Loading...
HomeMy WebLinkAboutSWP272120(2) (2) %?e lab • 0 4 3 4 S ,9 0 p D 0 0 0 7owuo ( )H9 For Construction of: SR 405 MP 7.63 GYPSY CREEK DRAINAGE IMPROVEMENT KING COUNTY F.A. PROJECT NO.1-405-3 (704) .......... ............... ............... ........ ........... ................. ...................... .......... ... . .. ............................ ............................. ............................ ................. ....... ............. ............. .... ....................................................................................... ........................ ...................................... ........... ............................................ .......... ........ .. .. ................................ ....... ............ ........ .... ............. .........................I........-. -................. ............................................................. ........... ...... ........ ............... ................... ............................................................. ........ ..................... .......... ....... ....... ............................. AdML TrWashington State Af Department of Transportation 1 WASHI NGTON STATE 2 DEPARTMENT OF TRANSPORTATION 3 OLYMPIA, WASHINGTON 98504 4 SR_440 _� __ 5 GYPSY CREEK 6 D -1UGF_IlIRROV�FlIENTram_---- 7 88W051 8 King -------- =County 9 NO X-CCE TO ALL PLANHOLD$RS 10 The Project Er_gineerts office assigned to answer questions regarding 11 these bid documents and to show this project to prospective bidders 12 is: 13 Mr. T. G. Paan anen, P_E. 14 1315 N.W. Mall 15 Issaquah, WA 98027 16 (206) 455-713 4 L. P. E. 18 Project Development Engineer 19 SR 405 20 GYPSY CREEK 21 DRAINAGE IMPROVEMENT 22 88W051 SR 405 GYPSY CREEK 1-28 I-28 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION ReV 3/7/83 Rev. 2/11/�-,15 • OLYMPIA. WASHINGTON RQv. 3125/98 MAP OF STATE HIGHWAYS KING COUNTY Proposed Improvement Shown In Red KIRKLAND SR 908 - � Shy\ o �1L MON SR920 - HOUGHTON { 17 SR 2O2 Z n 2 1 � II N SR 52° 21 22 G2 t \`� *SAMMAMIS N 28 ,0 33 BELLEVUE Bey 0 ��F Q� 3 �( J 5 4 SR 90 ? � d � F,A v� ?A s � O EAT E 15 14 Z — MP 7.63cli �} `L v, r. oh PRC JECT AREA N r D C} G 23 24 19 R 27 25 30 ` � ds �� S9 ( 3� 35 36 I$ AQ I A H 1 ' T I KENNYPALE _ 1 1 5 4 u / 0 1 SR g °0 + x s'P 190 7 II 8 9 ss9 o I jj 17 16 REN ON 14 13 l$ 17 Z QJ� BUR EN O 5R S�8 4� 1W/ � L C.M.lsf t, d �� N J AA 20 21 -- R - 169 Z NOR NDI _ _ G DAR 28 27 26 25 30 MOUNTAI L� I m r- I Cr. 34 33 34 36 31 33 N R 4 E" R 5 E 1 TABLE OF CONTENTS 2 PAGE 3 INTRODUCTION -------------------------------------------------- 1 4 AMENDMENTS TO THE STANDARD SPECIFICATIONS 5 SECTION 1-02, BID PROCEDURES AND CONDITIONS ------------------- 1 6 SECTION 1-05, CONTROL OF WORK --------------------------------- 1 7 SECTION 1-07, LEGAL RELATIONS -AND RESPONSIBILITIES TO THE 8 PUBLIC ------------------------------------------------------ 1 9 SECTION 1-09, MEASUREMENT AND PAYMENT ------------------------- 3 10 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT --------------- 4 11 SECTION 2-09, STRUCTURE EXCAVATION ---------------------------- 5 12 SECTION 3-01 , PRODUCTION FROM QUARRY AND PIT SITES ------------ 7 13 SECTION 5-04, ASPHALT CONCRETE PAVEMENT ----------------------- 7 14 SECTION 6-02, CONCRETE STRUCTURES ----------------------------- 9 15 SECTION 7-04 , STORM SEWERS ------------------------------------ 17 16 SECTION 7-05, MANHOLES, GRATE INLETS, DROP INLETS, AND CATCH 17 BASIN ------------------------------------------------------- 17 18 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ----- 18 19 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES -------- 23 20 SPECIAL PROVISIONS 21 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK --------- 24 22 DATE OF OPENING BIDS ------------------------------------------ 24 23 PARTICIPATION BY FOREIGN CONTRACTORS, SUBCONTRACTORS, 24 AND SUPPLIERS ------------------------------------------------ 24 25 DESCRIPTION OF WORK ------------------------------------------- 25 26 AMERICAN-MADE MATERIAL ---------------------------------------- 26 27 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF 28 PUBLIC NATURAL RESOURCES ------------------------------------- 26 29 SR 405 30 GYPSY CREEK 31 DRAINAGE IMPROVEMENT 32 88W051 A 1 PAGE- 2 STATE SALES TAX --------------------------------- --------------- 27 3 WILDLIFE, TISHERIES AND ECOLOGY REGULATIOaS ------------------- 27 • 4 WAGES --------------------------------------------------------- 28 • 5 CERTIFICATION OF NONSEGREGATED FACILITIES --------------------- 28 6 EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES ----------------- 29 7 REQUIRED FEDERAL AID PROVISIONS ------------------------------- 37 8 UTILITIES ----------------------------------------------------- 