, ,,F, '--------
Retained Height = 7.50 ft Allow Soil Bearing = 3,333.0 psfI
WallEquivalent Fluid Pressure Method
height above soil = 0.50 ft
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 24.00 in Passive Pressure = 450.0 psf/ft I Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingllSoil Friction = 0.350 4• ,:r.Soil height to ignorei
for passive pressure = 12.00 in s •
Surcharge Loads ` Lateral Load Applied to Stem 0 Adjacent Footing Load `
I
Surcharge Over Heel = 0.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 psf ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Load Type = Wind(W) I
Axial Load Applied to Stem (Service Level) Footing Type Line Load
Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 96.250
Multiplier Used = 11.000 Total Seismic Force = 842.188
I
(Multiplier used on soil density)
Design Summary I Stem Construction I 2nd Bottom
Stem OK Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 2.75 0.00 I Overturning = 3.22 OK Wall Material Above"Ht" = Concrete Concrete
Sliding = 2.05 OK Design Method = LRFD LRFD
Thickness = 10.00 10.00
Total Bearing Load = 6,304 lbs Rebar Size = # 5 # 5
...resultant ecc. = 9.20 in Rebar Spacing = 12.00 12.00
I
Soil Pressure Toe = 1,656psf OK Rebar Placed at = Edge Edge
@ Design Data
Soil Pressure @ Heel = 283 psf OK fb/FB+fa/Fa = 0.200 0.645
Allowable = 3,333 psf Total Force @ Section
Soil Pressure Less Than Allowable
I
ACI Factored @ Toe = 2,319 psf Service Level lbs=
ACI Factored @ Heel = 396 psf Strength Level lbs 1,179.2 2,521.9
Footing Shear @ Toe = 6.4 psi OK
Moment....Actual
Footing Shear @ Heel = 8.1 psi OK Service Level ft-#_
Allowable = 94.9 psi Strength Level ft-#= 2,229.0 7,207.0
I
Moment Allowable ft-#= 11,166.4 11,166.4
Sliding Calcs
Lateral Sliding Force = 2,120.8 lbs
less 100%Passive Force= - 2,151.6 lbs Service Level psi=
less 100%Friction Force = - 2,206.3 lbs Strength Level psi= 12.0 25.7 I
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1 106.1
....for 1.5 Stability = 0.0 lbs OK Anet(Masonry) in2=
Rebar Depth 'd' in= 8.19 8.19
Masonry Data I
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' _
I
NOT considered in the calculation of soil bearing Wall Weight psf= 125.0 125.0
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0 5,000.0
Seismic,E 1.000 Fy Page 74 of 130 psi= 60,000.0 60,000.0
I
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 2
I `i Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I Concrete Stem Rebar Area Details
2nd Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.0628 in2/ft
(4/3)*As: 0.0837 in2/ft Min Stem T&S Reinf Area 1.260 in2
I 3sgrt(fc)bd/fy:3sgrt(5000)(12)(8.1875)/600003:474 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.216 in2/ft #4@ 10.00 in #4@ 20.00 in
I Provided Area: 0.31 in2/ft
2.0878 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: #6@ 22.00 in #6@ 44.00 in
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
I As(based on applied moment):
(4/3)*As: 0.2031 in2/ft
0.2707 in2/ft Min Stem T&S Reinf Area 0.660 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(8.1875)/600003474 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.240 in2/ft
0.0018bh:0.0018(12)(10): 0.216 in2/ft Horizontal Reinforcing Options:
I
One layer of: Two layers of:
Required Area: 0.2707 in2/ft #4@ 10.00 in #4@ 20.00 in
Provided Area: 0.31 in2/ft #5@ 15.50 in #5@ 31.00 in
Maximum Area: 2.0878 in2/ft #6@ 22.00 in #6@ 44.00 in
I
Footing Dimensions &Strengths Footing Design Results -11
Toe Width = 1.50 ft lag 1E21
Heel Width = 5.00 Factored Pressure = 2,319 396 psf
I Total Footing Width6.50
15.00Mu':Upward 2,443 7,007 ft-#
Footing Thickness in Mu':Downward 577 11,328 ft-#
Mu: Design = 1,865 4,321 ft-#
Key Width = 0.00 in Actual 1-Way Shear = 6.40 8.12 psi
Key Depth = 0.00 in
I
Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% = 0.0018
I
Cover @ Top 2.00 @ Btm.= Other Acceptable Sizes&Spacings
3.00 in
Toe: #4@ 7.41 in,#5@ 11.48 in,#6@ 16.30 in,#7@ 22.22 in,#8@ 29.26 in,#9@ 37
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
Key: No key defined
I Min footing T&S reinf Area 2.11 in2
Min footing T&S reinf Area per foot 0.32 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 7.41 in #4@ 14.81 in
#5@ 11.48 in #5@ 22.96 in
I #6@ 16.30 in #6@ 32.59 in
I
I
I
I
I
Page 75of130
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 3
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
e (c)1987-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13 I
Lice
License To:BergerABAM
1 Summary of Overturning& Resisting Forces & Moments
OVERTURNING RESISTING
I
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 1,531.3 2.92 4,466.1 Soil Over Heel = 3,750.0 4.42 16,562.5
I
Surcharge over Heel = Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 1.92 9.6 I Load @ Stem Above Soil= *Axial Live Load on Stem =
Seismic Earth Load = 589.5 4.38 2,579.2 Soil Over Toe = 330.0 0.75 247.5
= Surcharge Over Toe =
Total 2,120.8 O.T.M. 7,045.3 Stem Weight(s) = 1,000.0 1.92 1,916.7
Earth©Stem Transitions= I= = Footing Weight = 1,218.8 3.25 3,960.9
Resisting/Overturning Ratio = 3.22 Key Weight =
Vertical Loads used for Soil Pressure= 6,303.8 lbs Vert.Component =
I
Total= 6,303.8 lbs R.M.= 22,697.2
If seismic is included,the OTM and sliding ratios *Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
Tilt I I
Horizontal Deflection at Too of Wall due to settlement of soil
(Deflection due to wall bending not considered) I Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl©Top of Wall(approximate only) 0.057 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
because the wall would then tend to rotate into the retained soil.
I
I
I
I
I
I
Page 76of130
I
1
e)Berg33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 4
`i y,Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
DESIGNER NOTES:
ISoil at 24"on toe
1
I
I
I
I
1
I
I
I
I
I
I
I
1
Page 77 of 130
I)Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 5
._ . g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 ,
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
Stem Design Segment:2nd
Stem Design Height: 2.75 ft above top of footing
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Lap Splice length for#5 bar extending up into this stem design segment from below= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Development length for#5 bar extending up into this stem design segment from below= 12.73 in
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#5 bar extending down into this stem design segment from above= 16.55 in
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar extending down into this stem design segment from above= 12.73 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 7.25 in
As Provided= 0.3100 in2/ft
As Required= 0.2707 in2/ft
I
1
Page 78 of 130
I
I
'iBererABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 6
`., g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
I Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I
10 wi#5@12 1
I5.-3..
I 8.-0"
7-6
I
I10" w:i#5 @ 12" �.!
1 .`'c'+:i
T. :44:44
v w
i beg it � T r
T2„t
I #5@12 in 1#3 f
@ Toe 3
I
1 -6
.. 5-0”
#5@12 6-6
I @ Heel
I
I
I
I
I
I
Page 79 of 130
I
ii Berg33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 7
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
I
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
I
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,AC1 318-14,ACI 530-13
License To:BergerABAM
I
I
I
DL=P ,LL=O#, Ecc O
„C:01...
.... ..� I
IPC.= 21 v 1 Fe#
F-- 1 1F?1ri 593*
• Seismic lateral earth pressure
I
. n
...LI
4- I
• p!
N
I
I
I
I
I
I
Page 80 of 130
I
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 8
I
.....• g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 1 FEB 2018
Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
WalID Concrete.Masonry
Designer to determine bar cutoff locations
I
0.0 lbs
270.0 lbs 810.0 lbs 1,350.0 lbs 1,890.0 lbs 2,430.0 lbs
540.0 lbs 1,080.0 lbs 1,620.0 lbs 2,160.0 lbs
8.00 ft
t
I
7.50 ft I Tap if Cell
4
i i Hh I 1
I
1
I
I
2.75 I
I
I
I Applied Shear Diagram
000ft
I
I
I
I
I
Page 81 of 130
I
16 BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 4 Page: 9
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 1 FEB 2018 I Description....
8'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall II Concrete Masonry Allowable Moment Line- Concrete I Masonry
Designer to determine bar cutoff locations
I
1,240.0 ft-# 3,720.0 ft-# 6,200.0 ft-# 8,680.0 ft-# 11,160.0 ft-#
0.0 ft-# • 2,480.0 ft-# 4,960.0 ft-# 7,440.0 ft-# 9,920.0 ft-#
7.50 ft I
€ I
I
I
•
I
• Actual= ',229.0 I
Allow.= 1 166.4ft
275ft ,
1
I
Applied Moment Diagram Mu= 7207.0 I MnPhi=11 166.4
I.I,
I
I
I
I
Page 82 of 130
1
I
'b Berg33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 1
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
[Criteria I Soil Data
&A1',,' '''
Allow Soil Bearing = 2,500.0psf
Wall height above soil = 0.00 ft
Retained Height 3.50 ft P
Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
I
Height of Soil over Toe = 9.00 in Passive Pressure 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf '_ :;r
;t
3 .r��Y'r .
FootingilSoil Friction = 0.350 s
Soil height to ignore
for passive pressure = 12.00 in
Surcharge Loads = Lateral Load Applied to Stem Adjacent Footing Load
Surcharge Over Heel125.0 psf Lateral Load 0.0#/ft Adjacent Footing Load 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = 0.00 ft ,
Surcharge Over Toe = 0.0 ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
IIUsed for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem L Load Type = Wind(W)(Service Level) Footing Type Line Load
Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in
Design Summary I Stem Construction A Bottom
Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 0.00
I
Overturning = 2.95 OK Wall Material Above"Ht" = Concrete
Sliding 1.79 OK Design MethodLRFD LRFD
Thickness =
= 11.00
Total Bearing Load = 1,899 lbs Rebar Size = # 5
...resultant ecc. = 3.73 in Rebar Spacing = 12.00
I
Soil Pressure @Toe = 919 psf OK Rebar Placed at = Edge
Soil Pressure @ Heel = 249 psf OK Design Data
fb/FB+fa/Fa
= 0.069
Allowable = 2,500 psf
Soil Pressure Less Than Allowable Total Force @Section
ACI Factored @ Toe = 1,287 psf Service Level lbs=
ACI Factored @ Heel = 348 psf Strength Level lbs= 625.3
Moment....Actual
Footing Shear @ Toe = 0.4 psi OK Service Level ft#_
Footing Shear @ Heel = 4.3 psi OK Strength Level ft#= 865.7
I
Allowable = 94.9 psi
Sliding Calcs Moment Allowable = 12,561.4
Lateral Sliding Force = 592.5 lbs
less 100%Passive Force= - 464.1 lbs Service Level psi=
I less 100%Friction Force = - 595.2 lbs Strength Level psi= 5.7
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1
for 1.5 Stability 0.0 lbs OK Strength
(Masonry) in2=
Rebar Depth 'd' in= 9.19
I
Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
I NOT considered in the calculation of soil bearing Wall Weight psf= 137.5
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load
Earth,H 1.600 Masonry Design Method = ASD
1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0
I
I
Page 83 of 130
I
�/Berg erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 2
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018 I Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 5 30-1 3
License To:BergerABAM
Concrete Stem Rebar Area Details IIBottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.0216 in2/ft
(4/3)*As: 0.0289 in2/ft Min Stem T&S Reinf Area 0.924 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(9.1875)/600003898 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.264 in2/ft
I
0.0018bh:0.0018(12)(11): 0.2376 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.2376 in2/ft #4@ 9.09 in #4@ 18.18 in
Provided Area: 0.31 in2/ft #5@ 14.09 in #5@ 28.18 in
I
Maximum Area: 2.3428 in2/ft #6@ 20.00 in #6@ 40.00 in
Footing Dimensions &Strengths ` Footing Design Results
Toe Width = 0.75 ft T� Hee1 I Heel Width = 2.50 Factored Pressure = 1,287 348 psf
Total Footing Width = 3.25 Mu':Upward = 342 628 ft-#
Footing Thickness = 12.00 in Mu':Downward = 81 1,108 ft-#
Mu: Design = 261 480 ft-#
I
Key Width = 0.00 in Actual 1-Way Shear = 0.39 4.26 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd I Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in Toe: #4@ 9.26 in,#5@ 14.35 in,#6@ 20.37 in,#7@ 27.78 in,#8@ 36.57 in,#9@ 46
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
Key: No key defined
I
Min footing T&S reinf Area 0.84 in2
Min footing T&S reinf Area per foot 0.26 in2 ,'ft
If one layer of horizontal bars: If two layers of horizontal bars: t
#4@ 9.26 in #4@ 18.52 in
#5@ 14.35 in #5@ 28.70 in
#6@ 20.37 in #6@ 40.74 in
LSummary of Overturning& Resisting Forces & Moments I I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 405.0 1.50 607.5 Soil Over Heel = 665.0 2.46 1,634.8
I
Surcharge over Heel = 187.5 2.25 421.9 Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 1.21 6.0
I
Load @ Stem Above Soil= *Axial Live Load on Stem =
= Soil Over Toe = 61.9 0.38 23.2
Surcharge Over Toe =
Total 592.5 O.T.M. 1,029.4 Stem Weight(s) = 481.3 1.21 581.5 I
Earth @ Stem Transitions=
= = Footing Weight = 487.5 1.63 792.2
Resisting/Overturning Ratio = 2.95 Key Weight =
Vertical Loads used for Soil Pressure= 1,898.5 lbs Vert.Component =
Total= 1,700.6 lbs R.M= 3,037.7
*Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
Page 84 of 130
111
.)Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 3
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Tilt
' Horizontal Deflection at Top of Wall due to settlement of soil
(Deflection due to wall bending not considered)
' Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl©Top of Wall(approximate only) 0.028 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
because the wall would then tend to rotate into the retained soil.
I
1
1
1
Page 85 of 130
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 4
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 9"on toe '
1
I
1
1
1
Page 86 of 130
I
a)�rer�AM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 5
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
I Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018 A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,AC1 318 14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
I
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
I Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 6.36 in
I As Provided= 0.3100 int/ft
As Required= 0.2376 in2/ft
I
I
I
1
I
I
I
I
I
I
I
I
I
Page 87 of 130
1
ft)Bel er�AM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 6
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_WallsWnalysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
1
1 1" w: #5 @ 12
1
2"
#5@12.in 1
@ Toe
3"
9„
1
Ilw
#5@12" '
@ Heel '
i
1
1
1
Page 88 of 130
i
I
'�BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 7
I
-....0 g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
I This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
I
I
125 OOps€
I ♦ T *
I
DL=5 LL=O# Ecc=O"
I
,.fit: 4 It:
Pp= 464 O6# 1
I593#
I PPPPP
I
CD
Q.
77 s
z cc
I x;
C7 N
I
I
I
I
Page 89 of 130
1
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 8
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Wall I Concrete Masonry
Designer to determine bar cutoff locations
70.0 lbs 210.0 lbs 350.0 lbs 490.0 lbs 630.0 lbs
0.0 lbs 140.0 lbs 280.0 lbs 420.0 lbs 560.0 lbs
3.50
1
1
1
I
1
1
Applied Shear Diagram
18101iNior
Page 90 of 130
I
'b BergerABAIVI 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 9
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
I
Description....
3'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
1
Walla Concrete.Masonry Allowable Moment Linea Concrete U Masonry
Designer to determine bar cutoff locations
I
1,400.0 ft-# 4,200.0 ft-# 7,000.0 ft# 9,800.0 ft# 12,600.0 ft-#
0.0 ft# 2,800.0 ft-# 5,600.0 ft# 8,400.0 ft-# 11,200.0 ft-#
12,6,
3.50 ft !
I .
I
I
I
i
I
I
I
1
11 d MC ment Diagr m Mu= 82.7
11.1 • Mn Phi=12.561.4'
OOOft
I
I
I
I
I
Page 91 of 130
I
111 Berg33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 1
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
I
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Criteria ' Soil Data I
Retained Height = 3.50 ft Allow Soil Bearing = 3,333.0 psf ? i
WallEquivalent Fluid Pressure Method
height above soil = 0.00 ft
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 9.00 in Passive Pressure = 450.0 psf/ft I Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf s' , .
FootingliSoil Friction = 0.350 :'oke
Soil height to ignore w • •
I
for passive pressure = 12.00 in
14116----1110 •
Surcharge Loads i Lateral Load Applied to Stem I Adjacent Footing Load
I
Surcharge Over Heel = 0.0 psf ,Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
= Wind(W)
Axial Load Applied to Stem Load Type
(Service Level) Footing Type Line Load
I Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 49.500
Multiplier Used = 11.000 Total Seismic Force = 222.750
I
(Multiplier used on soil density)
Design Summary i Stem Construction I Bottom
Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 0.00 I Overturning = 3.17 OK Wall Material Above"Ht" = Concrete
Sliding = 1.89 OK Design Method = LRFD LRFD
Thickness = 11.00
Total Bearing Load = 1,701 lbs Rebar Size = # 5
...resultant ecc. = 4.83 in Rebar Spacing = 12.00
1
Soil PressureToe = 912psf OK Rebar Placed at = Edge
@ Design Data
Soil Pressure @ Heel = 135 psf OK fb/FB+fa/Fa = 0.061
Allowable = 3,333 psf Total Force @ Section
Soil Pressure Less Than Allowable Service Level lbs=
ACI Factored @ Toe = 1,277 psf
ACI Factored @ Heel = 189 psf Strength Level lbs= 565.3
Footing Shear @ Toe = 0.4 psi OK Moment....Actual
Footing Shear @ Heel = 3.2 psi OK ServiceLevel ft-#=
evel ft#= 760.5
1
Allowable = 94.9 psi Strength e
Sliding Calcs Moment Allowable = 12,561.4
Lateral Sliding Force = 560.9 lbs
less 100%Passive Force= - 464.1 lbs Service Level psi=
less 100%Friction Force = - 595.2 lbs Strength Level psi= 5.1 I
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1
....for 1.5 Stability = 0.0 lbs OK Anet(Masonry) in2=
Rebar Depth 'd' in= 9.19 I Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
I
NOT considered in the calculation of soil bearing Wall Weight psf= 137.5
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0
Seismic,E 1.000 Fy Page 92 of 130 psi= 60,000.0
I
L Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 2
I g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I Concrete Stem Rebar Area Details
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.019 in2/ft
(4/3)*As: 0.0254 in2/ft Min Stem T&S Reinf Area 0.924 in2
I 3sgrt(fc)bd/fy:3sgrt(5000)(12)(9.1875)/600003898 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.264 in2/ft
0.0018bh:0.0018(12)(11): 0.2376 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.2376 in2/ft #4@ 9.09 in #4@ 18.18 in
I Provided Area: 0.31 in2/ft #5@ 14.09 in #5@ 28.18 in
Maximum Area: 2.3428 in2/ft #6@ 20.00 in #6@ 40.00 in
Footing Dimensions &Strengths I L Footing Design Results
I
Toe Width = 0.75 ft _ Toe Heel
Heel Width 2.50 Factored Pressure 1,277 189 psf
Total Footing Width = 3.25 Mu':Upward = 336 458 ft-#
Footing Thickness = 12.00 in Mu':Downward = 81 857 ft-#
=I Mu: Design 255 400 ft-#
Key Width 0.00 in Actual 1-Way Shear = 0.39 3.20 psi
Key Depth0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
I Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in
Toe: #4@ 9.26 in,#5@ 14.35 in,#6@ 20.37 in,#7@ 27.78 in,#8©36.57 in,#9@ 46
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
I
Key: No key defined
Min footing T&S reinf Area 0.84 in2
Min footing T&S reinf Area per foot 0.26 in2 /ft
I
If one layer of horizontal bars: If two layers of horizontal bars:
#4@ 9.26 in #4@ 18.52 in
#5@ 14.35 in #5@ 28.70 in
#6@ 20.37 in #6@ 40.74 in
I _Summary of Overturning & Resisting Forces & Moments
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
I Heel Active Pressure = 405.0 1.50 607.5 Soil Over Heel 665.0 2.46 1,634.8
Surcharge over Heel Sloped Soil Over Heel
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
I Added Lateral Load Axial Dead Load on Stem= 5.0 1.21 6.0
Load @ Stem Above Soil= *Axial Live Load on Stem =
Seismic Earth Load 155.9 2.25 350.8 Soil Over Toe 61.9 0.38 23.2
= Surcharge Over Toe =
I
Total = 560.9 O.T.M.