37 9 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ---------------- 38 10 PYTSTING 12 rNCH HIGH PRESSURE GAS MAIN AND 6 INCH SERVICE ---- 39 11 TRAFFIC CONTROL ----------------------------------------------- 40 12 CONSTRUCTION SIGNING ------------------------------------------ 41 13 TIME FOR COMPLETION -----------------------------------------__ 41 14 REMOVING AND RESETTING CHAIN LINK FENCE ----------------------- 42 15 DISPOSAI OF SURPLUS MATERIAL ---------------------------------- 42 16 EMBANKMENT COMPACTION ----------------------------------------- 42 • 17 STRUCTURE EXCAVATION -------------------------------- 43 18 PAVEMENT PATCHING --------------------------------------------- 43 19 SOURCE OF MATERIALS ------------------------------------------- 43 20 HAULING ON OTHER THAN STATE HIGHWAYS -------------------------- 44 21 PERMITS FOR PIT OPERATIONS IN KING COUNTY --------------------- 44 22 SURFACE SMOOTHNESS FOR ASPHALT CONCRETE PAVEMENT —------------- 47 23 TEST HOLE DATA ------------------------------------------------ 47 24 CONCRETR MIXES INCORPORATING FLY ASH -------------------------- 47 25 PIGMFATTD SEAoEEi --- --_...-------___. .._— --------------------------- 49 26 SR 405 27 GYPSY CREEK 28 DRAINAGE IMPROVEMENT 29 8SW051 B 1 SAGE 2 MANHOLE UNDER 12 FEET 120 INCH DIAMETER TYPE 3 --------------- 51 3 MODIFIED MANHOLE UNDER 12 FEET 120 INCH DIAMETER TYPE 3 ------- 51 4 FURNISHING AND JACKING STEEL CASING 48 INCH DIAMETER ---------- 52 5 ENCOUNTERING FOREIGN MATERIAL --------------------------------- 54 6 HAND PLACED RIPRAP -------------------------------------------- 55 7 CONSTRUCTION GEOTEXTILE --------------------------------------- 56 8 STANDARD PLANS ------------------------------------------------ 66 l 9 SR 405 10 GYPSY CREEK 11 DRAINAGE IMPROVEMENT 12 88W 051 C 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in 3 conjunction with the 1988 Standard Specifications for Road, Bridge, . 4 and Municipal Construction adopted in Jar_uarq, 1988. 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 The following Amendments to the Standard Specifications are made a 7 part of this contract and supersede any conflicting provisions of the 8 Standard Specifications. For informational purposes , the date 9 following each Amendment title indicates the implementation date of 10 the Amendment or the latest date of revision.. 11 Each Amendment contains all current revisions to the applicable 12 section of the Standard Specifications and may include references 13 which do not apply to this particular project. 14 SECTION 1-02, BID PROCEDURES AND CONDITIONS 15 1J4nuarY 25_._1988) 16 1-02. 13 Irregular Proposals 17 Item (b) under No. 2 is deleted. 18 SECTION_1-0_5,_ CONTROL OF WORK 19 _(!larch 14, 1988) 20 1-05. 12 Final Acceptance 21 The first sentence of the first paragraph is revised to read: 22 The Contractor must perform all the obligations under the contract 23 before final acceptance can occur except as provided in Section 1- 24 09 .9 for unilateral acceptance. 25 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 26 Lay 23, 19881 27 1-07. 1 1 (7) A Special Training Provisions 28 Item 3 , Affirmative Action Recruitment Required, is revised to read: 29 3. Affirmative Action Recruitment Requirement---This train.ina 30 commitment is not intended, and shall not be used, to 31 discriminate against any applicant for training, whether a 32 protected group individual or not. However, training anal 33 upgradir.q of minorities and women toward journeyman status is 34 a primary objective of this Training Provision_. AccrNrdingly, 35 the Contractor/Subcontractor assigned training shall make 36 every effort tc enroll minority and women trainees to the 37 SR 40 5 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 1 1 extent such persons are available within a reasonable area of 2 recruitment. More specifically, i; a nonmincrity male 3 trainee/apprentice is proposed for utilization toward meeting 4 the training goal, approval may 1-e granted if the 5 Contractor/Subcontractor proposing to utilize the trainee is 6 otherwise in compliance with the contract' s Equal Emplovment 7 Opportunity and On-the-Job Training requirements and further 8 provides documentation as to the efforts taken to fill the 9 specific training position with either minorities or females: 10 or, if not otherwise in compliance, furnishes evidence of 11 his/her systematic and direct recruitment efforts in regard to 12 the position in question and in promoting the enrollment 13 and/or employment of minorities and females in the craft which 14 the proposed trainee is to be trained. 