=
958.3 Stem Weight(s) = 481.3 1.21 581.5
Earth @ Stem Transitions=
Footing Weight 487.5 1.63 792.2
Resisting/Overturning Ratio = 3.17 Key Weight =
Vertical Loads used for Soil Pressure= 1,700.6 lbs Vert.Component =
I Total= 1,700.6 lbs R.M= 3,037.7
If seismic is included,the OTM and sliding ratios
*Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
I Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
I
Page 93 of 130
1
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wail 5 Page: 3
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfs1\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Tilt 1 '
Horizontal Deflection at Top of Wall due to settlement of soil
(Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.027 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe.
because the wall would then tend to rotate into the retained soil.
I
- 1
1
Page 94 of 130
lb�I er�AM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 4
�i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_WaIls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
DESIGNER NOTES:
' Soil at 9"on toe
1
I
1
1
' Page 95 of 130
1
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 5
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap& Embedment Lengths Information
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 6.36 in
As Provided= 0.3100 in2/ft
As Required= 0.2376 in2/ft
1
1
I
I
1
1
i
Page 96 of 130
') Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 6
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
' 11"w1#5 @ 12" 42 `';5+5 ``A - #
Kijeceil
fir•••+
A
2"
M' #5@12 in M1
@ Toe
3„
9" 2'-6"
#5@l2"
712"
3'-3"
' @ Heel -w `
111Page 97 of 130
I
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 7
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018•
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
Retainer:(c)1987-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DL=5 .LL=O#. Ecc=0 ,
V.
Pp= 464.06#1
405# 156# '
Seismic lateral earth pressure
o
CO -,
co CD
C.1"
C7
Page 98 of 130
111
I
lbBer erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 8
�i g Federal Way,WA 98003-2600 Job#:Al 8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,AC1 318 14,ACI 530-13
WaIIU Concrete.Masonry
Designer to determine bar cutoff locations
I
60.0 lbs 180.0 lbs 300.0 lbs 420.0 lbs 540.0 lbs
0.0 lbs 120.0 lbs = 240.0 lbs 360.0 lbs 480.0 lbs
ft
3.50f Terref 6ei�
I
I
! ,
4:,
I
I
I
I
Applied Shear Diagram
OOOft
I
I
I
I
I
Page 99 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 5 Page: 9
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-6"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018'A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
Retainer:(c)1987-2016, Build 11.16.07.15
License:KW-06059869 CantileveredRetaining
Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Wa110 Concrete 111Masonry Allowable Moment Linea Concrete 0 Masonry
Designer to determine bar cutoff locations
1,400.0 ft-# 4,200.0 ft-# 7,000.0 ft-# 9,800.0 ft-# 12,600.0 ft-#
0.0 ft-# 2,800.0 ft-# 5,600.0 ft-# 8,400.0 ft-# 11,200.0 ft-#
•3.50 ft Tep efOel
1
1
1
1
d Moment Diagram Mu= 742,5
4=1 MnPhi='2,561.4
0.00 ft
Page 100 of 130
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 1
I g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Criteria I Soil Data I :;
Retained Height 3.00 ft Allow Soil Bearing = 2,500.0 psf '
Wall height above soil = 0.00 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
I
Height of Soil over Toe = 9.00 in Passive Pressure 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf { ",•,,, ^a
FootingilSoil Friction = 0.350 :4:9.''',�:'
I
Soil height to ignore •
for passive pressure =
12.00 in •
I
Surcharge Loads = ` eral
Surcharge Over Heel0.0 psf a LaterLatal LoadLoad Adjacent Footing Load
Applied to Stem 0.0#/ft Adjacent Footing Load 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
I
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem L Load Type = Wind(W)(Service Level) Footing Type Line Load
Base Above/Below Soil 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem = 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
IAxial Load Eccentricity = 0.0 in
Design Summary Stem Construction I Bottom
-` Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 0.00
I
Overturning = 4.45 OK Wall Material Above"Ht" = Concrete
Sliding 2.81 OK Design MethodLRFD LRFD
Thickness =
= 6.00
Total Bearing Load = 1,244 lbs Rebar Size = # 5
...resultant ecc. = 2.29 in Rebar Spacing = 12.00
I
Soil Pressure @ Toe = 641 psf OK Rebar Placed at = Center
Soil Pressure @ Heel = 264 psf OK Design Data
Allowable = 2,500 fb/FB+fa/Fa = 0.073
psf Total Force @ Section
Soil Pressure Less Than Allowable
I
Service Level lbs=
ACI Factored @ Toe 897 psf
ACI Factored @ Heel 370 psf Strength Level lbs= 288.0
Moment....Actual
Footing Shear @ Toe = 0.2 psi OK Service Level ft#_
Footing Shear @ Heel = 1.3 psi OK Strength Level ft#= 288.0
I
Allowable = 94.9 psi
Sliding Calcs Moment Allowable 3,929.9
Lateral Sliding Force = 320.0 lbs
less 100%Passive Force= - 464.1 lbs Service Level psi=
I
less 100%Friction Force = - 435.5 lbs Strength Level psi= 8.0
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 106.1
for 1.5 Stability 0.0 lbs OK Anet(Masonry) in2=
Rebar Depth 'd' in= 3.00
I
Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' =
I
NOT considered in the calculation of soil bearing Wall Weight psf= 75.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load
Earth,H 1.600 Masonry Design Method = ASD
1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0
Seismic,E 1.000 Fy psi= 60,000.0
I
Page 101 of 130
I
lb BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 2
g Federal Way,WA 98003-2600 Job#:A18.0601 Dsgnr: LEH Date: 2 FEB 2018 I Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining License:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Concrete Stem Rebar Area Details I Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.0237 in2/ft
(4/3)*As: 0.0316 in2/ft Min Stem T&S Reinf Area 0.432 in2
3sgrt(fc)bd/fy:3sgrt(5000)(12)(3)/60000: 0.1273 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.144 in2/ft
I
0.0018bh:0.0018(12)(6): 0.1296 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.1296 in2/ft #4@ 16.67 in #4@ 33.33 in
Provided Area: 0.31 in2/ft #5@ 25.83 in #5@ 51.67 in I
Maximum Area: 0.765 in2/ft #6@ 36.67 in #6@ 73.33 in
Footing Dimensions &Strengths I Footing Design Results
Toe Width = 0.75 ft 'km au!
I
Heel Width = 2.00 Factored Pressure = 897 370 psf
Total Footing Width = 2.75 Mu':Upward = 239 524 ft-#
Footing Thickness = 12.00 in Mu':Downward = 81 689 ft-#
Mu: Design = 158 165 ft-# I Key Width = 0.00 in Actual 1-Way Shear = 0.23 1.29 psi
Key Depth = 0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
I
Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in Toe: #4©9.26 in,#5@ 14.35 in,#6@ 20.37 in,#7@ 27.78 in,#8@ 36.57 in,#9@ 46
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
Key: No key defined
I
Min footing T&S reinf Area 0.71 in2
Min footing T&S reinf Area per foot 0.26 in2 fit
If one layer of horizontal bars: If two layers of horizontal bars:
I
#4@ 9.26 in #4@ 18.52 in
#5@ 14.35 in #5@ 28.70 in
#6@ 20.37 in #6@ 40.74 in
Summary of Overturning & Resisting Forces & Moments I
I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 320.0 1.33 426.7 Soil Over Heel = 540.0 2.00 1,080.0
I
Surcharge over Heel = Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem= 5.0 1.00 5.0
I
Load @ Stem Above Soil= *Axial Live Load on Stem =
= Soil Over Toe = 61.9 0.38 23.2
Surcharge Over Toe =
Total 320.0 O.T.M. 426.7 Stem Weight(s) = 225.0 1.00 225.0 I
Earth @ Stem Transitions=
_ = Footing Weight = 412.5 1.38 567.2
Resisting/Overturning Ratio = 4.45 Key Weight =
Vertical Loads used for Soil Pressure= 1,244.4 lbs Vert.Component =
I
Total= 1,244.4 lbs R.M.= 1,900.4
Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
Page 102 of 130
I
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 3
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Tilt '
' Horizontal Deflection at Ton of Wall due to settlement of soil
(Deflection due to wall bending not considered)
' Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.019 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
' because the wall would then tend to rotate into the retained soil.
1
1
1
1
I
Page 103 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 4
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Soil at 9"on toe
•
1
1
1
1
1
1
1
1
t
I
Page 104 of 130
�� BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 5
' `i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
' Rebar Lap & Embedment Lengths Information
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 6.00 in
' As Provided= 0.3100 int/ft
As Required= 0.1296 in2/ft
I
1
I
1
1
Page 105 of 130
Berg erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 6
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
111i
3,m„
= 2 R#6@12 in M '-�
@ Toe I
3"
9" 2'_0"
1
#5@12" 1
@ Heel '
1
I
1
Page 106 of 130 '
I
L BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 7
I
......• g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
I
DL=5 LL=O# Ecr-=0"
I I
iia.t
X+
I
I
WWI
Pp= 464 06#
///-7I
320#
I PP'
I
4-
VD Cl)
Q 0_
I
r--
(NI
o
�s cci
CO CV
I
I
I
I
I
I
Page 107 of 130
Berg erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 8
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,AC1 318-14,ACI 530-13
License To:BergerABAM
i
Walla Concrete Masonry
Designer to determine bar cutoff locations
30.0 lbs 90.0 lbs 150.0 lbs 210.0 lbs 270.0 lbs
0.0 lbs 60.0 lbs 120.0 lbs 180.0 lbs 240.0 lbs
3.00 ft Top of lea
1
p I
1
t
1
Applied Shear Diagram
OOOft
Page 108 of 130 '
Berg33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 9
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
WaIIU Concrete Masonry Allowable Moment Linea Concrete o Masonry
Designer to determine bar cutoff locations
'
0.0ft-# 440.0 ft-#
880.0ft# 1,320.0 ft-#
1,760.0ft# c 2,200.0 ft-# 3,080.0 ft-#
3,520.0ft#3,960.0 ft-#
2,640.0 ft-#
3.00 ft Tep- fell
1
Applied Moment Diagra m Mu= 288.0
r MnPhi= 3.929.9ft
0.00 ft
Page 109 of 130
I
��BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 1
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018 I Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Criteria I Soil DataI i-
Retained Height = 3.00 ft Allow Soil Bearing = 3,333.0 psf -
Wall height above soil = 0.00 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 9.00 in Passive Pressure = 450.0 psf/ft
I
Water height over heel = 0.0 ft Soil Density,Heel = 120.00 pcf
Soil Density,Toe = 110.00 pcf ' • ••{
FootingliSoil Friction = 0.350 : .,•:�.;::..
Soil height to ignore 11111-40-111
I
for passive pressure = 12.00 in •
Surcharge Loads ` Lateral Load Applied to Stem 0 Adjacent Footing Load
I
Surcharge Over Heel = 0.0 psf Lateral Load = 0.0#/ft Adjacent Footing Load = 0.0 lbs
NOT Used To Resist Sliding&Overturning ...Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Load Type = Wind(W)
Axial Load Applied to Stem (Service Level) Footing Type Line Load
Base Above/Below Soil = 0.0 ft
Axial Dead Load = 5.0 lbs Wind on Exposed Stem= 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
Axial Load Eccentricity = 0.0 in I Earth Pressure Seismic Load
Method :Uniform Uniform Seismic Force = 44.000
Multiplier Used = 11.000 Total Seismic Force = 176.000
(Multiplier used on soil density) I
Design Summary I Stem Construction I Bottom
Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 0.00 I Overturning = 2.82 OK Wall Material Above"Ht" = Concrete
Sliding = 2.03 OK Design Method = LRFD LRFD
Thickness = 6.00
Total Bearing Load = 1,244 lbs Rebar Size = # 5
...resultant ecc. = 4.66 in Rebar Spacing = 12.00
I
Soil Pressure Toe = 836psf OK Rebar Placed at = Center
@ Design Data
Soil Pressure @ Heel = 69 psf OK fb/FB+fa/Fa = 0.124
Allowable = 3,333 psf Total Force @ Section
Soil Pressure Less Than Allowable
I
ACI Factored @ Toe = 1,171 psf Service Level lbs=
ACI Factored @ Heel = 96 psf Strength Level lbs= 420.0
Footing Shear @ Toe = 0.3 psi OK Moment.ice.Actual
Service Level
Footing Shear @ Heel = 2.9 psi OK ft-#=
ft#= 486.0
I
Allowable = 94.9 psi Strength Level
Sliding Calcs Moment Allowable = 3,929.9
Lateral Sliding Force = 443.2 lbs
less 100%Passive Force= - 464.1 lbs Service Level psi=
less 100%Friction Force = - 435.5 lbs Strength Level psi= 11.7
I
Added Force Req'd = 0.0 lbs OK Shear Allowable psi= 106.1
....for 1.5 Stability = 0.0 lbs OK Anet(Masonry) in2=
Rebar Depth 'd' in= 3.00 I Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' _
I
NOT considered in the calculation of soil bearing Wall Weight psf= 75.0
Load Factors Short Term Factor =
Building Code IBC 2015,ACI Equiv.Solid Thick. _
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load 1.600 Masonry Design Method = ASD
Earth,H 1.600 Concrete Data
Wind,W 1.000 fc psi= 5,000.0
Seismic,E 1.000 Fy Page 110 of 130 psi= 60,000.0
11)Berg33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 2
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
I Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
IRetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I Concrete Stem Rebar Area Details
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.04 in2/ft
(4/3)*As: 0.0533 in2/ft Min Stem T&S Reinf Area 0.432 in2
I 3sgrt(fc)bd/fy:3sgrt(5000)(12)(3)/60000: 0.1273 in2/ft
0.0018bh:0.0018(12)(6): 0.1296 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.144 in2/ft
Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.1296 in2/ft #4@ 16.67 in #4@ 33.33 in
I Provided Area: 0.31 in2/ft #5@ 25.83 in #5@ 51.67 in
Maximum Area: 0.765 in2/ft #6@ 36.67 in #6@ 73.33 in
Footing Dimensions &Strengths I Footing Design Results
I
Toe Width = 0.75 ft = Tic g Heel
Heel Width 2.00 Factored Pressure1,171 96 psf
Total Footing Width = 2.75 Mu':Upward = 302 328 ft-#
Footing Thickness = 12.00 in Mu':Downward = 81 689 ft-#
I
= Mu: Design 221 360 ft-#.93 psi
Key Width 0.00 in Actual 1-Way Shear = 0.34 2
Key Depth0.00 in Allow 1-Way Shear = 94.87 94.87 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #5 @ 12.00 in
fc = 4,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
I Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd
Min.As% 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in
Toe: #4@ 9.26 in,#5@ 14.35 in,#6@ 20.37 in,#7@ 27.78 in,#8@ 36.57 in,#9@ 46
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)`Sm
I Key: No key defined
Min footing T&S reinf Area 0.71 in2
Min footing T&S reinf Area per foot 0.26 in2 /ft
If one layer of horizontal bars: If two layers of horizontal bars:
I
#4@ 9.26 in #4@ 18.52 in
#5@ 14.35 in #5@ 28.70 in
#6@ 20.37 in #6@ 40.74 in
I _Summary of Overturning& Resisting Forces & Moments
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
I Heel Active Pressure = 320.0 1.33 426.7 Soil Over Heel 540.0 2.00 1,080.0
Surcharge over Heel Sloped Soil Over Heel
Surcharge Over Toe Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
I
Added Lateral Load = Axial Dead Load on Stem= 5.0 1.00 5.0
Load @ Stem Above Soil= 'Axial Live Load on Stem =
Seismic Earth Load 123.2 2.00 246.4 Soil Over Toe 61.9 0.38 23.2
= Surcharge Over Toe =
I
Total - 443.2 O.T.M. = 673.1 Stem Weight(s) = 225.0 1.00 225.0
Earth @ Stem Transitions=
Footing Weight 412.5 1.38 567.2
Resisting/Overturning Ratio = 2.82 Key Weight =
Vertical Loads used for Soil Pressure= 1,244.4 lbs Vert.Component =
I
Total= 1,244.4 lbs R.M= 1,900.4
If seismic is included,the OTM and sliding ratios
*Axial live load NOT included in total displayed,or used for overturning
be 1.1 per section 1807.2.3 of IBC 2009 or IBC 201 resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
Ithe calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
I
Page 111 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 3
Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
bTilt
Horizontal Deflection at ToD of Wall due to settlement of soil
(Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl©Top of Wall(approximate only) 0.025 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
because the wall would then tend to rotate into the retained soil.
1
1
Page 112 of 130
1
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 4
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
' RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318 14,ACI 530-13
DESIGNER NOTES:
Soil at 9"on toe
1
1
' Page 113 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 5
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading 111
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Rebar Lap & Embedment Lengths Information
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
Lap Splice length for#5 bar specified in this stem design segment= 16.55 in
Development length for#5 bar specified in this stem design segment= 12.73 in
Hooked embedment length into footing for#5 bar specified in this stem design segment= 6.00 in
As Provided= 0.3100 int/ft
As Required= 0.1296 in2/ft
1
Page 114 of 130
I
16 BergeTABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 6
`i Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
I
Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
I
+•; +++
I # • 3,_ .,
fl
+ •
•• ► +�+•
ill lb I
#5@12 in J2..