15 As a minimum, a Contractor/Subcontractor who is not otherwise 16 in compliance can substantiate their systematic and direct 17 recruitment efforts by Providing documentation as to the 18 following: 19 a. Writeen notification to minority and female 20 recruitment sources and community organizations of 21 available employment opportunities with the 22 Contractor/Subcontractor and/or enrollment 23 opportunities with its unions; 24 b. Records documenting the Contractor/Subcontractor's 25 efforts, and the outcome of those efforts, to emplov 26 minority and female applicants and/or refer them to 27 unions; r 28 C. Records reflecting the Contractor/Subcontractor's 29 efforts/participation in developing minority and 30 female on-the-job training opportunities, including 31 upgrading programs and apprenticeship: 32 d. Written notices to unions and training programs 33 disseminating the Contractor/Subcontractor's EEO 34 policv and requesting their cooperation ir. achieving 35 his/her EEO and OJT obligations. 36 Svstematic and direct recruitment efforts must be through 37 public and private sources likelv to yield minority and female 38 trainees. Such documentation must be submitted in a timely 39 manner. Contractor/Subcontractor's compliance with this 40 section shall be made on a case-bv-case basis. The Project 41 Engineer's determination of a Contractor/Subcontractor's 42 compliance with this Section shall be administratively as 43 spro vi ded in section 1-0 3. 1. 44 SR 405 45 GYPSY CREEK 46 DRAINAGE IMPROVEMENT 47 88WO51 2 1 1-07. 1 1 ( 10) B Required Records and Retention 2 This section is revised to read: 3 All records must be retained for a period of three years followir_Q 4 completior of the contract work and shall be available at 5 reasonable times and places for inspection by authorized 6 representatives of the State Department of Transportation, and on 7 Federal-aid projects, the Federal Highway Administration. 8 On Federal-aid contracts only, the Contractor/Subcontractor shall. 9 submit to the Project Engineer an annual report for each month of 10 July for the duration of the project. The report must indicate 11 the number of minority , women, and nonminority group emplvees 12 currently engaged in each work classification required by the 13 contract work. This information is to be reported on Form PR 1391 14 by August 11. 15 All Contractors/Subcontractors having contracts of $10,000 or more 16 that are State or Federally funded shall submit a copy of the 17 Office of the Federal Contract Compliance (OFCCP) `orm CC-257 to 18 the Project Engineer by the fifth of the month during the term of 19 the contract. 20 Failure to submit the required reports by their due dates may 21 result in the withholding of progress estimate Payments. 22 SECTION 1-09,_MEASUREMENT AND PAYMENT 23 Lpril_ 111_1988Z • 24 1-09. 1 Measurement of Quantities • 25 The column headings for the tabulation CCNVERSION FACTORS AVERAGE 26 WEIGHTS AND VOLUMES OF ASPHALT are corrected to read: 27 Gallons per Pcunds per 28 Grade- Tone@_60OF- Galloa_it_6JQ0F 29 1-09_6 Force Accoutt 30 Item No. 6, Contractor Markup on Subcontractors, is revised to read: 31 When work is performed on a force account basis by approved 32 subcontractors, the Contractor will be allowed an additional 33 markup equal to 5 percent of the total cost computed for 1, 2, 3, 34 4, and 5 for al`_ administrative costs. 35 SR 405 36 GYPSY CREEK 37 DRAINAGE IMPROVEMENT 38 88W051 3 1 SECTION 2-03j_ROADWAY EXCAVATION AND EMBANKMENT 2 SApril_ 11. 1988) 3 2-03.3 (7) Disposal of Surplus Material 4 This Section is revised to read: 5 2-03. 3 (7) Disposal of Surplus Material 6 2-03.3 (7) A General 7 The Contractor shall haul all excavation to the nearest 8 embankment, unless the Engineer declares the hauling distance to 9 be too great. If excavation yields more material than needed for 10 nearby embankments, the Contractor shall dispose of the excess in 11 keeping with the Special Provisions or as the Engineer directs. 12 2- 03.3 (7) B Haul 13 When the contract includes a pavment item for haul , the State Will 14 pay as follows for hauling excess excavation to a disposal site: 15 1 . If the State provides a site, but the Contractor chooses 16 to haul elsewhere, the State Will pay for all actual 17 mileage up to but not exceeding the mileaqe that would 18 have been necessary using the State site. 19 2. If the State does not provide a site , the State will pay 20 for all actual mileage up to but not exceeding the mileaqe 21 necessary to haul to a site 1 mile from the proiect . 22 limits. 23 2-03..3 (7) C Contractor Provided Disposal Site 24 If the State provides no waste site, but requires disposal of 25 excess excavation or other materials, the Contractor shall arrange 26 for diposal at no expense to the State, except as provided in 27 Section 2-03. 3 (7) B Item 2. 28 The Contractor shall acquire all permits and approvals required 29 for the use of the disposal site. The cost of any such permits 30 and approvals shall be included in the bid prices for other work. 31 The Contractor shall, if requested by the Engineer, provide the 32 Engineer the location of all disposal sites to be used and also 33 provide copies of the permits and approvals for such disposal 34 sites. 35 Disposal of excess material within a wetland area will not be 36 allowed. Wetlands are defined as those areas inundated or 37 satsrated by grouLd or surface water at a frequency and duration. 38 SR 405 39 GYPSY CREEK 40 DRAINAGE IMPROVEMENT 41 88W051 4 1 sufficient to support, and that under normal circumstances do 2 support, a prevalence of vegetation typically adapted for life in 3 saturated soil conditions:. Wetlands generally include swamps, 4 marshes, bogs, and similar areas. 5 The Contractor shall protect, indemnify and save harmless the 6 State from any damages that may arise from the Contractor' s 7 activities in making these arrangements. Such indemnity shay_ be 8 in accordance with RCW 4. 24. 115 as amended by Chapter 305, Laws of 9 1986- Any action required to satisfy any permit and/or any 10 approval requirements in a Contractor provided disposal site shall 11 be performed by the Contractor at no additional expense to the 12 State. 13 Reclamation of a Contractor-supplied waste site must conform to 14 the requirements of Section 3-03. 15 2-03.3 (14) C Compacting Earth Embankments 16 The first sentence of the twelfth paragraph is revised to read: 17 Under Method B, the moisture content of the material shall not 18 exceed 3 percent above the optimum determined by the tests 19 described in Section 2-03. 3 ( 14) D. 20 2-03.3 (14) I Embankments at Bridge and Trestle Ends 21 The first sentence of the first paragraph is revised to read: 22 This work consists of filling around the ends of trestles and 23 bridges, the area defined in Section 1-01. 2. • 24 SECTION 2-09t STRUCTURE EXCAVATION 25 JMay23,1988) 26 2-09. 3 (1) D Disposal of Excavated Material 27 The second paragraph is supplemented with the following: 28 Any such disposal shall meet the requirements of Section. 2- 29 03 . 3 (7) C. 30 2-09. 3 (4) Construction Requirements, Structure Excavation, Class B 31 This section is revised as follows: 32 Delete the third and fourth sentences of the third paragraph. 33 SR 405 34 GYPSY CREEK 35 DRAINAGE IMPROVEMENT 36 88WO51 5 1 2-09. 4 Measurement 2 This section is supplemented with the following: 3 Shoring and cribbing or extra excavation class B will be measured ` 4 by the square foot as follows: 5 Where the trench is excavated to a depth of 4 feet or more and ` 6 s} orinq and cribbing is constructed or the earth faces are 7 excavated to the slope of repose provided it is 3/4 to 1 or 8 hatter as required to meet safety regulations, the area for 9 payment will be measured on each side of the trench or 10 excavation where such work is performed. Measurement will be 11 made from the existing ground line cr from the neat lines of a 12 designated grading section at the outer limit defined for 13 payment for structure excavation to the bottom of the 14 excavation and for the length of the work actually performed. 15 The bottom elevation for measurement will be the bottom of the 16 excavation as shown in the Plans or otherwise established by 17 th e Engineer. 18 2-09. 5 Payment 19 This section is supplemented with the following: 20 7. "Shoring and Cribbing or Extra Excavation Class B" , per square 21 foot. 22 The unit contract price per square foot shall be full pay for the 23 construction and removal of shoring and cribbing. The unit 24 contract price per square foot shall be full pay for all 25 excavation., backfill, compaction, and other work required when 26 extra excavation is used in lieu of constructing shoring and 27 cribbing. If select backfill material is required for backfillina 28 within the limits of the structure excavation, it shall also be 29 required as backfill material for the extra excavation at the 30 Contractor's expense.. 31 If there is no bid item for shoring and cribbing or extra 32 excavation class B on a square foot basis and the nature of the 33 excavation is such that shoring and cribbing or extra excavation. 34 is required as determined by the Engineer, payment to the 35 Contractor for the work will be made in accordance with Section 1- 36 04.4. 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 6 1 SECTION 3-01sPRODIXTION FROM QUARRY AND PIT SITES 2 A ri �11 , a988j 3 3-01. 4 (1) Acquisition and Development 4 The last sentence of the third paragraph is revised to read: ' 5 When the Contractor intends to operate a source under the 6 Department 's blanket surface mining permit, the Contractor shall 7 submit a reclamation plan for approval. No work shall begin ir_ 8 the pit or quarry before the reclamation plan is approved by the 9 Engineer. 