'-0' --TI-
111
@Toe
I
g„ 21-0„
I #5@12"
Ir
' @ Heel
I
I
I
I
I
I
Page 115 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 7
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DL=E .LL=0#. Ecc=U '
i'411:02 112 I
Pp= 464.06#// Aid
320# 123#
Seismic lateral earth pressure
v
rn <1
c.J
T C:
CO
Page 116 of 130
I
7) Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 8
I g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading
I This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Walla Concrete.Masonry
Designer to determine bar cutoff locations
I
0.0 lbs
50.0 lbs 150.0 lbs
200.0 lbs 250.0 lbs
300.0 lbs 350.0 lbs
400.0 lbs 450.0 lbs
100.0 lbs
3.00 ft pmff Sea
I
I
I
I g,
I
I
I Applied Shear Diagram
0.00 ft
I
I
I
I
Page 117 of 130
1
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Wall 6 Page: 9
Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 2 FEB 2018
Description....
3'-0"Tall Wall-Seismic Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered RetainingWall
License:KW-06059869 Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
1
WaIIU Concrete Masonry Allowable Moment Linen Concrete 0 Masonry
Designer to determine bar cutoff locations
440.0 ft-# 1,320.0 ft-# 2,200.0 ft-# 3,080.0 ft-# 3,960.0 ft-#
0.0 ft-# 880.0 ft-# 1,760.0 ft-# 2,640.0 ft-# 3,520.0 ft-#
3.00 ftl
1
i
1
1
1
Applied Moment Diagrdm Mu= 486.0
MnPhi= 3929.9ft
000ft
1
1
1
Page 118 of 130
I
lbBer erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 1
..i g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
I
Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
Criteria I ISoil Data I
I
Retained Height = 5.50 ft Allow Soil Bearing = 2,500.0 psf
Wall height above soil = 3.00 ft Equivalent Fluid Pressure Method
Active Heel Pressure = 40.0 psf/ft ,22J,._;1;:.•.-,•(---• •
Y
Slope Behind Wall = 0.00 =
Height of Soil over Toe = 9.00 in Passive Pressure 450.0 psf/ft
Water height over heel 0.0 ft Soil Density,Heel 120.00 pcf
Soil Density,Toe = 110.00 pcf
FootingliSoil Friction = 0.350
I
Soil height to ignore
for passive pressure =
12.00 in Effiisimp_,
Surcharge Loads = Lateral Load Applied to Stem Adjacent Footing Load
Surcharge Over Heel125.0 psf Lateral Load 0.0#/ft Adjacent Footing Load 0.0 lbs
NOT Used To Resist Sliding&Overturning Height to Top = 0.00 ft Footing Width = 0.00 ft
Surcharge Over Toe = 0.0 ...Height to Bottom = 0.00 ft Eccentricity = 0.00 in
I
Used for Sliding&Overturning Wall to Ftg CL Dist = 0.00 ft
Axial Load Applied to Stem Load Type = Wind(W)(Service Level) Footing Type Line Load
Base Above/Below Soil _ 0.0 ft
Axial Dead Load = 0.0 lbs Wind on Exposed Stem= 0.0 psf at Back of Wall
Axial Live Load = 0.0 lbs (Service Level) Poisson's Ratio = 0.300
I
Axial Load Eccentricity = 0.0 in
Design Summary I Stem Construction 0 Bottom
Stem OK
Wall Stability Ratios Design Height Above Ftg ft= 0.00
111Overturning = 5.74 OK Wall Material Above"Ht" = Concrete
Sliding 2.93 OK Design MethodLRFD LRFD
Thickness =
= 26.00
Total Bearing Load = 8,112 lbs Rebar Size = # 7
...resultant ecc. = 6.52 in Rebar Spacing = 5.50
I
Soil Pressure @Toe = 1,783 psf OK Rebar Placed at = Edge
Soil Pressure @ Heel = 621 psf OK Design Data
fb/FB+fa/Fa = 0.021
Allowable = 2,500 psf
Soil Pressure Less Than Allowable Total Force @ Section
I
ACI Factored @ Toe = 2,496 psf Service Level lbs=
ACI Factored @ Heel = 869 psf Strength Level lbs= 1,334.7
Moment....Actual
Footing Shear @ Toe = 2.4 psi OK Service Level ft-#_
Footing Shear @ Heel = 0.9 psi OK Strength Level ft#= 2,783.0
I
Allowable = 82.2 psi
Sliding Calcs Moment Allowable = 131,221.3
Lateral Sliding Force = 1,524.2 lbs
less 100%Passive Force= - 1,800.0 lbs Service Level psi=
I
less 100%Friction Force = - 2,671.4 lbs Strength Level psi= 4.7
Added Force Req'd 0.0 lbs OK Shear Allowable psi= 82.2
....for 1.5 Stability 0.0 lbs OK Anet(Masonry) int=
Rebar Depth 'd' in= 23.56
I
Masonry Data
fm psi=
Fs psi=
Solid Grouting =
Vertical component of active lateral soil pressure IS Modular Ratio'n' _
I
NOT considered in the calculation of soil bearing Wall Weight psf= 325.0
Load Factors Short Term Factor
Building Code IBC 2015,ACI Equiv.Solid Thick. =
Dead Load 1.200 Masonry Block Type = Medium Weight
I
Live Load
Earth,H 1.600 Masonry Design Method = ASD
1.600 Concrete Data
Wind,W 1.000 fc psi= 3,000.0
Seismic,E 1.000 Fy psi= 60,000.0
I
I
Page 119 of 130
I
i 0T� 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 2
geT�AM Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018 I Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018'A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_ '
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
Concrete Stem Rebar Area Details I
Bottom Stem Vertical Reinforcing Horizontal Reinforcing
As(based on applied moment): 0.0266 in2/ft
(4/3)*As: 0.0355 in2/ft Min Stem T&S Reinf Area 5.304 in2
200bd/fy:200(12)(23.5625)/60000: 0.9425 in2/ft Min Stem T&S Reinf Area per ft of stem Height:0.624 in2/ft
0.0018bh:0.0018(12)(26): 0.5616 in2/ft Horizontal Reinforcing Options:
One layer of: Two layers of:
Required Area: 0.5616 in2/ft #4@ 3.85 in #4@ 7.69 in
Provided Area: 1.3091 in2/ft #5@ 5.96 in #5@ 11.92 in
I
Maximum Area: 3.8304 in2/ft #6@ 8.46 in #6@ 16.92 in
Footing Dimensions &Strengths I Footing Design Results
Toe Width = 0.75 ft Tie Heel
I
Heel Width = 6.00 Factored Pressure = 2,496 869 psf
Total Footing Width = 6.75 Mu':Upward = 685 8,649 ft-#
Footing Thickness = 27.00 in Mu':Downward = 144 10,264 ft-#
Mu: Design = 541 1,615 ft-#
I
Key Width = 0.00 in Actual 1-Way Shear = 2.35 0.86 psi
Key Depth = 0.00 in Allow 1-Way Shear = 82.16 82.16 psi
Key Distance from Toe = 0.00 ft Toe Reinforcing = #6 @ 12.00 in
fc = 3,000 psi Fy = 60,000 psi Heel Reinforcing = #5 @ 12.00 in
Footing Concrete Density = 150.00 pcf Key Reinforcing = None Spec'd 111Min.As% = 0.0018 Other Acceptable Sizes&Spacings
Cover @ Top 2.00 @ Btm.= 3.00 in
Toe: #4@ 4.12 in,#5@ 6.38 in,#6@ 9.05 in,#7@ 12.35 in,#8@ 16.26 in,#9@ 20.5
Heel:Not req'd:Mu<phi*5*lambda*sgrt(fc)*Sm
Key: No key defined
I
Min footing T&S reinf Area 3.94 in2
Min footing T&S reinf Area per foot 0.58 in2 ,ft
If one layer of horizontal bars: If two layers of horizontal bars: I#4@ 4.12 in #4@ 8.23 in
#5@ 6.38 in #5@ 12.76 in
#6@ 9.05 in #6@ 18.11 in
Summary of Overturning& Resisting Forces & Moments
I
OVERTURNING RESISTING
Force Distance Moment Force Distance Moment
Item lbs ft ft-# lbs ft ft-#
Heel Active Pressure = 1,201.3 2.58 3,103.2 Soil Over Heel = 2,530.0 4.83 12,228.3
I
Surcharge over Heel = 322.9 3.88 1,251.3 Sloped Soil Over Heel =
Surcharge Over Toe = Surcharge Over Heel =
Adjacent Footing Load = Adjacent Footing Load =
Added Lateral Load = Axial Dead Load on Stem=
I
Load @ Stem Above Soil= "Axial Live Load on Stem =
= Soil Over Toe = 61.9 0.38 23.2
Surcharge Over Toe =
Total 1,524.2 O.T.M. 4,354.5 Stem Weight(s) = 2,762.5 1.83 5,064.6
I
Earth @ Stem Transitions=
= = Footing Weight = 2,278.1 3.38 7,688.7
Resisting/Overturning Ratio = 5.74 Key Weight =
Vertical Loads used for Soil Pressure= 8,111.7 lbs Vert.Component =
I
Total= 7,632.5 lbs R.M= 25,004.8
*Axial live load NOT included in total displayed,or used for overturning
resistance,but is included for soil pressure calculation.
Vertical component of active lateral soil pressure IS NOT considered in
I
the calculation of Sliding Resistance.
Vertical component of active lateral soil pressure IS NOT considered in
the calculation of Overturning Resistance.
I
Page 120 of 130
111
Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 3
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 5 FEB 2018
Description....
5'-6"Tall Wall-Gravity Loading
' This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
L Tilt '
' Horizontal Deflection at TOD of Wall due to settlement of soil
(Deflection due to wall bending not considered)
Soil Spring Reaction Modulus 250.0 pci
Horizontal Defl @ Top of Wall(approximate only) 0.062 in
The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe
' because the wall would then tend to rotate into the retained soil.
Page 121 of 130
BergerABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 4
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
Description.... '
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_WallsWnalysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
DESIGNER NOTES:
Maximum height were portion of existing retaining wall foundation has been demolished.
1
1
1
1
Page 122 of 130
I
lb Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 5
I
"......1g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I Rebar Lap& Embedment Lengths Information
Stem Design Segment:Bottom
Stem Design Height: 0.00 ft above top of footing
I Lap Splice length for#7 bar specified in this stem design segment= 37.38 in
Development length for#7 bar specified in this stem design segment= 28.76 in
Hooked embedment length into footing for#7 bar specified in this stem design segment= 7.00 in
I As Provided= 1.3091 int/ft
As Required= 0.5616 in2/ft
I
1
I
1
1
I
I
I
I
I
I
I
Page 123 of 130
I
��Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 6
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
I
Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15 Cantilevered Retaining:KW-06059869 Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
26" w; #7@56" L
•• 3-0" III
•• r I
•• 8-6 I
••
h-6,
•
1} •• rI
9' 0 __
T2"
#6@12 in
@ Tae .93:4;43
6-0" L 3„
I 0
6-9"
L=.
#6@12'
I
@ Heel
I
I
I
I
I
Page 124 of 130
I
I
'b Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 7
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
I Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
I
t125 00psf
I
I
I eA
Pp= 1800 00#
I
1524#
t
I
e a
t 0
C)
t, 0)
1V O
41- CA
I
I
I
I
I
Page 125 of 130
1
I
11/BergerABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 8
g Federal Way,WA 98003-2600 Job#:Al8.0001 Dsgnr: LEH Date: 5 FEB 2018
Description....
I
5'
-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
RetainPro(c)1987-2016, Build 11.16.07.15
I
License:KW-06059869 Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
License To:BergerABAM
I
Wall II Concrete Masonry
Designer to determine bar cutoff locations
140.0 lbs 420.0 lbs 700.0 lbs 980.0 lbs 1,260.0 lbs
I
0.0 lbs 280.0 lbs a 560.0 lbs 840.0 lbs i 1,120.0 lbs
8.50 ft 7
1 1 • I
8 1
I
5.50 ft
I I
t I
1I
i
0
1
I
Applied Shear Diagram r, '--..:, _, .. „;,.,.
I
1
I
I
Page 126 of 130
I
I
lb Ber erABAM 33301 Ninth Avenue South,Suite 300 Title Existing Wall Page: 9
g Federal Way,WA 98003-2600 Job#:A18.0001 Dsgnr: LEH Date: 5 FEB 2018
1 Description....
5'-6"Tall Wall-Gravity Loading
This Wall in File:\\fwfsl\project\2018\A18.0001\00\Engineering\Stair_Retaining_Walls\Analysis\FWGS_
I
RetainPro(c)1987-2016, Build 11.16.07.15
License:KW-06059869
License To:BergerABAM Cantilevered Retaining Wall Code: IBC 2015,ACI 318-14,ACI 530-13
1 ,
Walla Concrete.Masonry Allowable Moment Line Concrete o Masonry
Designer to determine bar cutoff locations
18.50 ft 0.0 ft#
14,580.0 84
,740.0 ft-#
58,320.0 ft-#72,900.0
#72,900.0 ft# 102060.0 ft-# 131220.0 ft-#
87,480.0 ft-# 116640.0 ft#
29,160.0 8443
'1
I
1 ..
5.50 ft
t *Tep e:CeI
I ,
Ill1
I -
Applied Moment Diagram Mu= 2,783.0
1 imi_000 ft MnPhi= `-t 1221.3
I
I
I
I
I
Page 127 of 130
1
Project FEDERAL WAY GRAND Sheet of
STAIR PROJECTDesiger LEH Date 2/5/18
') BergerABAM Subject RETAINING WALL DESIGN Checker Date
CHECK EXISTING WALL Job Number A18.0001.00
EXISTING RETAINIG WALL INFORMATION
111
14,a'8'to OCcOUT
a s.-A"OG - ci.�
Werw NON•LI*,NK ' •,n_ .EF Akt. Dn3
EAOI.rT 1•cgR TO v ,c SIZE - •E,GMT - I
RNL INSTAL.LAIION- - ..$
G ',..TEAC'JR'S ^s'T,IZ
ADD Z 04•" — w~ v _.__Tna or - —SO♦ AP 1,
eCksoitvE /II���� <a [u A`A_- S.�ILE ON elf
9O"TVP I---N4 1= - --AN':F oavfrt=u�.-,c ALTERuArE
(�MRIE f '1 16`i M mErviOu5 DAl K c__ PAC'S
! s% tj_ I
.i..s14.AMC:. -�.•I,�: I_l,' -.) ._... fo 5 GC ^•d2 ''0 1 Y
-_ _- I •'SE 5 ,c •rJ4 -n4 ')-'(._E i-j
ADD 1.46.5.0(. ....•••`!..12....•••`!..124E4119.1•
r4040.1ra yERT '
.. {
J _.---- 5r-t.5r-t. RE- NA_ SG.+EO.:-E BAR K Mi N
toe w)9.O' -- -=- - cOR ISAE Sat 4 sc."../6
''- l -- 5A'TER /1:6.
• I nsT,pu• NO 6..-TER
FOR .14 1..,
' •''4 ("7g - 5 ...'M/Vous 04uPwnOF446 -��
1 �/ S fe4.;Z KEY KOE a 1.cf
°RE! �RAIt vATCRiA� �**5Z. KEY MR ...to'
SEE SO IS •ErORT I.-.
;.� 'R 7ESGQ•►T1041 4 9i• KEY 'OR a £:!
I . - sT4tuCTvRAI
IACKCIL.. vATERIAL
!SEE SoI6S REPORT I
• ` . 'OR MSS",0". _
DE
-S••EAR KEY
SHEAF( k_E Y
7 `.- 5t•wEE.P I.4D...ES R IO-cfoC `.s
_s . .5(.. AND 6`A80VE C1144„. bRA .
FIN GRACE'^ --_- I Y �u! AT FRONT sA( OI: NAS_
AT CKE OS Cova R iKcRlp! NI 114,-EICiAyte I
WALL !LEN
I
EAR.P, SE!RtrA N 46
VARIES +A'IL.L ScwEc uLa
1'- �- -- .-- •Ii• ' . (DU'RACI 'S.D*E,
Ir-- a •. - .11' :. ,_.) •. - -. ACES•04)-,$.l TY
�; _ '��.• - c00-t..6 DRAIN
Shc
\
�`1 Ft LK. - .V. --.r.:/ avgt 4%10 A FERR9RATQD I
.torli !I ,.: _ -I -► 1 PE."LRF7RATIOry5 DOW,.
' U4DISTUKEED-1 • - OIC ".ES c 1Vel. DRAWIIN6$
LD • _
�
its 5 D No EARS � '5*IS"oG rnR D• Z"Tp.5"
•4e. 1OOC R711C D- A'-rntl" I
•64 It''0.C..FOR D•t4 Tp Z7'
TYP kETAINING WALL SECTION
I
I
I
I
I
I
Page 128 of 130
1
I
Project FEDERAL WAY GRAND Sheet of
ISTAIR PROJECT Desiger LEH Date 2/5/18
� BergerABAM Subject RETAINING WALL DESIGN Checker Date
ICHECK EXISTING WALL Job Number A18.0001.00
EXISTING RETAINIG WALL INFORMATION, CONT.
RETAINING WALL SCHEDULE
I
5'R , 1:.i, 0 rjF2 \ 9AR P
J 5 .Y 5A h size S h SIE 5 A
.� .. __ '_. . t .55.
I f
5 •5 5 I'S +5'
H o' 4 - :5 ' '5 ;5"
1"0`.• r•
la,
S *5 15"
8-O°i 7.0"i #%c,- 1 •5 , 15 '5 15«
9' O I 7.-4-1
3' "'5 ,5"' •5 +5"
40.-0''' 8.4. 3 '5 2,.f '5 +2"
4 _
11'-O`� 9-O" 3' 65 15' 45 ;P' ;. '. }'5 10'-
f
O
i
2.0'' 9'-6" r '5 '8 T*5 +g" ("-0`! *5 9"
,3'.O" ;0'.O"! I -'5 • 5'J'5 . 5 .7'O"I 'a' 10"
4-0. "j -'3 Z t'5 • ,2.. 7,0"� '484
I
r5-0" .1'•4 , t,' ,as +4 '5 +E" 10.01 05 '+r' 6'•0* 44 , 8"
14*-0 2-C" 1' 9" •5 4" •5 14" 10.0•' '5 5G=0" 06,1"c+•
f .
+7=[l" 13'-0" I,9-(( .6 '7." •4+ I 7" n'-O" 44 +7" 4'•O« '4 4"
I ISS'-O 13'-4 210"f'4 +5" *4 r5" +1'O" 04 r5" 4=0" 4.4 1 5"
,s-r1" 14.0. Z 0 ` •„ 3' *4 13" 12'd' 44 '3" a-4,," 6.7 6,"
i
i!) O +s-c" -)„ 'CC It" t'6 II' •12,0"1 '4 +1" 44" •7 5'
i
2''-O" +5.4" Z'- 3" ' *7 ,, 14 7 ,- 13'-0:t•7 14" 7.4,", *7 i 5"
I r
220" 14-0" 2-5 •7 14" *7 +4 1 ,0"1 •7 ++" 74." 4 1 5"
73-0" 16.4" 2 3" *7 ; 13" '7 13 1f'-0" '7 13" 8.4' •7 1 4"
I
241-0' 47'C' 2 3"-�7 ;2" *7 - 12" 14.-0« •7 , 12"18‘-‘" •8 1 5"
1
1 I
1
I
I
I
I
I
I
Page 129 of 130
I
Project FEDERAL WAY GRAND Sheet of
'b STAIR PROJECT Desiger LEH Date 2/5/18
BergerABAIVI Subject RETAINING WALL DESIGN Checker Date
CHECK EXISTING WALLJob Number A18.0001.00
I
EXISTING RETAINIG WALL INFORMATION, CONT.