10 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 11 1APril— ", 1988) 12 5-04. 2 Materials 13 The list of materials and references is supplemented with the 14 following: 15 Recycling Agent. .. . ... . . .... 9-02. 1 (5) 16 5-04. 3 (3) Asphalt Pavers 17 The sixth paragraph is supplemented by the following: 18 These areas, as determined by the Engineer, may include, but are 19 not limited to, gore areas, road approaches, left-turn 20 channel izations, and tapers. 21 5-04.3 (5) D Soil Residual Herbicide 22 The third paragraph is revised to read: 23 Application of the herbicide shall be performed in accordance with 24 Section 8-02. 3 (2) . 25 5-04,3 (10) B Control 26 The second sentence of the third paragraph is revised to read: 27 When cores are taken by the State at the request of the 28 Contractor, the State shall be reimbursed for the coring expenses 29 at the rate of $75 per core when the core indicates the acceptable 30 level of compaction within a lot has not been achieved. 31 SR 405 32 GYPSY CREEK 33 DRAINAGE IMPROVEMENT 34 88WO51 7 1 The first sentence of the fifth paragraph is revised to read: 2 Asphalt concrete Classes H, E, F, and G constructed under 3 conditions other than listed above shall be compacted on the basis 4 of a test point evaluation of the compacticn train.. 5 5-04. 3 (17) Paving Under Traffic 6 Add the following after the first paragraph: 7 The Contractor shall minimize any pavement drop-offs to traffic 8 during n.cnworkinq hours. Unless otherwise specified in the 9 Traffic Control Plan, pavement drop-offs (abrupt pavement charges) 10 left exposed to traffic during nonworking hours shall be protected 11 as follows: 12 1. Drop-offs up to 0. 20 foot, unless otherwise ordered by the 13 Engineer , may remain exposed with appropriate warning 14 signs alerting motorists of the condition. 15 2. Drop-offs more than 0. 20 foot that are in the traveled wav 16 or auxiliary lane will not be allowed unless protected 17 with appropriate warning signs and further protected as 18 indicated in 3b or 3c below. 19 3. Drop-offs more than 0. 20 foot, but no more than 0. 50 foot, 20 that are not within the traveled wav shall be prctected 21 with appropriate warning signs and further protected by 22 having one of the following: 23 a. A wedge of stable material placed at a slope of 24 4: 1 or flatter. 25 b. Channelizing devices placed along the traffic side 26 of the drop-off and a new edge-of-pavement stripe 27 placed 3 feet from the drop-off. The maximum 28 spacing between the devices in feet shall be twice 29 the posted speed in MPH. Pavement drop-off 30 warning signs shall be placed in advance and 31 throughout the drop-off treatment. 32 C. Temporary concrete barrier or other approved 33 barrier installed on the traffic side of the drop- 34 off with 1 foot between the drop-off and the back 35 of the barrier and a new edge of pavement stripe 2 36 feet from the face of the barrier. An approved 37 terminal, flare, or impact attenuator will be 38 required at the beginning of the section. For 39 night use, the barrier shall have standard 40 delineation such as paint, reflective tape, lane 41 marl-ers, or varnir.q lights. 42 SR 405 43 GYPSY CREEK 44 DRAINAGE IMPROVEMENT 45 88W051 8 1 4. Drop-offs more than 0. 50 foot that are not within the 2 traveled way or auxiliary lane shall be protected with 3 appropriate warning signs and further protected as 4 indicated in 3a or 3c. 5 5. Open trenches within the traveled way or auxiliary lane 6 shall have a steel-plate cover placed over them. A wedge 7 of suitable material, if required, shall be placed for a 8 smooth transition between the pavement and the steel 9 plate. Warning signs shall be used to alert motorists of 10 the presence of the steel plates. 11 SECTION 6-002. CONCRETE STRUCTURES 12 _(June_ 13• 1988j 13 6-02. 2 Materials 14 The section reference for Elastomeric Bearing Pads is revised from 9- 15 06. 31 to 9-31. 16 6-02. 3 (1) Classification of Structural Concrete 17 This section is supplemented with the following: 18 If the Engineer approves in writing, the Contractor may use a 19 class of concrete with a higher 28-day design strength than that 20 required in the Special Provisions, Plans, and/or these 21 Specifications. Any request for a change shall be in writing. 22 The Contractor shall bear any added costs that result from this • 23 change_ 24 6-0 2. 3 (5) Consistency 25 The first paragraph is revised to read: 26 Slump tests shall follow WSDOT Test Method No. 804. For vibrated 27 concrete, the maximum slump shall be 3 inches fer all concrete 28 except for columns, crossbeams, and diaphragms. For vibrated 29 concrete in columns, crossbeams, and diaphragms, the maximum slump 30 shall be 4 inches- The maximum slump for nonvibrated concrete 31 shall be 7 inches. 