I
1i, 1 r• v "7
1 '. -j: I
! i 1
- 1111
L
1111' M . 1
i
CONSTRUCT
I JOtatTS t.; R
----4ff— L° 1Q7•a nC.
1
� I
1
: U \. - TION 1
I
I
I
I
I
Page 130 of 130
I
I
I
I
I
APPENDIX E: Geotechnical Engineering Report
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I Geotechnical Engineering Report
I Grand Staircase
Federal Way, Washington
I
I
August 22, 2017
1
IPrepared for
IBergerABAM
210 East 13th Street, Suite 300
I
Vancouver, Washington
I
I
IA LANDAU
IASSOCIATES
955 Malin Lane SW, Suite B
I Tumwater,WA 98501
(360)791-3178
I
Landau Associates
1
Geotechnical Engineering Report I Grand Staircase
2031 South 316th Street
Federal Way, Washington I
I
This document was prepared by, or under the direct supervision of,the undersigned,whose seal is I affixed below.
Name: Lance Levine G'
GARY�4
F WAS `j
Washington/No. 45853 Q'4, r , ...,. <0
H� yI
v .
Date: August 22, 2017 /r" ; c
/ W% ; 45853v tv
ss'ONAI.E`-4 itlzva I
Document prepared by: Lance Levine, PE
Projec -Manager
I
--7
Document reviewed by: -- Calvin McCaughan, PE
I
Quality RR . r
I
I
Date: August 22,2017
Project No.: 0526019.010
File path: Y:\0526\019.010\R\Signature Page.docx
Project Coordinator: MCS
I
I
L4 LANDAU
ASSOCIATES
I
I
I
I
Landau Associates
ITABLE OF CONTENTS
Page
1 1.0 INTRODUCTION 1-1
1.1 Project Understanding 1-1
11.2 Scope of Services 1-1
2.0 SITE CONDITIONS 2-1
2.1 Geologic Setting 2-1
I
2.2 Surface Conditions 2-1
2.3 Subsurface Soil Conditions 2-1
I
2.4 Groundwater Conditions 2-2
2.5 Seismic Considerations 2-2
3.0 CONCLUSIONS AND RECOMMENDATIONS 3-1
I
3.1 Earthwork 3-1
3.1.1 Wet Weather Construction Considerations 3-2
3.1.2 Site Preparation Activities 3-3
I
3.1.3 Subgrade Preparation 3-3
3.1.4 Structural Fill 3-3
' 3.1.5 Backfill and Compaction Requirement 3-4
3.1.6 Temporary and Permanent Slopes 3-4
3.2 Construction Dewatering 3-5
I
3.3 Shallow Foundation Support 3-5
3.3.1 Summary of Design Parameters for Structural Engineer 3-5
3.3.2 Bearing Capacity and Footing Dimensions 3-6
I
3.3.3 Settlement 3-6
3.3.4 Lateral Load Resistance 3-6
' 3.3.5 Footing Overexcavations 3 6
3.4 Retaining Walls 3-7
3.4.1 Lateral Soil Pressures 3-7
I
3.4.2 Lateral Resistance and Foundation Support 3-7
3.4.3 Wall Drainage 3-7
3.5 Pedestrian Sidewalk 3-8
I
4.0 DOCUMENT REVIEW AND CONSTRUCTION SUPPORT 4-1
5.0 USE OF THIS REPORT 5-1
I
6.0 REFERENCES 6-1
I
I
Geotechnical Engineering Report 0526019.010
Grand Staircase iii August 22,2017
1
Landau Associates 1
1
FIGURES
Figure Title 1
1 Vicinity Map
2 Site and Exploration Location Plan 1
ILLUSTRATIONS 1
Illustration Title
1 Typical Cross Section—Schematic
1
TABLES
Table Title 1
2 2015 International Building Code Seismic Design Parameters
3 Summary of Design Parameters
APPENDICES 1
Appendix Title
A Field Explorations by Others 1
1
i
1
1
t
Geotechnical Engineering Report 0526019.010
Grand Staircase iv August 22,2017
1
Landau Associates
' LIST OF ABBREVIATIONS AND ACRONYMS
ASTM ASTM International
bgs below ground surface
City City of Federal Way
' CSBC
ESAL crushed surfacing base course
equivalent single axle load
f'c ultimate concrete strength
ft foot/feet
GeoEngineers GeoEngineers, Inc.
' H height
IBC International Building Code
LAI Landau Associates, Inc.
' MDD
pcf maximum dry density
pounds per cubic foot
psf pounds per square foot
psi pounds per square inch
WAC Washington Administrative Code
WSDOT Washington State Department of Transportation
I
Geotechnical Engineering Report 0526019.010
Grand Staircase v August 22,2017
Landau Associates ,
This page intentionally left blank.
I
1
I
1
Geotechnical Engineering Report 0526019.010
Grand Staircase vi August 22,2017
1
Landau Associates
1.0 INTRODUCTION
This report summarizes the results of our geotechnical engineering services in support of the Grand
Staircase project, located at 2031 South 316th Street in Federal Way,Washington (site). The general
1 project location, shown on Figure 1, is southeast of the Performing Arts and Events Center.The
general configuration of the proposed improvements and some of the surrounding site features are
shown on Figure 2.
This report has been prepared based on Landau Associates, Inc.'s (LAI's) discussions with
BergerABAM, documents provided by BergerABAM, our review of the subsurface conditions described
in a 2013 geotechnical engineering report prepared by GeoEngineers, Inc. (GeoEngineers), and our
experience on similar projects.
1.1 Project Understanding
1 We understand the City of Federal Way(City)will construct a 20-foot (ft)-tall, concrete staircase along
the north side of South 316th Street.The site is roughly 75 ft wide, north to south, by 200 ft long, east
to west. Switchbacks, separated by concrete walls, will be used to elevate the staircase with a stepped
' foundation for support. A retaining wall behind the South 316th Street sidewalk and a portion of the
upper parking lot will be demolished to allow for construction of the staircase. The results of several
geotechnical investigations were provided and included soils information for the property north of the
1 site. We have been asked to prepare a geotechnical engineering report presenting our conclusions
and recommendations along with supporting data for the proposed staircase.Additional exploration
' was not needed due to the amount of information provided by the existing reports.
1.2 Scope of Services
BergerABAM retained LAI to provide geotechnical engineering services to support the design of the
staircase. Our services were provided in general accordance with the scope outlined in our proposal,
' dated March 1, 2017. Geotechnical engineering services were authorized by BergerABAM in a
Subconsultant Agreement, issued June 8, 2017.
1
Geotechnical Engineering Report 0526019.010
Grand Staircase 1-1 August 22,2017
Landau Associates
2.0 SITE CONDITIONS
This section discusses the general geologic setting of the project area and describes the surface and
subsurface conditions at the project site during the 2012 and 2013 field explorations. Interpretations
of the site conditions are based on our review of available geologic and geotechnical information and '
a cursory site reconnaissance.
2.1 Geologic Setting
General geologic information for the project area was obtained from the Geologic Map of the Poverty
Bay 7.5-minute Quadrangle, King and Pierce Counties, Washington (Booth, et al. 2004), published by I
the Washington State Department of Natural Resources. The map indicates that the project area is
underlain by glacial till (Qvt).
Glacial till deposits typically consist of a glacially transported and deposited mixture of subrounded to
well-rounded clasts in a massive, silt-or sand-rich matrix. Generally,glacial till deposits are highly
compacted and exhibit very low permeability.
Though not shown on the above-referenced geologic map,fill, associated with past grading activities
at the project site, should be anticipated.
2.2 Surface Conditions ,
The site currently features a paved parking lot in its northern portion.A concrete retaining wall,tree-
lined boulevard (South 316th Street), and sidewalk occupy the southern portion. At our June 19, 2017
site visit, we observed that segments of the sidewalk and boulevard had been disturbed during the
recent construction of a new underground power line. The northern portion of the site is
approximately 20 ft higher than the southern portion below the retaining wall. '
2.3 Subsurface Soil Conditions
Our review of available subsurface information identified six exploratory borings near the site, '
advanced by GeoEngineers in 2012 and 2013 (GeoEngineers 2013). Logs for the borings are included
in Appendix A.The locations of the borings are shown on Figure 2.
1
Based on our review,we conclude that about 9%2 to 20 ft of fill may be encountered during
construction,with the greatest depth behind the wall. Gravel drain rock also should be expected
within a few feet of the wall.The fill is typically composed of loose to very dense gravelly sand with
variable silt derived from glacial till. Below the fill, we interpret the native soils to be glacial till
deposits.These materials typically consist of dense to very dense, silty sand with gravel and cobbles. '
Geotechnical Engineering Report 0526019.010
Grand Staircase 2-1 August 22,2017
I
Landau Associates
' 2.4 Groundwater Conditions
GeoEngineers reports that static groundwater was encountered at 25, 32.5, and 36 ft below ground
surface (bgs) in borings B-1, B-2,and B-6, respectively. We anticipate that groundwater conditions will
' vary, depending on local subsurface conditions,the weather, and other factors. Higher groundwater
levels or perched zones are most likely to occur in the winter and spring.
2.5 Seismic Considerations
We understand that seismic design will be conducted using 2015 IBC standards (ICC 2014).The
' parameters in the table below can be used to compute seismic base shear forces.
Table 1.2015 International Building Code Seismic Design Parameters
' Spectral response acceleration at short periods(Ss)=1.293g
Spectral response acceleration at 1-second periods(Si)=0.495g
' Site class=C
Site coefficient(F,)=1.0
' Site coefficient(F„)=1.4
g=force of gravity
After excavation for the staircase,the site will be underlain by dense to very dense glacial deposits.
On this basis, it is our opinion that there is a very low risk for the development of seismically induced
' soil liquefaction, lateral spreading,or slope instability. Considering the location of the site with
respect to the nearest known active crustal faults and the presence of a relatively thick layer of glacial
soil deposits, it is our opinion that the risk of ground rupture due to surface faulting is low.
1
1
Geotechnical Engineering Report 0526019.010
Grand Staircase 2-2 August 22,2017
I
1
Landau Associates
3.0 CONCLUSIONS AND RECOMMENDATIONS
Based on the results of our geotechnical review, it is our opinion that subsurface conditions at the
project site are suitable for the proposed Grand Staircase project, provided the recommendations
contained herein are incorporated into the project design. ,
After the retaining wall is demolished,the staircase will be benched into the slope with a stepped
foundation.As many as three retaining walls will be separated by walkways (see typical cross section
below). We anticipate several inches of sand or gravel will be used as a leveling course for
construction into sloping ground.The leveling course may act as drain material, and depending on the
design, drain pipes may be needed.
Existing Retaining
Wall
Existing Pavement
?-
Drain Rock Fill Glacial
Till111
,2, Walls
Walkways i
Typical Cross Section—Schematic
Glacial till and existing fill derived from glacial till,suitable for supporting the staircase,are likely to be
encountered during construction. Drain rock,thought to be behind the existing wall,will need to be
evaluated for reuse as structural fill during construction. The glacial till and fill soils are expected to be
moisture sensitive, and moisture conditioning may be needed if these materials are to be reused as
structural fill. ,
The project will be constructed on an approximate 4 horizontal to 1 vertical (4H:1V)slope.This cut
slope is expected to be stable and suitable for the staircase if prepared as recommended. Large
amounts of groundwater are not anticipated during construction, other than in small areas of perched
water.
The following sections present geotechnical conclusions and recommendations in support of the
development.
3.1 Earthwork
Earthwork activities are expected to include demolition of the existing retaining wall,clearing, and ,
stripping;site grading to establish subgrade elevations;excavation for footings; backfilling around
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-1 August 22,2017
1
I
ILandau Associates
footings and behind walls; and subgrade preparation. A heavy-duty hydraulic excavator with sufficient
Ireach should be able to excavate to the planned depths. Though not noted on the exploration logs,
boulders are often present in glacial deposits, and the contractor should be prepared to handle and
I dispose of such oversized material. Recommendations for earthwork are provided in the following
sections.
I3.1.1 Wet Weather Construction Considerations
Site preparation activities and other earthwork-related construction will be influenced by weather
conditions. Near-surface fill soils at the site are reported to contain 27 to 37 percent fines (material
Ipassing a U.S. Standard No. 200 sieve) and are anticipated to be moisture sensitive. Deeper glacial till
soils are reported to contain about 31 percent fines and are also anticipated to be moisture sensitive.
I Site-grading activities using moisture-sensitive soil should be planned for the relatively warm and dry
period between mid-summer and early fall. Completing these activities outside of the typical
construction window could lead to a significant increase in construction costs due to weather-related
Idelays, repair of disturbed areas, and the increased use of"all-weather" import fill materials.
Given the moisture sensitivity, unprotected site soil, in either a compact or uncompact state, can
Idegrade quickly to a slurry-like consistency in the presence of water and construction traffic. If
subgrade or fill soil becomes loosened or disturbed, additional excavation to expose undisturbed soil
l and replacement with properly compacted structural fill will be required. During wet weather
construction,the contractor may reduce the potential for disturbance of subgrades by taking the
following measures:
I • Placing a gravel working mat to protect exposed subgrades from disturbance by construction
activities.The gravel working mat should consist of a minimum of 12 inches of import
structural fill.
I • Using an excavator with a smooth-bladed bucket to limit disturbance of the subgrade during
excavation.
I • Suspending earthwork and other construction activities that may damage subgrades during
rainy days.
• Limiting and/or prohibiting construction traffic over areas designated to receive
Iimprovements.
• Providing designated haul roads for construction equipment.
I • Sloping excavated surfaces to promote runoff.
• Sealing the exposed surface by rolling with a smooth-drum compactor or rubber-tire roller at
the end of each working day and removing wet surface soil prior to commencing filling each
I day.
Alternatively, additives, such as kiln dust, cement, or lime, can be added to the soil to lower the
I moisture content (by hydration) and achieve the required compaction. This approach allows for the
use of site soils during wet weather conditions and reduces the risk of weather-related delays during
I Geotechnical Engineering Report 0526019.010
Grand Staircase 3-2 August 22,2017
I
Landau Associates ,
earthwork, but it can result in increased construction costs. Soil additives tend to raise the pH of the
soil and make the soil less permeable. This could complicate maintenance of landscaping plants and
materials.
3.1.2 Site Preparation Activities
Site preparation activities are expected to consist primarily of demolishing the retaining wall and
pavement, clearing vegetation, and stripping topsoil. Clearing and grubbing should be performed in '
accordance with the requirements set forth in Section 2-01 of the Washington State Department of
Transportation's (WSDOT's)2016 Standard Specifications for Roadway, Bridge, and Municipal
Construction (WSDOT Standard Specifications). Large stumps should be overturned with a dozer or a
similar piece of equipment to remove the major portions of the root balls. Material generated during
clearing and grubbing may be processed on site and reused in topsoil or for mulch or properly
disposed of at an approved offsite location. Localized areas of topsoil and other organic material
should be stripped to expose the underlying inorganic soil in areas that will be impacted by
development. Stripped material is not considered suitable for use as structural fill and should be ,
stockpiled for use as topsoil or mulch in landscape areas or wasted at an approved location.
3.1.3 Subgrade Preparation 1
Following clearing, stripping, and any required overexcavation to remove unsuitable foundation soil
and before placement of structural fill,the exposed fill soils should be scarified, moisture conditioned,
and compacted as described in Section 3.1.5 of this report; subgrades exposing dense glacial till do
not need to be scarified.The prepared subgrade should be proof-rolled with a loaded dump truck,
large vibrating roller, or equivalent piece of equipment in the presence of a qualified geotechnical or
civil engineer, who can check for the presence of soft, loose, and/or disturbed areas. If any soft, loose,
and/or disturbed areas are revealed during proof-rolling,these areas should be moisture conditioned
and recompacted to the required density or removed and replaced with Gravel Borrow meeting the
requirements outlined in Section 9-03.14(1) of the 2016 WSDOT Standard Specifications, and
compacted to the required density. Unsuitable foundation soil should be overexcavated in accordance
with Section 2-03.3(14)E of the 2016 WSDOT Standard Specifications.
3.1.4 Structural Fill '
The suitability of excavated or imported soil for use as structural fill will depend on the gradation and
moisture content of the soil when it is placed. As the amount of fines increases,the soil becomes
increasingly sensitive to small changes in moisture content, and adequate compaction becomes more
difficult to achieve. Soil containing more than about 5 percent fines cannot be consistently compacted
to a dense, non-yielding condition when the water content is greater than about 2 to 3 percent above '
optimum moisture content. Optimum moisture content is the moisture content at which the greatest
compacted dry density can be achieved.
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-3 August 22,2017
I
ILandau Associates
Both the fill and glacial till soils in the project area are composed primarily of silty sand with gravel,
' although cobbles also may be encountered. We interpret the near-surface site soils to be moisture
sensitive,with a typical fines content of 27 to 37 percent. We recommend that the use of onsite soil
as structural fill be limited to extended periods of dry weather(about July through mid-October),
when the moisture can be more easily controlled.
' If onsite soil is used as structural fill,the contractor will need to segregate the non-suitable material
from the suitable material. Soil containing significant organic matter, debris, and other deleterious
material should be stockpiled for use in landscaping or wasted at an approved location.
If onsite soil cannot be utilized as fill or if additional fill material is needed, import fill will be
necessary. Import fill should meet the requirements for Gravel Borrow outlined in Section 9-03.14(1)
' of the 2016 WSDOT Standard Specifications. If wet weather construction is anticipated,the amount of
fines should not exceed 5 percent, by dry weight, based on a wet sieve analysis of that portion passing
the%-inch sieve.
3.1.5 Backfill and Compaction Requirement
Prior to placing structural fill,the exposed subgrade should be prepared in accordance with Section
3.1.3 of this report. In improved areas, structural fill should be placed and compacted in accordance
with Section 2-03.3(14)C, Method C of the 2016 WSDOT Standard Specifications. The maximum
thickness of each lift should be 8 inches, and each lift should be compacted to at least 95 percent of
the maximum dry density (MDD). In unimproved areas, such as landscape areas,fill should be placed
in relatively uniform horizontal lifts, not exceeding 12 inches thick, loose measure, and compacted to
between 85 and 90 percent of the MDD.The MDD should be determined in accordance with Section
2-03.3(14)D of the 2016 WSDOT Standard Specifications. Alternatively, the MDD and optimum
' moisture content may be determined by ASTM International (ASTM)test method D1557.
3.1.6 Temporary and Permanent Slopes
Based on the soil conditions encountered in the explorations, appropriate configurations for
temporary excavations less than 20 vertical feet in height, in the absence of groundwater seepage,
' would be 1H:1V for the glacial till, and 11/2H:1V for the near-surface fill material. If groundwater is
present, it may cause an unstable condition in the temporary slope, necessitating flatter slopes.
Temporary excavation slopes should be protected by covering with a plastic sheet, straw, or other
' material to prevent erosion. In addition,the contractor should implement measures to prevent
surface water runoff from entering excavations.