32 6-02. 3 (6) Placing Concrete 33 The First paraqraph is revised to read: 34 The Contractor shall not place concrete: 35 1. on frozen or ice-coated ground or subarade; 36 SR 405 37 GYPSY CREEK 38 DRAINAGE IMPROVEMENT 39 88WO51 9 1 2.■ Against or on ice-coated forms, reinforcing steel, 2 structural steel, conduits, precast members, or 3 constructicn -joints; 4 3. Under rainy conditions, placing of concrete shall be ` 5 stopped before the quantity of surface water is sufficient 6 to effect or damage surface mortar quality or cause a flow 7 or wash of the concrete surface; 8 4. In any foundation until the Engineer has approved its 9 depth and character; 10 5. In any form until the Engineer has approved it and the 11 placement of any reinforcing in it; or 12 6. In_ any work area When vibrations from nearby wcrk (driving 13 or pulling piles, etc.) may harm the concrete' s initial 14 set or strength. Such work shall not begin until the 15 concrete has reached a compressive strength of at least 16 1 ,000 psi. 17 6-02. 3 (6) A Weather and Temperature limits to Protect Concrete 18 The first and second sentences of the tenth paragraph are revised to 19 read: 20 Any concrete placed in air temperatures below 35 degrees F shall 21 be immediately surrounded with a heated enclosure. Air 22 temperature within the enclosure shall be maintained between. 50 23 and 90 degrees F and the relative humidity shall be abcve 80 24 percent. These conditions shall be maintained for a minimum of 25 seven days or for the cure period required by Section 6-02. 30 1) , 26 whichever is longer,. 27 6-02.3 (17) A Caps, Piling , Posts, and Mudsills 28 The first paragraph is supplemented with the following: 29 when usir_q piling to support the falsework, the Contractor 30 falsework plans shall specify the minimum required bearing and 31 penetration for the piling. 32 6-02. 3 (23) Opening to Traffic 33 The first sentence of the first paragraph is revised to read: 34 Bridges with a roadwav slab made of Portland cement concrete shall_ 35 remain closed to all traffic, including construction equipment, 36 until the concrete has attained the minimum ultimate strength. 37 The following paragraph is added after the first paragraph: 38 SR 405 39 GYPSY CREEK 40 DRAINAGE IMPROVEMENT 41 88W051 10 1 For load restrictions on bridges under construction, refer to 2 Section 6-01.6. 3 6-02.. 3 (24) A Field Bending 4 Under TABLE 2, Bar Size, "No. 3 thru No. 11" is revised to "No. 9 trru 5 No- 11 ". 6 6-02. 3 (25) A Bulb Tee Girder Flange Connection 7 This section is revised to read: 8 On bulb tee girders, camber shall be equalized before adjacent 9 girders are Weld-tied and before keyways are filled. Keyways 10 between tee girders shall be filled flush with the surrounding 11 surfaces with grout. This grout shall have reached a compressive 12 strength of 3,000 psi before the equalizing equipment is removed. 13 Compressive strength will be determined by fabricating cubes ir.. 14 accordance with WSDOT Test Method 813 and testing in accordance 15 with AASHTO Test T 106. 16 Welding grounds shall be attached directly to the steel plates 17 being welded when welding the weld-ties on bulb tee girders. 18 only after the grout in the keyways has reached 3,000 psi and 19 after girders have been weld-tied will construction equipment 20 (other than equalizing apparatus) be allowed on the deck. 21 6-02. 3 (25) B Protection of Exposed Reinforcement 22 The first sentence of the second paragraph is revised to read: 23 When a girder is removed from its casting bed, all bars and 24 strands prolectinq from the girder shall he cleaned and painted 25 with a minimum dry film thickness of 1 mil of paint Formula No. A- 26 9-73. 27 6-02. 3 (25) C Casting and Shop Plans mom 28 The second sentence of the first paragraph is revised to read: 29 Deviations from prestressing details shown in the Plans will not 30 be permitted, except as specified. 31 This section is supplemented with the following: 32 The Contractor, at his option, may furnish prestressed concrete 33 girders Series 14 with minor dimension differences from those 34 shown in the Plans. The dimensions that may be changed are the 2- 35 5/8 inch top flange taper which may be reduced to 1-5/8 inch and 36 the 5-inch web width which may be increased to 6 inches. Other 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 11 1 dimensions of the girder shall be adjusted as necessary to 2 accommodate the above mentioned changes The overall height and 3 Width of the girder shall remain unchanged. 