All temporary excavation slopes should be the responsibility of the contractor, and applicable local,
state, and federal safety codes should be followed. All open cuts should be monitored by the
contractor during excavation for evidence of instability. If instability is detected, the contractor should
flatten the side slopes or install temporary shoring. If groundwater or groundwater seepage is present
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-4 August 22,2017
I
Landau Associates
and the excavation is not properly dewatered,the soil may be prone to caving, channeling, and
running. '
Permanent cut-or-fill slopes constructed as recommended in this report should be sloped no steeper
than 2H:1V. Permanent slopes should be provided with erosion protection, as recommended for
temporary excavations, and reseeded or revegetated as soon as practical.
3.2 Construction Dewatering
Localized zones of shallow, perched groundwater may be encountered within excavations. Depending
on the time of year, construction dewatering may be required to control groundwater flow into
excavations.The contractor should be prepared to handle groundwater seepage.
It is expected that open sump pumping from excavations where minor amounts of groundwater ,
seepage are encountered will be sufficient, assuming the excavation walls remain stable. The
contractor should be responsible for the design, installation, monitoring, and maintenance of any
required dewatering system(s).
3.3 Shallow Foundation Support 1
Shallow foundations are anticipated with a stepped footing design and planned switchbacks. The
following sections provide recommendations for design parameters, bearing capacity and footing
dimensions,settlement, lateral load resistance, and overexcavations for footings.
3.3.1 Summary of Design Parameters for Structural Engineer I
The information provided in Table 2 should be used only in conjunction with the complete
recommendations provided in the report's main text.The parameters account for a 25 percent slope
(4H:1V) above the walls and assume a level ground (walkway)width on the downhill side of footings
or at least two times the footing embedment depth.
Table 2.Summary of Design Parameters
Allowable soil bearing pressure=2,500 psf
Friction coefficient(factored)=0.35
Passive resistance(factored)=450 pcf
Active earth pressure=40 pcf
At-rest earth pressure=55 pcf
Seismic earth pressure=11*H psf
ft=feet
H=height
pcf=pounds per cubic foot
psf=pounds per square foot
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-5 August 22,2017
' Landau Associates
3.3.2 Bearing Capacity and Footing Dimensions
We recommend an allowable soil bearing pressure of 2,500 pound per square foot(psf)for shallow
foundations established on firm and unyielding onsite soils.This allowable soil bearing pressure
' applies to long-term dead and live loads,exclusive of the weight of the footing and any overlying
backfill.The allowable soil bearing pressure can be increased by one-third when considering total
loads, including transient loads such as those induced by wind and seismic forces.
' 3.3.3 Settlement
' We estimate that total settlement of footings designed and constructed as recommended will be less
than 1 inch.We estimate that differential settlements will be Y2 inch or less along 50 ft of continuous
footing.We anticipate that the settlement will occur as loads are applied during construction.
' 3.3.4 Lateral Load Resistance
' Lateral loads on shallow foundation elements can be resisted by passive resistance on the sides of
footings and by friction on the base of footings. Passive resistance should be estimated using an
equivalent fluid weight of 450 pounds per cubic foot(pcf), assuming that the footings are backfilled
' with structural fill. Frictional resistance may be estimated using 0.35 for the coefficient of base
friction.
' The lateral resistance values provided above include a factor of safety of 1.5.The passive earth
pressure and friction components can be combined, provided that the passive component does not
' exceed two-thirds of the total.The top foot of soil should be neglected when calculating passive
resistance, unless the foundation perimeter area is covered by a slab-on-grade or pavement.
' 3.3.5 Footing Overexcavations
Because fill soils are present at the site,we recommend that a contingency be included in the
project's budget to allow for local overexcavation of any unsuitable fill observed at the time of
construction. Overexcavations also could be required if the soils become moisture disturbed or
contaminated by surrounding silty soils and/or foot traffic.
If overexcavations are required,the overexcavation zone should extend a horizontal distance equal to
at least one-half of the overexcavation depth on each side of the footing. For example, a 2-ft-wide
' footing with a 2-ft-deep overexcavation should have a 4-ft-wide overexcavation zone.All footing
overexcavations should be backfilled with structural fill compacted to at least 95 percent of the MDD,
per ASTM test method D1557.The base of the overexcavation should be evaluated by a qualified
geotechnical engineer prior to placement of concrete or structural fill.
l
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-6 August 22,2017
Landau Associates '
3.4 Retaining Walls
The following sections provide retaining wall recommendations for lateral soil pressures, lateral
resistance and foundation support, and wall drainage.
3.4.1 Lateral Soil Pressures
Lateral soil pressures acting on retaining walls will depend on the nature and density of soil behind
the wall,the amount of lateral wall movement that occurs as backfill is placed, and the inclination of
the backfill surface. For walls free to yield at the top at least one thousandth of the wall height (i.e.,
wall height times 0.001), soil pressures will be less than if movement is restrained. We recommend
that walls free to yield at the top be designed using an equivalent fluid density of 40 pcf. Restrained
walls (walls not allowed to rotate at least 0.001 times wall height)should be designed using an
equivalent fluid density of 55 pcf. For seismic loading conditions, a rectangular earth pressure equal to
11H psf, where H is the height of the wall,should be added to the active pressures provided above.
This seismic earth pressure is based on the Mononobe-Okabe theory and assumes one-half of the
peak ground surface acceleration for the site. If the wall is designed for an at-rest condition but is
assumed to move during seismic conditions,then it is appropriate to combine the seismic surcharge
pressure with the active pressure (rather than the at-rest pressure). For restrained walls, a rectangular '
earth pressure equal to 26H psf should be added to the at-rest pressure for seismic loading.
The lateral soil pressures provided above do not include traffic surcharges,the effects of sloping 1
backfill, or hydrostatic pressure. The recommended soil pressures also assume that the material
behind the wall consists of structural fill or undisturbed native soil for a horizontal distance behind the
wall equal to the wall height.
3.4.2 Lateral Resistance and Foundation Support
Lateral resistance and foundation support values for retaining wall footings should be designed in
accordance with Section 3.3 of this report.
3.4.3 Wall Drainage
Drainage systems should be constructed to collect water and prevent the buildup of hydrostatic
pressure against retaining walls. We recommend that wall drainage systems include a zone of free-
draining backfill a minimum of 18 inches in width against the back of the wall. Free-draining backfill
should meet the requirements for Gravel Backfill for Walls in Section 9-03.12(2) of the 2016 WSDOT '
Standard Specifications. The free-draining backfill zone should extend to within 1 ft of the top of the
wall. A perforated, rigid, smooth-walled drain pipe with a minimum diameter of 4 inches should be
placed along the base of the wall within the free-draining backfill and extend for the entire wall
length. The drain pipe should be sloped to drain by gravity to an approved discharge location.
Geotechnical Engineering Report 0526019.010
Grand Staircase 3-7 August 22,2017
I
Landau Associates
I
3.5 Pedestrian Sidewalk
IRigid concrete sidewalks will be constructed around the staircase.The concrete will need to be 4
inches thick and supported on 4 inches of crushed surfacing base course (CSBC),assuming traffic loads
I
of 50,000 equivalent single axle loads (ESALs).The ultimate concrete strength (f'c) needs to be at least
4,000 pounds per square inch (psi). Dowels likely would not be needed for pedestrian traffic.
IIReinforcing mesh is optional and would help with shrinkage cracks.
I
I
I
I
I
I
I
I
I
I
I
I
I Geotechnical Engineering Report 0526019.010
Grand Staircase 3-8 August 22,2017
Landau Associates
4.0 DOCUMENT REVIEW AND CONSTRUCTION SUPPORT
We recommend that we review the geotechnical portions of the plans and specifications for the
proposed project in advance of project bidding.The purpose of the review is to verify that the
recommendations presented in this geotechnical report have been properly interpreted and '
implemented in the design and project specifications.
We recommend that monitoring,testing, and consultation be provided during construction to confirm 1
that the conditions encountered are consistent with those indicated by our explorations,to provide
expedient recommendations should conditions be revealed during construction that differ from those
anticipated,and to evaluate whether geotechnical activities comply with project plans,specifications,
and the recommendations contained in this report.Such geotechnical activities include observation of
subgrades, compaction testing of structural fill,etc.The purpose of these services would be to
observe compliance with the design concepts and the specifications and recommendations of this
report. In the event that subsurface conditions differ from those anticipated before the start of
construction,we can provide revised recommendations appropriate to the conditions revealed during ,
construction. We would be pleased to provide these services for you.
I
1
Geotechnical Engineering Report 0526019.010
Grand Staircase 4-1 August 22,2017
Landau Associates
5.0 USE OF THIS REPORT
' Landau Associates, Inc. (LAI) prepared this report for the exclusive use of BergerABAM and its client
for the proposed Grand Staircase project in Federal Way, Washington. Within the limitations of scope,
schedule, and budget, our services have been conducted in accordance with generally accepted
practices of the geotechnical engineering profession; no other warranty, express or implied, is made
' as to the professional advice included in this report.
The conclusions and recommendations contained in this report are based on the conditions observed
in our review and our experience in the project area. There may be some variation in subsurface soil
and groundwater conditions, and the nature and extent of the variations may not become evident
until construction. Accordingly, a contingency for unanticipated conditions should be included in the
' construction budget and schedule.
If variations in subsurface conditions are encountered during construction, LAI should be asked to
' review the recommendations in this report and revise if necessary. If there is a substantial lapse of
time between submission of this report and the start of construction, we recommend that we review
' this report to determine the applicability of the conclusions and recommendations contained herein.
We appreciate the opportunity to be of service to you on this project. Please contact us at(360) 791-
3178 if you have questions or require additional information.
I
1
Geotechnical Engineering Report 0526019.010
Grand Staircase 5-1 August 22,2017
i
Landau Associates
6.0 REFERENCES
ASTM. 2003. D420-D5876:Annual Book of ASTM Standards. ASTM International.
Booth D.B., H.H. Waldron, K.G.Troost. 2004. Geologic Map of the Poverty Bay 7.5-minute Quadrangle,
King and Pierce Counties, Washington. Washington State Department of Natural Resources.
GeoEngineers, Inc. 2013. Draft Report: Preliminary Geotechnical Engineering Services, Proposed
Performing Arts Center, Federal Way, Washington. August 6. 1
ICC. 2014. 2015 International Building Code. International Code Council.
PACLAND. 2015. Report: Preliminary Technical Information, Federal Way Performing Arts & Events 1
Center, Federal Way, Washington. September 18.
WSDOT. 2016. Standard Specifications for Road, Bridge, and Municipal Construction 2016. M 41-10. 1
Washington State Department of Transportation. December.
1
1
i
1
i
1
1
1
1
Geotechnical Engineering Report 0526019.010
Grand Staircase 6-1 August 22,2017
1
I
I 0:''4Atii;cif*:'4,44.,.,i'7
� S 288th St
fix- ,-: I,
°
99
\ i
I
N
I 0
*O
K
/ Steel Lake
1-,\
t Steel i,_.��
Project Location Lake
Park A
n
x
' Federal Way
W 320th St
S
-20th SE_ � _ _ ___ _.
The Commons • -'__
I
at Federal
Way
III Celebration 5 ''
Park to e.
7
Panther co
li \
\\ Lake
I
i. Park
r/ -- _,
`ampus / ....._.�a
I LI CD
1
Project
IIm Location
" t
Q
��
Everett
V41Seattle
a N a 0 0.5 1 okane
Federal Way
' pia
•1. Immoilmom Olympia
Miles Washington
I
liData Source:Esri 2012
Figure
Grand Staircase Vicinity Map
I
Federal Way, Washington 1
LANDAUASSOCIATES
I
c 9 N
t OA
OD I
c
ccr i
i co
O , )1'•, ' i; i J h; Y#� 7n a;'
0 fV t YR' 1°�
C N {
O .. �., „ t ?i - t �Efi [
a▪ s I , r ,,,, FI 1 nv F"f t., (fir', J
A
£
cC
m O
o wrecd 1 —
—
-6Q.
X
a) , W
1313 .
J m IIJ
co
a)
4.0
CU
I
cm
§ cO
(0
- !O
5 .: t_
,
t.
T
w j
vc
CO
CID
� �
i5 O 0 i
v
Y..,f ry if,
^ ? LL
I
$. '+ 61'
8."¢�ar..a iii Lj
'.. rte 0N
FON
p
2 ti
ati ` N
4-4 m 4 CO
n
4-4
y
I/a
ni
N
o A
w
r .. i I
"),11
1
oco, To
r
a i $ m
a' N N
111C
01m - Q) f0 Q
1O (a7 N `1
O m a u7 -, N
Q W
'
o� rn ° �2 cu u H
m ,JI��<oxcO
r '- 4 U
3 Ca O
I Sr -o E c
o " co— '
7 m _.
Q �_
c WI
g 1
J Z '-i
i
1
1
APPENDIX A
� Field Explorations by Others
1
/� Id Total 40 Logged By EKV Driller Geologic Drill Drilling `
Drilled 12/4/2012 12/4/2012 Depth(ft) Checked B HRP g Method Hollow-Stem Auger
P Y
Surface Elevation(ft) 473 Hammer Rope&Cathead Drilling Deep Rock XL
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274718 System Groundwater
Northing(Y) 119860 Datum WA State Plane,North Depth to I Date Measured Water(ft) Elevation(ft)
Notes: Elevation and location estimated from base survey map. 12/4/2012 25.0 448
• I
V
FIELD DATA
I
_ a MATERIAL
2 2 8 9 a r REMARKS
I
_ w DESCRION.cas1 2 O ,, m O. .N 3' O I O. y ° 3 N t A O N 1 C C
w a m u r 3 CD (7U i.) o.-
0 AC Asphalt concrete pavement 3 inches thick ----
CR Crushed rock base course,2 inches thick 7-
sM - Light brown silty fine to medium sand with gravel I
(medium dense,moist)(fill)
s 12 1 8 I
5 13 30 2 — — 7 %F=27 I
I
1
g 1 15 47 3 6
a°
SM Light grayish brown silty fine to medium sand I with gravel and occasional cobbles(very
dense,moist)(glacial tit)
0
a
w 10 13 84 4
°
i ;i
01o
0
14 28 5 i 9 Perched water?
—ab Q i !
oz Grades to medium dense and wet
a
ij
a-
t15 Increased gravel and cobbles
8
yy 9 80 6
-a
Grades to very dense and moist
Ey
E
z
0
e Note:See Figure A-1 for explanation of symbols.
f
fo
a0 Log of Boring B-1
Project: Proposed Performing Arts Center
G EO E N G I N E E R Project Location: Federal Way,Washington
Figure A-2
• Project Number: 2207-016-00 Sheet 1 of 2 ,
I
N
FIELD DATA
I iii.
c fi
m `s MATERIAL
N REMARKS
ju DESCRIPTION y
s m > w `u -2 t .1 m d
2 o d a o—
a N ° 2 Eu, m o2 `�c
w o 5 ce m u inl- 5. 0 0.2
''r3o a
20
I - _.
e 1 3 50/6" 7 Grades to light brown
I
I
I - 25— L --
Groundwater measured before backfilling
ILenses of fine to medium sand with silt
o-5 12 48 8 Grades to wet 8 6 inches of heave
_o-
I - - I -
30—I -
I
p 10 34 9
Grades to dense
!-
I
-LI.;- 35— _. __.
I 1
w
i
z
o-
0
I - 0
A h 13 55
Grades to very dense
E-
m
2.
8
I1
a
I ,F‘'),
E.rc
E Note:See Figure A-1 for explanation of symbols.
I
3E.
♦ I
E,
Log of Boring B-1 (continued) ,
Project: Proposed Performing Arts Center
IG EO E N G I N E E R S36. Project Location: Federal Way,Washington Figure A-2
��++ Project Number: 2207-016-00 sheet 2 of 2
I
`
Start End Total 41.5 Logged By EKV Driller Geologic Drill Drilling Hollow-Stem Auger
Drilled 12/5/2012 12/5/2012 Depth(ft) Checked By HRP Method I Surface Elevation(ft) 473 Hammer Automatic Drilling Diedrich D50 Track-mounted
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274946 System WA State Plane,North Groundwater Depth to
Northing(Y) 119848 Datum Date Measured Water(ft) Elevation(ft)
Notes: Elevation and location estimated from base survey map. 12/5/2012 29.0 444
I Y
FIELD DATA
n
°' e MATERIAL
w d a N e r REMARKS
e 8 w DESCRIPTION
22U3 C to o 7> a N NA 2 O
W ❑ y m V H 3 6 7U ,C
•C
2 O a
0
I
AC _.Asphalt concrete pavement 3 inches thick
CR Crushed rock base course 4 inches thick 7-
SM Light brown and gray silty fine to medium sand I
with gravel and occasional organic matter
I I (loose to medium dense,moist)(fill)
1
p 12 9 1 8
—b1
1
5 11 12 2 8
II
I
i
y 1 15 17 3
b -
ab
a
0
z
N' SM Light brown and gray silty fine to medium sand
Po- 104 . - with gravel and occasional cobbles(very 6 %F=31
I 17 50/5" dense,moist)(glacial till)
0
a
w
z 1O
g-b° _ -
0
E
F
-
E t517 39 5 Grades to dense
ii
_j
Ia
5
o 1
it
s 20— — --
0
0
Note:See Figure A-1 for explanation of symbols.
a' Log of Boring B-2
Project: Proposed Performing Arts Center
G EO E N G I N E E R Project Location: Federal Way,Washington Figure A-3 1
` Project Number: 2207-016-00 Sheet 1 of 2 ,
I
FIELD DATA r
w len
L
a MATERIAL
° J DESCRIPTION e t REMARKS
O — y .- « —1 V a
;'-e'
c
jp L Z N V C L a'y ;e m
G• U m i r d 7 A a 0.-.
20 111 50/5" 6 I Grades to very dense
i
I
r
- I ; , -
I � 1
it -
I
25 14 647 1 1 _... _
i - I
_ ID
III
I �
I ',
Drill rods wet at 29 feet
1 I I Grades to wet
I _ 30 - 16 82 8 _
IH
i
I
I a p Groundwater measured before backfilling
o_Pa
I w
i1
'S- 35— 18 42 9 flinches of heave
0
Lenses of fine to coarse sand with sift
z
z
I
6
E- - _
O
- 40 8 37 10
g 1 ' Grades to dense
g.
5
Io
a
z
0
o Note:See Figure A-1 for explanation of symbols.