4 If the Contractor elects to provide a Series 14 girder with minor ` 5 dimension differences as specified, shop Hans along with 6 supporting design calculations shall be submitted to the Engineer 7 for approval prior to girder fabrication. The girder shall be ` 8 designed for at least the same load carrying capacity as the 9 girder shown in the Plans_ The amount of mild steel reinforcement 10 shall be the same as that shown in the Plans. 11 6-02. 3 (25) K Strength 12 The first paragraph is supplemented with the following: 13 When two or more girders are cast in a continuous line and in. a 14 continuous pour, a single set of test cylinders may represent all 15 girders provided the fabricator demonstrates uniformity cf casting 16 and curing to the satisfaction of the Engineer. 17 The following is inserted between the first and second sentence of the 18 fourth paragraph: 19 If the fabricator casts cylinders to represent more than. one 20 girder, all girders in that line shall be cored. 21 The second, third, and fourth sentences of the fourth paragraph are 22 revised to read: 23 These cores shall measure 4 inches in diameter by 5 inches high 24 and shall be removed from Just below the top flange, one 25 approximately 3 feet to the left and the other approximately 3 26 feet to the right cf the midpoints cf the girders. 27 6-02. 3 (25) L Bulb Tee Girder Depth 28 This section is revised to read: 29 6-02.3 (25) L Bulb Tee Girder Dimensicns 30 The Contractor may alter bulb tee girder dimensions as specified, 31 from that shown in the plans if: 32 1. The girder has the same or higher load carrving capacity 33 (using current AASHTO Design Specification) ; 34 2. The Engineer approves, before the girder is made, complete 35 design calculations for the girder; 36 3. The Contractor adjusts substructures to yield the same top ' 37 of roadtay elevation shown in the Plar.s: 38 SR 405 39 GYPSY CREEK 40 DRAINAGE IMPROVEMENT 41 88W051 12 1 4. The depth of the girder is not increased by more than 2 2 inches and is not decreased : 3 5. The web thickness is not increased by more than 1 inch and 4 is not decreased; z 5 6. The top flange minimum thickness cf the girder is not 6 increased by more than 2 inches, providing the top flange 7 taper depth is decreased a corresponding amount; 8 7. The top flange taper depth is not increased by more than. 1 9 inch. 10 6-02. 3 (26)A Shop Drawings 11 Item 3 of the third paragraph is revised to read: 12 Separate stress and elongation calculations shall he submitted for 13 each tendon if the difference in tendon elongations exceeds 14 percent. 15 After the third paragraph, add the following paragraphs: 16 couplings or splices will not be permitted in prestressing 17 strands. Couplings or splices in bar tendons are subject to the 18 Engineer' s approval. 19 Fricticn losses in post-tensioning steel shall be based on wobble 20 and curvature coefficients determined by the post-tensioning 21 system supplier and shall be verified during the stressing 22 operations at the job site.. The values of these coefficients 23 assumed for design are shown in the Plans. 24 The Contractor shall determine all points of interference between 25 the mild steel reinforcement and the paths of the post-tensionina 26 tendons. Details to resolve interferences shall be submitted with 27 the shop plans for approval. Where reinforcing bar placement 28 conflicts With post-tensioning tendon placement, the tendcr_ 29 profile shown in the Plans shall be maintained. Mild steel 30 reinforcement for post-tensioning anchorage zones shall not be 31 fabricated until after the post-tensioning shop plans have been 32 approved by the Engineer. 33 6-0 2. 3 (26) B An choraqes 34 This section is revised to read: 35 Post-tensioning reinforcement shall be secured at each end by 36 means of an approved anchorage device which shall be of such a 37 nature that it will not kirk, neck down, or otherwise damage the 38 post-tensicning reinforcement- The anchorage assembly shall be 39 grouted to the Engineer' s satisfaction. 40 SR 405 41 GYPSY CREEK 42 DRAINAGE IMPROVEMENT 43 88W051 13 1 Anchorage zone grid reinforcement required shall be calculated by 2 the post-tensioning system supplier and shall be shown in the shop 3 plans. The anchcrage zone grid reinforcement shall be furnished 4 and installed by the Contractor, in addition to the structural_ 5 reinforcement required by the Plans, at no additional cost to the 6 State. The calculation for the required anchorage zone qrid 7 reinforcement shall be in accordance with the bursting stress 8 formula and procedure outlined in the Post-Tensioninq Institute 9 publication titled "Post-Tensioned Box Girder Bridge Manual, " 1978 10 Edition. 