II sc.
a, '
�
,
Log of Boring B-2 (continued)
Project: Proposed Performing Arts Center
I $ G EO E N G I N E E R S Project Location: Federal Way,Washington
Figure A-3
Project Number: 2207-016-00 S e et 2 of 2
•I
i
Starts Logged By EKV Drillin ,
Total 39 Driller Geologic Drill g Hollow-Stem Auger
Drilled 12/4/2012 12/4/2012 Depth(ft) Checked By HRP Method '
Surface Elevation(ft) 482 Hammer Rope&Cathead DriNing Deep Rock XL
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274716 System Groundwater
Northing(Y) 120305 Datum WA State Plane,North Depth to I Date Measured water(ill Elevation(ft)
Notes: Elevation and location estimated from base survey map. 12/4/2012 33.0 449
i v
FIELD DATA I
MATERIAL
8 g DESCRIPTION da _„ REMARKS
> L• - O 3 = tC N a 3 N ..d. (]
W O c 2' m U H 6 U §U ❑ I
O R Ac --NAsphalt concrete pavement 2%inches thick --
CR —\Crushed rock base course 4 inches thick _ /--- Fill description based on drill cuttings
SM Light brown fine to medium silty sand with gravel I
1 (medium dense,moist)(fill)
_a# ___
SM Light brown silty fine to medium sand with gravel
and occasional cobbles(very dense,moist)
J5 5016" (glacial till) 8
I
5— 11 50/5" &2A 9 SA;%F=45
I
I
�
'
—a
111
14 81 3 i
i
0
z
a
w- 10—
0
111
�'
—• R
tt
CI 11 12 50/6" 4
0
E ! I Increasing gravel and cobbles
111
• 15— 1 —
E
I
0
7
p6y
it I
1 50/6" 5 �I
'
w — —
o- 20
O
El Note:See Figure A-1 for explanation of symbds.
El
•
a' Log of Boring B-6
Project: Proposed Performing Arts Center
E
G EO E N G I N E E R Project Location: Federal Way,Washington
Figure A-7
Project Number: 2207-016-00 Sheet 1 of 2 ,
1
I
N
FIELD DATA
w E 3 m g
MATERIAL REMARKS
° .0 Z J w DESCRIPTION
o N O a 2._F J � o
f0 d .°2, O 3 °' Eu a� m o a s2 o
w m v co
° 00 ge) o a
20
1 _P
Less gravel and cobbles
13 49 6
I
25—
'1 -1,1'3'D
5—
1y� _
_P
18 30 7
I 13T
_
_
I
a 18 38 8
o_ _
Grades to wet
Iw
F°,,
- 35— I
`o
I N T
K
zGroundwater measured before backfilling
z 0
o_t*
LI
I
_ 1 67 9
w-
6
I i o
S
R
s
u
o
0
z
0
2 Note:See Figure A-1 for explanation of symbols.
ai
Log of Boring B-6 (continued)
I LI
G EO E N G I N E E R S Project: Proposed Performing Arts
Center
Project Location: Federal Way, Washington
Figure A-7
Project Number: 2207-016-00 Sheet 2 of 2 ,
I
Start Total 20.5 Logged By HP Driller Geologic Drill Drilling Hollow-Stem Auger ,
Drilled 7/8/2013 7/8/2013 Depth(ft) Checked By BPD Method
—
Surface Elevation(ft) 472 Hammer Rope&Cathead Drilling XL Trailer Rig
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274684 System Groundwater
Northing(Y) 119849 Datum WA State Plane,North Depth to I Date Measured Water(ft) Elevation(ft)
Notes: Elevation and location estimated from base survey map. None observed
FIELD DATA
MATERIAL
1
4) z o .9DESCRIPTION y REMARKS
� i, c o 3 a a> a aN d
I.) a) LD a) o c 2 m w o o o` Z u
w o E cr oo u to F- U' 0 U 2 0 o a
0 AC 6 inches asphalt concrete pavement
CR 6 inches crushed rock base course
SM Brown silty fine to coarse sand with gravel and
I
occasional asphalt pieces(loose moist)ON
0
_P _
•
6 7 1 7
I
5`_ 8 9 2 — -- 10 SA;%F=37
I
��
_b
I
4 9 3
o II
9
z
a
Ii
0-._ 4 5 4 12
_0°
I_
w
z1 27 5
o I '
- 1
- 15 12 45 6 __ —
E
'" SM Brown silty fine to medium sand with gravel
8 (dense to very dense,moist)(glacial till)
_0 _
Ey
w
a 0
I
- 20— _
z
0
o Note:See Figure A-1 for explanation of symbols.
a' Log of Boring B-9 `
it Project: Proposed Performing Arts Center
G EO E N G I N E E R S Project Location: Federal Way,Washington I Figure A-10
p• Project Number: 2207-016-00 Sheet 1 of 2 ,
I
FIELD DATA ,
I EE
MATERIAL
g a z ° e .r REMARKS
_o .0, a, - DESCRIPTION
= O y V 'C N Q al
.�U N
I
0 I O C
> 0 v 0 E5)
w 0 m v nH 2i (7 C7U 2u oa
20 6 50/0" Gravel in shoe
I
I
I
I
1
I
I0
I O
G
0
I !;
O
1E
lf
z
FA
1
IIW
O
O
2
O
Note:See Figure A-1 for explanation of symbols.
♦
a/ Log of Boring B-9 (continued)
Project: Proposed Performing Arts Center
G EO E N G I N E E R S Project Location: Federal Way, Washington
Figure A-10
E' Project Number: 2207-016-00 Sheet 2 of 2
I
Start Total 26.5 Logged By HP Driller Geologic Drill Drilling Hollow-Stem Auger ,
Drilled 7/8/2013 7/8/2013 Depth(ft) Checked By BPD Method I Surface Elevation(ft) 472 Hammer Rope&Cathead Drilling XL Trailer Rig
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274689 System Groundwater
Northing(Y) 119909 Datum WA State Plane,North Depth to I Date Measured Water fftl Flevation 011Notes: Elevation and location estimated from base survey map. None observed
FIELD DATA v
a
c yJ MATERIAL a REMARKS
o r-, 8 3 m DESCRIPTION ra
d N A O OO ZV
w o c o m t H 3 0 00 fU in F.',
0 AC -N2.5 inches asphalt concrete /-
( CR \2.5 inches base course
- - SM Light brown silty fine to coarse sand with gravel I
(loose,moist)(fill)
_ 3
•
-
j651 7
I
5 4 4 2 9 %F=31
I
D II
II 4 47 3
------ SM Light brownish gray silty fine to medium sand
with gravel(dense to very dense,moist)
(glacial till)
a-
0
mi
- 10 6 50/3" 4 I w
m
N
W 1 '.
8 49 5 I
Y,I- I
I
15 I 6 50/6" 6 - -
1,
7
8
- a`'y
71 R
1467
1
7
R
R-
W
K
E
i- 20— - _
0
w Note:See Figure A-1 for explanation of symbols.
lEV
a� Log of Boring B-10 .•
Project: Proposed Performing Arts Center
I
G EOEN G I N E E R Project Location: Federal Way,Washington
Figure A-11
Project Number: 2207-016-00 Sheet 1 of 2 ,
I
I _
FIELD DATA
wa
MATERIAL
w o a r• REMARKS
gDESCRIPTION � y
.; L m > `n u c t In..,T, y c `2
y y a� 2 2 'o 8 m oa 0 ZU
w a C cc m U en— 3 U' 00 U ❑n
20 12 62 6
� . -
III _bS
I
I - -
_ _
I
I25 II2 42 9 1 II.
I
I
I
Ia
0
a
1L,,
O
i''''''
O
I
II
I
LL-i-3
O
rc
O
2
O
2 Note:See Figure A-1 for explanation of symbols.
•
fi •
a� Log of Boring B-10 (continued)
I
; G EO E N G I N E E Project: Proposed Performing Arts Center
R Project Location: Federal Way,Washington Figure A-11
1 Project Number: 2207-016-00 Sheet 2 of 2 ,
I
Start led TotalLogged By HP 9
Driller Geologic Drill Drilling Hollow-Stem Auger
Drilled 7/8/2013 7/8/2013 Depth(ft) 16.5 Checked By BPD Method I
Surface Elevation(ft) 473 Hammer Rope&Cathead Drilling XL Trailer Rig
Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment
Easting(X) 1274950 System Groundwater
Northing(Y) 119986 Datum WA State Plane,North Depth o'
Pate Measured Water till
Flevation alt
Notes: Elevation and location estimated from base survey map. None observed
FIELD DATA v I c - H o MATERIAL REMARKS
6 ill 8 g DESCRIPTION - r
It
d N N N p Y y e °2 o Z'u
W 0 E x m7,
H 5 o' 00 i'8 0—
0 Ac --,2.5 inches asphalt concrete i
1 CR — 5 inches base course
- Light brown fine to coarse sand with gravel and - I 1 sM occasional asphalt pieces(medium dense,
I moist)(fill)
t
12 49 1 7 %F=30
I
SM Brownish gray silty fine to medium sand with
gravel(very dense,moist)(glacial till) '
5— 12 69 2 8
ii
_ 1
6y a cors
9
o- i I
Iii
1
10 1255 4 I
<e
rc
w
2_bbO
-
1- -
i. _ -
I
P.
- 15 10 82/11" 5 — —
0
, ' iLL
o
lb
R
P.
1
a
0
2
2
e
o Note:See Figure A-1 for explanation of symbols.
II
�
a Log of Boring B-11
Project: Proposed Performing Arts Center
p G EO E N G I N E E R Project Location: Federal Way,Washington Figure A-12
Project Number: 2207-016-00 Sheet 1 of 1
,`
I
I
I
I
I
I APPENDIX F: Existing Retaining Wall Details
1
1
I
I
I
I
I
I
I
I
I , ,
.2 r
..1.q
• iT: I
„ ,:=- =
ur•7 . 2
. ,:.
'. ':C
_,,, ,,,y1:::' : 2 3.;;e 1 :.,, 1,- 1 : :,.. .,-s"--7-77%•, I ---z....., - 1 Tr
1.1.1 <-i c...,,,.; E. 1 .•::..*:.: f.f. ,,,46.,,...,-S ,''.' -1 ',,_.9),;*f..1 i (;)
' 2
122,-2 - .
< :c
m,s, .A . . .
-
; t. - :.''
m 1
I 7, si .2,
P.- 0 al , ,
. , i ,,Emo: :---,'
goz_.(312.•E
•fi;i2 ..` 12; <2 e.22,2 Z,:_, ::'''''' ” , .
1 .
i . 7
,................. ............
, , . g4 ,4?'' r=
9
. ,0▪,. . • . • . . , . . • . . • . •
I C
_ 9,_,q L,
t',I :,,,t
52 2.!-,22 ,-, 2 7-.2. - ‘ t 7 -_,r 1-- 2
'?' S 7. •, :1-•,T'.c' i'-:
, ..• _ ,., .
t• -,• ' . -'7, .,•
. , -_.. - . c-.,
zl , il±.11 L.'
'Rl'.,,r"-i•
lulH %i
li z ,••,.!1 -, -; :,. .•-. i ...: -- -•,- -,b, ' -
..- ,. -• ,••
-,.F.-
, 2,,, %.'' :-.,.‘,',2_;:',22::;.-2,, 2L-7.
01 z d _,1 ,0_ ,
. ' 2
'\ '''--- ''.'4., ,-,c. ,--I 2,',
-tr. .22 ': _"
<2 I a) I,
Hi . i___._._ .. 2
„ r, >,: --: \__,,2-2----i. ,L2,.2.,,' .-,-'.'''----'7)-4 ',,_ .. I . .-
2 2-4 1 g':
.
<
111 `-', ''.; ',.' i
ui , i „, :',77
,-; g1.9 .... -..;-...,=
0 -I,t t_ ,".-,p,.,, , ..--='!"-Ci `,'' ' '=-'.!1 : - .;'... .- ,z-- ..1
,.. -,,,-9'.,y 1 •'.- -,., z c,,, ' -'- ;---
, 'I,r 2,2 2, --(,-. ,-4 . .. •=. 22, ,
, . _,., --
---T'zE '.:-:._ zz', 17 -- , \‘.. ! .,7. =-' '-• olf,11!
i 2 ,I,-g .---. ..,,.. . ..,,,..,,, ',,,,, ., ,i.,,.•,-, -,.-. -,_._-_, -, ,.._, -',:12,'1•222 2
Jr q'' '..;i '.'. -:' ,2-'''' .. :', 24-1;'''2.' ,, :::.,',-;-: '-_:, .-F, 2'• -,1
\'‘. '...L;; I -_:_i -1
-,2
. ,C''' !.11 2' ..2-, [.; ,,,.• -I ,,, ' E! ' '
k !, '-'s'-',-. ,,-2, ,,,„I 77,,,, ,, :1"..1.'fl''-.2 ;. ,. 1 tu ,-, ..: ,c, -:: : : ., - ., 1 .. ., T. ,,„:,.....
ICC
- ''- ''''', "= -I :.,,L. -3 .,-..',.., '.- , --‘',
, - ,\\ x I-- :31
,-) - ‘.-1' 4 7: t,tt, t; . , 7, ,4 ,
- .,7-..J., t.,--,-----; t-
-,! i ,n .,-4.,;, -:, -.3 -, ,-, -7 -...; -.... , -. --_, .,-.
.
I
0 t.:. '.6, ',4 „..:',-. :'--,.7'. Q ,; ...- -,,. ..„, , ,
'- 2 ' '",'"
,, ,9 1-. 4: 2,.,.2.-: 2 1- 2:7
-2 a-..,
, •-,,,-.
. I!.. •-.-...i.-, "..▪ , , - < -I' _
',•5,•-;. _ , ',. . :t•.• .,- J._ fi.••=: c--.
I '-' P -! ,'s ;:!.;,.,-...,;
_.,,,' , ,
,I, ,,n g ' -
,.r..I 1:,„.1,4.z - ,,, ,,,,,,,,.., r,i,,,, _;',,- , -,, _,• -,:-., -
, ,,,,,,,,,.,-n ,,,i. f'., :,-• .,,,,,, ..,..7.:,
pa, - --4'i-i,-..., 7-;;,- — . ,',-
,..,-;;;L „,,„ ..,, ,_,-- ,,,-; ' .
:- ,
I .-.
t7.:. •••,,• ,',`,:•
z
•.:L. =-• , •••• 11.;--,",-, '..,•
--;±'-'-;-„,-,;---,7 .,•.'_
.., .
-±f
''... ,•L'Ll
I ,__." 11 Hi i
''---,_ • ...fl . <1
t: -'--. ---! ---' <f •
, , . ' I .' -,:, '; .
r
., . i
i ----- ' _. „.: • - ; r.-,=. -7- ,J -.. 'j i` • ''' -•
Tr-7r
, ,..?7•.;-..,,- . .
. " . . •,-.-• . I
il , , '
, _ . ,
c:_sl
1'`i ..?,,t, l_i:1 S , ,l'S.' _ ,'“t A'.-,
_, ..
1,:. . - -: .
3_
/ (I, • '''‘i -..?';•!A'' '; j' - - ,J I .;!.. 7-, E.--1 --‘ a
It:.c, .i j ,, •- ',,,,l -----ri. , _ • ...,..i
.7' rr Q..,
. , ..„
g51 -.e.'..1- ,P W; ---; , t; ,,s; _ 1 1 - i ; ,. _ .11 1 :.::-. 1 .:t......E .,•-c ,
. , . Cr:..,,..,1; ...,! ,:,.,) •,:..-•'. L'' j. . .
-----i------ -ii• 'il ;f<= /,95_Z:1;•' -;;;--1 z I , : , .
--.! ,- r— • ' <1
I
i__ -i 1,0' Of' {'.1'-li':'- '.
H! 'I. I';-0 e, ,,i_•.1 —".;
/ '.) .L'L-.,_ 4 g li'-; .,.,.&,E•,•.‘..... "
JV 11 . f . / rg;- ▪ '
., • ' 1-, 1 . ,„-„, E,
'A,!4' !,._:. .5, .1 I, -•,,t,.;;',°-; 1
4 , , .. -.., 1,-,1 4;? il'fig .i5' ----L. 1 :
I ,
I
,--, •., . .
, .47., • 10 1 ' -i t,.' 1,- -- 1-,-f,..' I :.
.:•". ! ..--' ....
. ‘3
gi
-
, ..
__, ;:t.
,..:.
•
. i 1 ' 1 5 ,,, :, f:7,-- i ., sl.
I , .•_f . 1
,
z. ,,•,-,,-, ,I.,i -.--., '-;-7; - , .,..,
-...:>.„ ,., .- r, ,i'.: to• i.-,,
--.....-,, ',f- , >"'
1;7' ,,r, ,v : -, ,,
, ,, , itia ,
Z , .___,,...._..-. ,
''''•,- I,.., '' w ,;t1 1 '' *''' .,:,:.!.,;:i I , _.__,-__ 1
zl;,:1.---... • I ," i-i I —:1.z.,.- ,,,'','-.7-,'•"%.. 3
d,,, ',L., i.i-'5 e.:','Z...,.,:4 ,ts.C.,.•--..
.. „ , II }II.' 1, . * 1"Z ' - ,i• .'?,5v --"--i----1--.----4-- -..
•".. ••..••,•\NIL 3... ! 5 Z ;•,i ! , ,..,• -, ,rt , S'i 1 I .,..
.,,,. . + ,:.,_...A-0,.4-...1, ...,. ..„,,Li,..i,1 ...... .[ , gg ,1 ,at-,2
iratfi
_7_...,___ _ .....—..„, ..._,,,ii,-...,,,, ,. , ) -.(c, Lr ,' :1"r;.
.',...., ,----'-'.:' 4 I----1""ai.-^' l'-..; . , 1 , 1,'-' 1, ';',.-. , .' ' IL, ''i.n2 ---
-__.,
z1 ii--, ,.., : I—L2'.'_•._,._ ' ',C., ,'.'..— ' '.. -
_,.
t H ' ........I '
1 `t: z'i; ,1÷;,r- L.4 ,z
--
-8! • si e ..„ F
_
_,..„2 ....:„ :
I . . ..,
,.,1 . L 1 , .... , ...__,...
,,4_..„._ 5._5
I
-: :,<2.-i I -17 .,,-..
. • 0
22' '-,,•2 -,It• '11!
"--1---- • ,'"i ts ' "-'''
I
1 Ll
----
,.t.,!.• ? : 1 I.' '''' ;'11 q:' ,_........,, , ____
'1..,-.' fl. (I-
T_ _,.... f, z ; -A.,_ c',
f.1, 1,.
I
5 ?,'4:e'F. ,
..-.,-,I,.
-_,'„ , , a
l'Z., 1:,
,:: , fr,
1,.7.
9--, a Z :.,., , -; ,., 1
z,..., '2
I
f,
2,29
I 4 1 .
_ ., ,,„ ,:_. ,.;, ,„ ! ; ,i>1 ,, , .-, ,;,....
-,-,<„ ,-, ,_,,,t., .,_ .' 1)"
-. . ! - , , il, ,.,- f.-;!_,-.7,-_,---._6....-.x. , _f_,,::-.., :-...-
-
a
.,•( :.'
9- ,71, r • :,Zl'3,--7.-, ,-.1-.----4--.P
f- 1 ',.;.
__,_____ . f ,i, ,: , ;g z"AZ. ,: ''-'-:s-- •-*; ,i
... ,
..,,,.
`..,2461 ,
..-...-;--4:' -=',':•,,
I `., (7..:- '';,. :- •••r. z,
.,,...•.:„i 1, `..",_1 :. ...t:
_
ri --.O' ''''f, '''
I r-t. 1 8 w -1; -1-41-!.II 1-12:- 'T".'''2 <--14M-: -i---.' ::;..,Y :1,1:1,i.
I — ' , -,- .,-•, .,f .,,,,,t: „__,.... . —,
.
..i. . .
, ,., fp ..• ....._;...1„1:
a: '- -c 3 :; L,,'" .. '. 4,,;; -1') ,?, -_,..,f',. e',-;,',.<7. 7.,'.9'82,1,°,1`•,.„1,..1 ',..F.f.,7 r.. ,'' ,--'-'
.,
LI •:, .!, :,t t,,,.r.‘',,-,, ...,,4, i 5,,,,..:, ,,,,-..,,,, ill';'''Int:•, .'.`r l'.--',-:.f.: 'T.,
,r_TI T ,c2.. r-':., ,1; , 2 !,.sf -'--7-.'' ,f_Al P.: ,+; , .+22,,,,,,a ff,..-,- 5 ?;,,,,,,,, i, ..
I 1----, i' - LLL' `-' ,..c-... - P,.t. - ,;..;• •';.", ,..'7 :7,-; :,:figi.l,'„1 .:1-4 ,--' g;•-.:: ,..z.;t114.-I, °,24.'w.4 / ! ..-7.
,..- ,-i-ot 3- • ,77•. -,
;','_'; i, : ! • iii --.1 ,„ „..„, . ,2._h s: i
, 1
r :
..*:' "-- L -4,.." =.----• \ ,...D
), ' ' %3;.' '' -I, '
I
, 4, 1 .2
-< ' ? .2. t 1 „1 .
....
s L _:__,
,,., ,, I il
;.;..„ , ,,
• • ,
_.. 1 ,..i
lodf IL .,. .,1 .,„_.,,,,.. .. . .
•
,,,,__„. ._, . :-,Q,
-
<
,.-
''Y, ' ; _____ _______-7-3s,--7.77•;, .., . '4(17' „...°! ,'f',..< .1 1 1 '
, - -
..,-;
I
- '''''' - ------ --i -5.,i' .ii•;. :.if.
• 1 N ,?„i! i ,:i:
------• ,,•',---7674-, .--4-kit„r___•; • - co
-•;' I ir ?r,ir7.
.1 1 ' . -
teL.,9t-_,, „ .
06•44 .1 ,<.! Is,!'--
'aDZe:t,. :...;, 3--t2 -12=!" _ -- ---+ ,2
: c • .
— f •.-,----1
. ..
>--=
c•---,-.5,7-,-E ------'‘'' '-'-'-' ...H_L , •-:
4,/ - ..4,-.7.-- -,.4-
.ty..4;I: ct•g„, ,
I
I
,rY ',141:#11';,l' tS I ��u, C iQ
J ,.i,:.yt se J ap uN°um i ❑ [1z u,�
a o=°Na za z n
i <Z W,,iFO a WF QQd
, , W 7§,-i.
= U$wmV to W ai I?,
• cwia mlal is CLv`+ ! QZ mz u;.m
..;•.:,.:„..::,;•.,,::.,14-,,..,,,,,,,,,',,,-...-;;;- 0 ul> off, y P WQwp wm
i;'S ,,,e I u„p3 � c �; ❑pZpN3
,,.'7..,'',,..',0,404. _J a'ry al—r S €p a; -a i B Z7aQ ^a�
AI Zrp .l,:R t' m N4�0. �e)y a xk ? ■ QmY7 ,
anNINIIMMIIIIIIMMINNIMIllo
ca �I''1',,-',
s
r '.1a 0
77I -4,A.11.15 S adtVI)V`9 d
I I lUm,LL W
pYN , „t^ n. IU
7 J I 9 z u,.j
z ren J �Y i x a o
is
v ' a l A.
u l uoa
ill .L „ ... N 4 n 1 R Z Nl
I. V1 In "1-_,
0
Jf N6
- C
id -IJ ^ 1 K LL 2 V LLI O(C UJ 1-
K _, \\._.1,-...._ i it'N�r F i- III _..___.'�'4)--'1''.i
U) a ,,,,;
' . I -9.np N Q-a cc -
y L 3 3oa oK 3
v Ill r i p o I:a nI Z Iii III_ 7?„ i. I �¢Q ti ,�� �.
,� „ I_. f1 U Q nl VV NO ai O Jum x i,
,,I;...);.,..,„4,07.'-',- ./ 0 n •� > Na�u)V ,, ) \ •cin ui f. N I
.f r '‘,1,1
o_..7.;, o ``� F > c,'..i I N li
l'1 -r N I 2 I I
'z) 'a'd n. L 2 ll N rt
III I11 Ili II C G LLI.I 1 I II p, ) �,
I N CI -, E[ JI 111 J 1 IC I~,__ - F n I' I! / a n > "Y W
I Il NI } ' in 1_
•
I— III Q lYj>• I.
n J) N 11 a III M �,_ _ �.
( ) c7 ,,i 1(I 9 Z u ; ,I 2 7 O JI N r N
l i f!N C f. __-._.—_ O Cl ,> I C 1 I N J' - 1
.- N l lil [ a f % 7 0)'. C J ..:6Q F- 11/'
- 5 j' .1 N '._.‘. • 1n .{ n I 'I ! ,II -,i5
V W ../ p�
J (1 I ) , 1. _...- % V j I- Z O n iI IN Z (l 6� .% Zn
I
II.I U , 1 / I i 4 n N Ll M K I III Z ZO '0-'12 K1.,..,, )'O
.-....2 II. .0 a 1 . U' O Z I (J1 1,,,,- n A Ji�.u, 9ryljII I ITInlIII K ZLLIIIflO 'Ill NI) CN ?VVC� 1 N I n ei
<VZf✓`- N i. G (j-;ii
_--
'
-
. I
7_
�I
,IIH;0 / a
I - r -ra NI1 W VV C u , `1 ,_��. l_ /
.. .4 1 —[1 .
. ow
_iZJ W2u. Zi � I : - I •�
p (J 6E _' m °I1 , } I• JWSW WOF Z
_
c
k
. wNd d0 I d'7'...
i Vi
I
l
• � /o
J 1I, j
•
•
-� q IV1 ,0 r 0 ,, v , , I 3��� u ' 11 4- I— 1 I1 i ;1.4
In3 -I
Zo a r�11
%in ,,I
n 'I
Ziii.)JvQ °�p I I=w`* 2Wp r 1v I : ./ cii9
I
{ v „ H
7 r
IV `� II J L
Ln La1i
m 11 (' o \9
11 .Q I ,I1 (1I i 1 \ ,.I m i ---'------L-
,
i n O _i J , W-''d' 1. P
I , • >l( d 9 ;xi_ ��
1 4 p
1 I` 11 F i
Q J
---111 1/) ._..1.__._l..
z1 �� 4 o ,.U.
..�. it ui 1�� IJ i ; a°
rt� I... Y� .:r. I. J �n N QR
III
q
, .
, . I
.. - . . ,„ . • ' . . . .,1 . , .
I
... ' .
.. . . .
r . •'. •,
• '
e. • .
. • ' .
. . '
. . r
. . . . . . P
,. . .
. .
. .
. .
• .
i .. .
......................—..... . ';,.M
'":;. k4.',' 1,4,.i.r.'...'t ::,..:' :.:-.,, ..w.r.--,:.. , . • . ' • , . - • . .. .
,....
• .. • ,
' i - ' ' • , :
.i
. ..
.. . ,.
I ] 0...,
6't'll Hg.
0 ., '
z 4 t:, ',I .;1;w 1.. .z, , .- • ,
d .
.r. ..
• e •.:,
,.1.• ' •
1 1
1 1 ,
•
'
:i • -,'"I 0,,'''.14-.4,e.I'.. , :
- •
::. .....
,I .F.sc.......
I •i i i ',! w roil a s .T.,r‘i
5 . 0 0 2 0 :-..
'',': r':' ' " z a .,
;'.'.1.3g 3 S 1. 46, ,,,.g
F.-,,,,„..„. t 1, a al x 1 u ralc.! • I .. ,
5 ''Il/ :!i''
. r : 1 1 1
ii /HI<I l'r:i 1 I 1 i
1 1
, : llo / P.rlid
1.§ P
; .
. • . ..
'; . r.) 1 ". f;, y!i,.,. r L.,
' I ,-.-, -' 1 ,v ,,, -;, l ' ' ' • 1 . ' . ".7
111....',''''' , I , ,...4 ,1,) , ,, ,
... ,,2#. or ' nr, ;.,-, # i i # ,,,.4 • .i, , tu lit
:uj t
A;..t)In‘ :- E ..., .,.., 1 • , •-
4 , ... (.,
Z v Li
r
O i• n ,---,
41.7,11
000000
• h- -F-. a 0
I r.- hi
''7' `.-', "
„ 41
? 2 rti .1,
c.,8 0 -:' . ,- , n
tf),C.( I, cr) 3 4±..
:`,;,.,... . rr. -...,; t,,,, . .,.
c\ 47‘,rg, - zt -:', s -,, ,, 5.,
0, _J - cf I
; :,,,lv, ,,171 . -. -I -'I I ---I- -
Wi I In tt:. :in :*.-..a-
I •
111 , 11-4" ;p1Irlr
z,
01
7 __
(r) -, - . ....0 , ,. in in in in lin I in 114''-',0 . in C..
7 .. - ...- ". -1 - 1_-_Li- - - -
I . ;I, '-',I
r"' ... 'kli ...
,,,0 ,. -..
41 n(, . ^
,...!lo . 1 -.--1
1
i cr
0
I.__.\\ . E tt'-.1 i,,
—•-• -
,.•.... , 0
I--
cr .., 0 .
, -1. 1 —
Z 6 in.in in tr. 5n in tr, .11 r tr,
6-, * 4 to a 1* * '* 1 * 4 1 11 1.1,41
0 I• '00 '0 'Kt 'tn Ill '..9 -..9 ..9 ",t,I 11-
:../ 1 ,. 1 • Lt.. i..
1-,
1--- - ("\ 41 •: 4:- -' -: ....-I-L ,--'.. 4.: -2_ '-_!.,....'-I
I ,f
4 > 'C,
?:t .11-.1 14 " . i 1 , X
I I . ,..," , ,
----,, , 11
71— J' ',., l' 1 f ''— . ("1— f/ 9:
— .2— 0 19
en 4 'in I..a ‘9 L:r- -r-.503-5*, .-,'• :9 1-7 : :-. ,'•
---.--C--•---..------:,---f,---I-:,--i---
.1.. , ?. ,(,,,,1.‘0, -_c.) L.,,,.,9 5 b.)9 13, 1<,..., ,',,,' ,7, (4.) 1',...),,1 ,C.,
to',,, 3 >.- v. I \ I '
' iv - ' I__,i . I I.:_.'i___I•- — I-I_
n''.4 I— l; ?--1 ' 1 (9 -
ul el 14 '5 2
fltw ...._,-
._,,,,,,Ij <
7 -v-r 9•----:'-\ '1 i —1 —1-
2
'ti 4 4 9. 0 I . I
I
...,' :',2t'tti
e,' !Z.'
?,'-.. "'"!
iiItt Ini.:-.t ../ , ot
,5,115)
•'.5e"'-' ki<
k'i ,.., 1..-
.- 6 -c,
,--i
1,1, 11 ,' ,' I.,- .1 _.,1,;( m 7
64:;"' ,I i ' ' —I '') ' I. 1 . t:'7 1 '1.7:'fle, r) ;-.i.C..M.7;
„ , .. < ow.
..,1 ,,,, -, %),
I ...--
/-7/' .., ,... ' I 1
1 ' . ----- -- 4 / ,
‹) 0
F 1
r:,1,,./"., I—
I i>
• u: .7 2
, a N 11 H MJ.V IN
r--1 ri-\---.' '.-L''i ;', r.. , t* 4 '/1''0'' • 4. ' 1 -, ?$,)7.x z „...„..
' ( ' ' I \ • .-4,..,_11,_., .):4_, ,•1'
—
-.7., ..7 ''''a:'5°4 Z
--.,Igilj 6
> c,„ . x cu .
I2 , )
),
,
1, 1
i
1::.;
. 1"-Tr
,
.• , •,;,', , Vi
,
_J
0 -1
0
4'( )
4 a: I ' I Vnit'
Z (_)
.
T". LI ....
I ' , ) -':`;",,
1:' • '.' '
: ,,, . ',/
,
t ,:,
-
, 1 r':' - :'—711-- 1 Z)
.1 i...., , c ,s --4-
. I .
. .^., k)
.,(,0-,', eL:w -, (.0 t;
.. 4 ,_
,',. ,.„:, 1,... • .•
Z
I
0 , ,, . <t ,
ry i I''t ' z ' 1
r.p ._-i__ 1, „, „,,,..,,, cc -..,,, ,.-....-
l L
0 / <
I '?'' :':
-,1 ',4
P;' . '''
lil i / '.:,1 , .
. -::.
,,,I.I q,
' ' -
,
.,
• '
,
.
• ,
,
),--1 --
(f)
' -- .
•
Cr▪ 3
7_
t d
1 1.1-1 .','
, . , ,.7 0 w"(
—,7:kill1
<
ti..
"
I (.11:3 il II,1
, 41
• ' )
/-1.-- 1,:. -7:: . „ 1 i.',.• ...
' _J 9,
__I
, < 1-w
1„ i- 0
7
',,
„,
, .
.,
i
.i-,.....4
. , .-: , '0
I ,,_v..
,-
. i
o.,,,
,,„, ,
I t; = ,
, H ,
73 in
•0 „ ,
(1) ' : :', li'i,
- .
..I. ,i:
: :IT
' '
',:r: "'' • ::
III 0,,.- °' sr„
1 ,,1 :7,,
,14„4 .'41 0 ' 0" ,. ,
,•:
41,'
1'"
4
,,' r.4
44
tv
0' ,g I.
0 0S
1 , ...,,,
'
I 1 ,11 ,.i'" .,,,Q '''./l i
4 44 t 4 : 4,-4., :c.'Ile d u i ..
i 41
,
,
1
0 4„,,-
''' '9' l<W.'''-9 W.
'
1 ,
-
, 'Cn'1)4 .11 r,f t'li r5 ,!-,
4 ,,
j 0'i',, "i 9 "0 z r...:r:, ',,j
-2,-nd2,..d . j:-., if N a `61,..:•; •.,„
.__4._
_ _
_
,,9 .°,1 P '/".', ;LInD ” g
1 0 :'? , _ 111 —I-
Ili,
I ."2 2 2;8 APr,,2 :.6.i TO ---
II •- ...,
., . .. -
,
,....
. '
'
-. ..
-*CO
—
1
. .
. .
.. •
I
r , .
,, - • ..
. :
. `
• .. -,......,
' .
,•5
• ' -. • , _ , . ' - : . . •. -,,
. .
•" .
' . ' , . , • - , .
I
, .
. ,
•• .. .,, ,
' .
„ .
.,.. .
•
• ,,, •
I
-•'Iv r• ''"••"".• ' '
i"-•! ' ____.
. . , •,... - .• . . • .
I 'IA • , i I 1 I
-.1
, .
•
,..) .,,: , , , , „ I i I i ••:•.••.•i. i, i'•.-1,-,/ ,;-, •
I
'''1 i •.-. 1 I '
IL el 1
-,.t, . i I (
,,\ ( •,.&*.,
.
,:'.'..'::' : `''' • ' i's
f s. N .... . (±1,..113
• • ••
Ii.:-:"i.ic i,-.),..*. I
l• T'" #,
I >;.•
. .
'',.- '''41 1 . 1 7._ ,.k•m•l_elli
) • • z cc 1-- -;r- •
• . 5: 0 U-I
, LL 0
,e.
I
R '
, ''-{f0 1"1 1 t 1 1 : 5
w *•-•4;.---...
i , i, , 49
i It •R‘40i4 e t F- - 0
4 a wi LI Z
••-. 8
•:::
..,
-.••
_. ... .... . . .
,
"0_ g 1 - 1, tr,'in ,n N 0 '#),,•0 '1) V) •t- 0 v",!0,V-,,)n,V) V V) ,
V.... .
I
,.S ,..._, o cn cr.HI•nll .11 VI co VA'.9 0 ,,•,9;e, 0,1, 1;,- t-, 14-,; 1,- :
,. ., ._.
w An . . . . „ I. . , . . 1, ,_, „,_ ._ , , i_=__„__,_= _
-.I
2 .c:, I ,c, oc,- 9 .„9 -11..9 ,.....9 ll.9
.-,•.. ','s ,-.:9 •-.9 --;9 1-,s I"..... .r'- "co ,1.0 I .
,.
E _ . 1 1
I
4,1. -_,..- -up ,:._, ,-... ,2 1 1,-.. 1,1 5_,..,, 1...• ',I....
I ,I
0
1 I I4'.-• ' : I '-
. i • 1
'0 '9 '.° '0 '9 _9 '79 i 79 '9 :`.9 '_,?,1''_, -...4),-r'..,?. • - ,, ,...
_c , I
I ...., '..9 II"- "_g
_ _ • ,.... F.,,,e. ( 1 1 .,„..,
'in C..1 '..s.r,a-
VI _ ___I_____ __ . - . - . . *II
i 11.1.; L2)
Z ''' IM ', '
)-5 1 .1 kr) )9 0 0 0 N r-,r-•,•-• 1
t t t 4 # 4 ;41 t II 4 . v.J.:4 n V 1
,_ 1 L i -,-_---, 14
' ..,
I 1- o
',,, .1 = = ,,•• = ;= '= i= = 'co k* .d-' I 1-I'in "ol
, ''' IP''1';L^. '-‘?,5_'•'.f.'02' °-5 - `P- '' -,--1 --.-- -I- -:- - ___I • :,.
11:: U z , 0, -• _:4_,, • 1.. --I- -4, r i -1. 1
,„, c-.) z ,n•< '."..1 in I tn .r, v .9..9 1 crl v. 91 I° .r..)r,rwt 0;0 0 I N N'N '-
I
,
1.
ct
' • ....<1; - - it # u 1,'I x 1 # 1 V it 11 ;It I,t * * V * ,* It # * .
LU n .L. ... - , l--2.,-....l-2, --..!. -.1 -1. -L.,•-'_ -- N Vt VI .
:'.,..
• , H CC
(f)
--- 0 .0000100000o '..° -, I.. . .
'CI . ",i)Tis5 sV 1-r"''1);-1-vb 6, 1-0 1 ,..2 I- ! :_: ''..‘ 1-‘ -'-i? t .4, 1.b '',6 I,P I:: 1.,....:".. .
I
if -e. I I- ; I - • 00-1--=-0 ,-., 0'',"• 1'0 c, "0,".0 'k,J 0 0 9. o,0 19 0 0 ,:•• 9
-..:: .• ,','.: ,, --4, si 1.e, .) 1..- &I-,^,',.r`tt ,
i-- - -, _. . 1._ I I I ' 1 __ f- •
^,,,„
•,- , 0 7-it I -r -../
z o 1 -I 'Pc; "
0 I
0, 6 p-•,• .
- v.,
• ', ..-i, T c .. ,:-
k''. ) .0
_
-17;' 1 Fr.7( O
.1 g ‘1,•,-,
.
„ .-
., ) f,a'. " _---.,, --,Ts-
,..„,
I-- .
'L
I
i
f, i ).,->;•• .,
'.' ' t:> 1 ,r•z" ; 1:--. '1 ,• , 1441.1,
0
I ,,''',
Z
; '''I k), ..i q R.) L7>Q
.A p
,
C_)
,
',,l_.4..... 1 1 ;,•'.3 ...1•.1 (.1_ .
. ,,.. I--
) IV Cl
.,. ---. A., .‘i
I 1 I . i x CO
ILI 1
,
(...) z -- --
t•
:-• X21 '
tiJ
I
0
_
I-- I---•
l a_
1
1,
' ;'ir-T3 1 ('' ;,%*'', C''„,0 -, (r) ', • ,1 ,
. ,- .,•• . ...
1
,
,
. ,• . , 3:
Cr ''
i •
I ) Z
•"1:
%V v.
- .-,
II . ,'.
. , .
--J
'",-
- i ' "..''.'''" '''
- ---,17,7',Iir---
, • 1
I .1 u)1,, , ,
..., ;I z
. ;
,„ , ca: 'I '
, .e-
,,,-'
,, . .,,i,- <
''').:-.1 ).- - ....., 1 1 (:)tp,
H -.'2 VI ' ').el ..1 i LiJ
V,
,) \I
I
•I > i.i'.1 .Y. 0 1 IJ
(.4:
I :'.'''.-.",F''.2 u; u.; I.,••") n;i ,,,' ,,,.o .
,.;(,$., ,,:-..:, ?--_, . 0
v;111-11) 4 ‘/) 2 : - NO
#1
1 '
..v ,-,' : -•--.. r LI. 1
,ii 10 ..,6., ,,n4 ..'
4;-,, ))4 ,;)4 .7
,,-' "P f.-' . ,Z -'''' ; ' - • I -------47"-----
I .-a .,'„',N1 -:".i ktIl) l'a rv''':: -.
.
. ''''d' 5''''ch' " .
) .; Z 1 1 ... 1-,
--- ---1-- __t_. _
(.___-
,I, • ,,,
..... . ..
,; ;, 4,. , _ _, /7, tr,- \/.._
1
i irr
;i4f , • •-•.
.., . :',, '
'4',•:4:1 ''''
•
, .
5 14.•A> .0^. ••• • .. .•-• i t.-.._t...:-i-,. ;,, '..:- -;"•,o ,,,, , -, • ,.',,, , •• , • .
.: 44,14:0e1., )--..,.. '';'' , 4,..7,,.,14'1;e4);,I.''''r 4'),;IIV.,.,III 1•'; ' ''''.i'1' '''' ''‘;-1. ';"-;'; ''. • ; ' .
I ,-.i ;001 y. . ,)...),44,11,,,,i,:,..1);,:: : ) •„,..,,.):.!.?,,)•,.•).,.:-;:),i..,,,,t.,::.: ••J.),...--:,.-,. •,.,••,-.. .!:‘,..,. ,::,,,-•::••::•.), , • • •
... .
. , _ . . . - •
. .
. . .
,..O..‘ ' • . , • •
. • c
„..,... ,. . . • . ,' • .
.
.
I .
......---:"-TT-1.7--- I TT (-- -Tr '"---1:--'17-- 1; ;7' 7:1 1 ;'''' '4. -.. ' ' - ''''' 1 '
. ii,.} ',7" ! - r!, —.—
i \
, 'Itt,,7 L. N' 0
4.,•tii 'j
} t • : -t;, ' 1 I '
I ,t`tD,,44,4;-,1";:i;;;4.1;
.t.7,..-.77.,,:7-,ttzt,-r a /, ;',.3'
P '.
,, ,,/
f ' ' t, I--
,
4 i
47:, ,k i ol , H --- . ! ,- I 1 ' '''
• (d p 471 9'., t:, ‘-r) !. •• . I 1 t co
..,, .-,...,,y7t,--v....,,--k, • - , :, ,.
4- VI
'' .-------"I il) .' ' y
i -I-
I j
I ..1-•'‘..”-114/.1;r:
'''',.:#11'4,.. •.1.‘-' -
,
-,
\ ' ',9K 1 "'
- i
-,
u) ,.4
1..(.7 I • '11
1
in 910 , II
\9 III tj
I i
1.
- - ,
I'
,..,„1...:70.(f.7. I-,lll 9 r) ,.
i VtiVii:41"'-'4,
...,,,,i1/44-11...i,(1.4'.'s, ''--..., ,. „ •‘1)
:-.1.k=-_-_----_-::-..._-_-_-_ --Z 1 I- ‘,/•ti, :=1 ''.. •9\'t't", t '?)
1 3‘1-..• _. 1- . ,
• 1-
0..;
0
' i 1
i'
,., ,. .,. iI.. t."--
1 , I] in
1'',9 -(11
1 v.-..--: 1 i.
I ,1-',,:',45;4..:,.;•`‘
I.`;':'':.'It' 1,5'...''''',
"0 4...• 4411 -,,,
1..-i: < I ',IA i
_ t___ , <C.",'
El-i 6, F-
-0 tt II / ,41-
..''..:A"n011.,"(t.'.-W-', • '-). I SI / -" -sl- CL---
1-ill
Ila',1•.1..!...A')41,,.
I 14,-4...,-...,ti..*
' ' — z'
.4"::c.',1i,V4.11,"V 7
...';,`',,,74,114 ° '
'
N . '6
in i ,
Y ',.1. ----—
(1 0
I -
-I/,..o----i
, t —iZ'
• 1 -' G ' '1
,;z0"":15r 1 i ni 1 ,,,, i---)10, '"
,`)/! .
`--;-•• ••••::.-=‘,.-:'--,,, ' ___ __ , c,,3: Frs, Li..,1
.
21
I -..1-...,:J,,i-,:itt,:,:•
'1,.... ..-_':,; :- 4 -0
_, ,-or
—I0t1.
:o'''ir-i'9"
I
1 '
I
.•:..,-;?.;..—F.,,,
...I 7 1
.,,,..!,„,,' .1C'' ' l'z''In)T . l,.,---. 41 -
1 *
1 ' 1
I .i.:..17,4.$4...!:.,
.** , , .:431
7
LI
1 LD
1--.1,7
'.',-'T-I fr;
I [N
I/I
:.-.7.--
in 01
Z '919
0 I_1
. .
-.,...
2 9 tuF.
Li
. z F 0
o 4 Li_
-8
_,_. i i ,, . 'a • .
i -1
I N
H
tC1 7 4
t„) Cr) 0,V: — II 0.' --1
n - wn 1 _,u, .-J .
i ..*'
z — i
0
I ,... .
L'-- ----- -----r---) . <
--1
(1_ t'l,
7>
ill
= J V) '
I , e......r_ 1\ -,3
.,,
-u. u,, ,,t
i
-c-.)
-i7l)
n) z\1.-- b z- W
N
:.'"*".,,' • W I,j: I--.I
<4.
, 4...; -I ---,.
)4: . -I- --?—:' 7.1 I
—IVI Z :'''l° 1-1-i •--.- „4. i I
i *
I ,..4.4
,
., ,,,„. ,_,_.1 ..... .....
1 0° rw_r
..:1 _J
. I ' 7/1-
1
•
`,..-
. .
..,. ,
_....i i 1 . i IC 1• I, '- `.:... ,,.'r
I , ,.
._ .
• 1. (--f ..,D'
11
111
I I [— 't
,---C --,-
72-, to
rs, tti
I
, I
l'"" 01 i _ •',1' _
..1____ t,
-t-. 4 ,
(:(,
tt ..ic : F- z 3.-. 1 w ,
__
I .
..
' ';`,1
-,..-1 1' ,
r-'.
w •,',, ! . o
'p ;
2 r ‘ti -
al s'
, e.
I l'
'2
• , '.'.',...."4 , ) i , — — "--i
CC 4.1 , i
I 1 '
,.,;,..A-.;..;i:..t , I LI, .
I ... .'...g.4, J .1
-, - / r • / ".',' 'V T--, -''
. . „':!':1 I I ' .4 Q" 'f. I 2
'.OA I P '' ,,IYo ,..I I' 1 —
'' l','',4 • ' - .
' ---,,,,.
) ,fi. ' - I _J
-J
t(1'4113) ',
t11,1
,II ,os
I
-1-,.
i 4- 1x ti )
I, o
' .,
11
1 Piii ---1" -
, i Vt.12 • .
,
s. /_ I .
I ,
I .It. \ ,
--, ,
. ' ( <1 ) ) 1--
-i
.‘-i,'-;•400 i . ,. \ ..._ ,,,, ”, . - ' .' '
. . - ,::::: ixiii•-.4.iii,iff!t•iamai,itiarae ri.i - ....miviii-,niaasavaailiasamaa a i i i i...' .--:',. *. I
4a.
• ,
1 ,;',,,4'.:.-1,7'111 I L., „,f)
,,,, ).,,
,,,', -.4, ,,, . " .e.
.0 ,f.,••/.2 -- - .1,1 •••,'
,02. -‘
Ni
1 t.s
- - •9 anv H.Lozl I IIINII 1-10.1.VIN
, :,..,-c
•_-71_ \. \-1'----- .--
- . .......,-.
I
. .
. .
,.
• -•
I •--1''''.pr'','. r'....11111.1,.
f ...; ' ,171 /1*- 17 7. 'r
,-,;-'; ki , 1' . , t1
/ „ , i„„,
,,, . ' ; -t-tr• 4.----4-,,•-4., ., ,, 1 ..i. ...,,i;‘,, - ., ,
11 ., ,i- •, , -, ,
,', ! ,, ,- .
._, , i (1);
i i' .-1: , •,,.
, ,• ,-: c,-.' -
,
I i II --I ) , ) ,;. ,'
)1:'%. ii!..) 'I f, ,,I 1) 1:' ' ..;
i ' .
. ,
,
• I I I
I '4; I I
I
_ . .
-°1-0 u.
. „,
At 4 W rD U:It, 5111
I
I r'- .fi -ot 0' ,3-, :..ti tO _ 3 I! ck,, ,k
Nr ne.
Z .ti I I 4
',-1,j,'•!.'s..3 1 t..1..0., IT a ,,,),
N z1;ii_ — ?
C.).. it i 4',7. 01 '.W " 1
, -0 Z -' "t ; . ;
,C,t ../ , ., t. 7 (,.3
, ., , i i i'‘;',
-,' ‹. :.;'‘'t '10 1 61
,.,1, i c i ! ,.,",
f t '.'.'ti l'i 1/1'6-
J . '. 1 I- . i
, ,o j kit"
.,...o
. : I '
0 •
I ,, ,,, -7 ,9 1 "
' .:-.,j- 1:::1- ,,,I4 -
HO 'i I-- NI
ip-;i1 CO 1 , ; ,I , It.'
I LLI , i I I
I
/t 1
1 L 11 ./, .
1._ Eli 0
'. ----4-
--_, ,..,
I .
0 , I
s I—
n
, 1 1,1,11 ......... _____
1(1
q. CCI ',.,,^I
'-u ' --. A- .4 lo 1-.- Lu 61;
, , ,
- ----I------L 0 < Z 1--,MI 3
01 ,..•-, m• I,
,
, .
, _ 4
f---
, ,_ .„ , i i
lel
11 --I(2(4P I 4
....-
I (1, o I
I '
' 'i
,
.C. ii 1
C.). 1 . / I' 0-. i ' •......1....
' [ 4 i TI
,, -y, -- -
Pi- , ;,, -
I ...,1;...1 ,
,r) Lu..-,
I--
f '
--1--•' Z -01 I ) I
h <
21
Il ` ,
- -'0
----1 I-:In
o_ . 1 i°
i a) w a. - •
'4
I ' "
?ii .3-
- . LU
y) vi
T
011
I
— .7_ I I il I .0 0/
a F,'
I , ,
,
nr-7 i'
i' ', ( 1- 1 11 0 1
--
F- I
:-.1:,:-.3:'L__Ili,y.
i
I
- j ...,..,. i_l I 1:)., 6, d.
I '.I'
, $I ,..—:..._
-
I n 111
Ul
I- ..e 511_1(f) )-)
ILI L
V,
_ h 0
7 on_11_,C4
'I" :.' I ! L _.__;..
(4 Z i ' ''ol a intildg
I 7 ---, i Oi ' ---__ __.
c.) t
'2137
-. '4,'
I- '
‘.4 9 -----' . 8„,, I.
6 \,.L. ,-
I —'-.,_, i zi
0 , _ , -) a) I--4 1 ,4t
I i i nu_ 1 . tjF, _ , ',9
. , -ON I .4
.4)1 -4 4/-I -D 44' 'f' t---
3/r' (3 0 iii5 _____ ______•Lsj-
.-_-_ . g ' __3 ,
i :,-.:,.. i N ,...,.*
Ill .
0 1 ,-.1 N ;0,.._:
w 0
cc
_.1,1, __.' I ,
,
' , 4
1 to a
----I co
z> I ' -;A >'.r- 1\ r,. 4 1-f-21--
I, ,u.;tle zt % 1. i Z
5 uj I !I - 1,''. 1 11-'11 \ : ; -) I Z H .
..,Id '! 4 'GI -
'al
i'a 1-1.I NI I I I
I -ili 1 z I'). &LI
' • ' '-'
, .() R4 I a
L-Li NI
I "
, -1—.---.7 ' 1
...4" —I I
5 (----"-
,, nii c i 3:-,-,., ii-
...,1 1 ...,
1.11
ri „_,,, ,,,,, , 4-
9 I >
1 ,.,,_ a. '' ,4 "' ;''
,
1
-- 'i, ,,.. -1- i, s
•
1+-:: 01 ',"li
I—. -,:,1 ::, / -
'1:.--, ,
,,
-,.! iil
''/- -I°
-12 2 ,
•1 '3 1 n'v 11 al 4 - 0
CV -r n-
r. °`..1) ' 0 i" 101
° c
1 .,i•I 1
'"
_, I ,
la, , •
', , :I 1 CO 41 --L—
I ..
x y D I ILI ' 0 A .1.•1,,
i 1 0 II 4 N ,
I I I i 0 '."-. I
6 D 4-
, 11
I , , ,,,, tf.
1 ' iii '.
; 1 .;, t 9.
: 1 t. t;t1: ._71
,.. 1
I ' I 0
nt
:, ' Is.' '• I It 7'
,,..
w t)
' I II
, .
, (-___I ,
.4.N . ! i
I . I
, 1 r- ",1
, ,, p, ,
I ...
3 '
1... , I
f.
1:,,s") I 00-
•'''PI •
-.4
I \
\ \
. '? (
I 3 ; N. .. ...11
ii
1 ! ; 4- --)
I iji
I ,i / !,
,
1 , ; , -, .
" ' , r - - - ,-. - ------ ,
' r
I
., \:::--3-we:' 2\-141:14:•(:"t'' " lk:''''1-1\ --- .--11:1•
‘t)
:t \ I
I
I
i.-
I , .
4-1- - .4 "c.) J ' :in
(.. d • OO
.., -
5, 17(59.
0 I
N
I
_L___II
-,0 0‹.,a ti) 1 i ii D- g'. )1 ;g!/1,
I „„ it,_,,L. i''-'
. , ,_ ._,. . , IIINI1 HO.L V lAll
'''''''''''"Ineloammilwirmillmtweirmasniimumwaraionstrameuvesomm (\-0?,_7 ..J )-061 0/4 st,
i , C:V) 1.-0 1.i.:,,4,. 4-.J a
4,n, ,/.J. n...i ' al-' // / ,\Ia
....r r,”, 9 a‘o ',/,'"/ - (X
,.........1.............................. ..... ...........
,
I
1`•,/ .;
•
•
I
. .. .. , , • .
I.
• . ,
....
,_. ,, • , .• ,.... , , , . ,
, /
--I-
. -
' •
,,, •
.,
I
' I
1 If
I I 4,
, -, ..,
•
• , )
-
ill "' lc'.
i 1 „ , is is
i
.'
-
•d V,
1 ,
I ,
10C ,.,▪ ', n 0‹
- - ---- - — '.,
—i--- — --. i—
•r
-,,-_,,_ ---------- _-—
I il
pi Ir ,) :nii
11 Li 0.)
NI
No
Er
— II
—II
i a .
I i
1---
1 ‹
> zi
1
V/V
I
l kJ 1-
1111
A
7 1 I
'Al
-...I ... ...,-0
ill ,l. < 4 <
64 ii,e,
111111111
',. V ll,.•
...^
,-, )- -e.-,II.tc)
;II Qn)-a( .7.'.c.,.$
I 0 Inctl-liA
7
L.:I:NI s.'
I--
I-11
1---2--\--2—)J11 —
,o
I
.-)
I 1^
'
CC
I. ..z ...,
I,-
I , -1
14..1fa snnlyi>,trl
c,
li
i I! i Ul
01 7,.....1 t.,/, 'Ir.-,vl ' •iiiia oi a'
I 'a r ' ,•
1
•
)
I,
.:,
i :
:4,,,.': ,, W in't1"--% -,c'(,);'.;, '''../..-!"-ttz )
, ts.,, .w, .,,,,i01 •,3(..,d)0 i') ;,....4 rVill iC) itV,114‘1.,1 rq i' ii.041..,i4 11 ' 71 7-••••II f Oin titC)01)
CD
—
1 .., .., >- I_ . ,5 -•.7 r!.
6 , 1., 4.-i? Q,.,10 s 0
.t, ''•i-- " ' ,11 •')('CY "\it 2
• .„:
,,, , in in fY nr es FA(:),T n IIJ I. I 110 tu v L'i. GI-fil 0 o 0 1.-1-i
1 ,0. ' r, r .... _- , ,, ,
.!. .,,,, HI ty 1-L w 5 nii,) ,i, _. ,,D 4 ea 01 ' •
, -•-•
VI..0 pi
w▪, i ,c ,.,.1 r.,;,,,r,,, ,,,,,,, , III file,/ a.1,411joi la 6 r,Low- -:
,1 .. .
, , I .
11NI 1 I I II ,r) r I ti,O,?. •('.'s'l?
III ti f ( 1 f I i i c, :‘ ..,.'
I ii
I 1
I (L)
9t. • -4 -'..s z .
„„ . } I. -, ; .., i_____ • __ .._ _,,„ , • ,
_,„ , .. „ • ___
„,,,, . _._ _
. .,,, . .,
I
--------------7:-4-*-‘..77----1------------” ----'------ -------------'7,1,h
1
„ , ..J .
. .
"V, I---
i-' f Lli
, I ..,,L ; i - ' •
1 , lIg 1 •i) r-1: ' ..'00
v 1 7(_,1_, i 1 k I
NI1011.•2-.1 9 , Ac
,?.'(f' ';'- -- .: -•_- o
„.---”, ‘., n (1.
1 ,
I II • .0-1 ,w ( r, .,11,,,c,ro e.:(..)
/
0 0,..,a".z it w ,... —ow• - [iio,
6•0", z ,1.1 >:041;::?`47, ' 0>•& no,> .T.-
,
--
___. _ ...
I
, .--.....,
J
' .
......:r.a.,rl