11 If the Ccr_tractor elects to use anchorage devices differing from 12 those shcwn in the Plans, the Contractor shall submit details and 13 certitied test reports or supportinq calculations as specified 14 below for approval by the Engineer. The Contractor shall also 15 submit any necessary changes to the contract Plans. The test 16 report shall specify all pertinent test data. Dead ended 17 anchorages will not be permitted. Dead ended anchorages are 19 defined as anchorages that cannot be accessed during the stressing 19 operations. 20 The Contractor's proposed anchorage devices shall meet the 21 requirements listed in A or B below : 22 A. Bearing Type Anchorage: 23 1. The computed average bearing stress on the concrete 24 directly beneath bearing plates shall not exceed either of 25 the following: 26 a. At service load (after all losses) - 27 fcp = 0.6 f'c (Alb/Ab) 1/2 28 but not greater than 1 . 25 f' c. 29 b. At iackinq load (before seatinq) - 30 fcp = 0,68 f' ci (A' b/Ab - 0. 2) 1/2 31 but not greater than 1 . 25 f 'ci for longitudinal 32 tendons anchored in the webs and not greater 33 than 1.00 f' ci fcr transverse tendons anchored 34 in the deck slab, where; 35 fcp = permissible compressive concrete stress, 36 f'c = compressive strength of concrete, 37 f'ci = compressive strength of concrete at time of 38 initial prestress, 39 Alb = Maximum area of the portion of the concrete 40 anchorage sarface that is geometrically similar 41 to and concentric with the area of the 42 anchorage (excluding openings) , 43 SR 405 44 GYPSY CREEK 45 DRAINAGE IMPROVEMENT 46 88WO51 14 1 Ab = bearing area of the anchorage excluding 2 openings. 3 2. The computed bending stresses in the distribution. plate ` 4 induced by the pull of the prestressing steel shall not 5 exceed 90 percent of the yield point of the material when 6 95 percent of the ultimate strength of the post-tension.inq 7 reinforcement is applied. The bending stresses in the 8 distribution plate shall be computed in accordance with 9 the procedure described in the article titled "Simplified 10 Bearing Plate Computations for Post-tensioning Anchorages' 11 published in the July-Auqust 1975 edition of the PCI 12 Journal , and these calculations shall be submitted with 13 the shop plans for approval. 14 3. Materials and workmanship shall conform to the applicable 15 requirements of Sections 6-03 and 9-06. 16 B. Other Anchorage Assemblies: 17 Other anchorage assemblies shall be defined as an assemblv 18 that does not meet the requirements of item A- 1 above for 19 bearing type anchorages. The adequacy of other anchorage 20 assemblies shall be demonstrated by tests representing actual 21 job site conditions: The tests shall be certified and meet 22 the following requirements: 23 1. The concrete test block shall have a cross-section equal 24 to twice the minimum edge distance of center line of 25 tendon to the face of concrete in the actual structure in. 26 one direction and equal to the minimum spacing of the 27 anchorages plus 3 inches in the other direction. The 28 length of the concrete test block shall be at least three 29 times the largest cross-section dimension. 30 2. The reinforcement in the test block behind the anchorage 31 for a distance equal to the largest of the two cross- 32 sectional dimensions of the anchorage shall simulate the 33 actual reinforcement used in the structure. For the 34 remaining length of the test block, the reinforcement may 35 be increased as required to prevent failure in that 36 portion. 37 3. Concrete strength at the time of testing shall not exceed y 38 85 percent of the minimum concrete strength at the time of 39 post-tensioning as specified in the Plans. The concrete 40 strength shall be determined in accordance with procedures 41 as outlined in ASTM C 1074, Estimating Concrete Strength 42 by the Maturity Method. 43 SR 405 44 GYPSY CREEK 45 DRAINAGE IMPROVEMENT 46 88WO51 15 1 4. The test shall be comprised of three anchorages separately 2 tested or tested together in one test block. 3 5. Anchorages shall be capable of developing 95 percent of 4 the ultimate strength of the post-tensioninq reinforcement 5 without measureable permanent distortion_ of the assembly 6 and without concrete failure in the test block. 7 Measurable permanent distortion is defined as a distortion 8 across the face of the assembly of 0. 01 inch or more usi*;a 9 the original plane as a reference and is measured after 10 the test loading is released. The test block shall be 11 acceptable with regard to concrete failure if the 12 following criteria are satisfied: 13 a. No concrete cracks with a load of 40 percent of the 14 ultimate strength of the post-tensioning 15 reinforcement. 16 b. Width of concrete cracks with a test load of 70 17 percent of the ultimate strength cf the post- 18 tensioning reinforcement does not exceed 0.005 inch. 19 C. After loading to 95 percent of the ultimate strength 20 of the post-ten_sioninq reinforcement and releasing the 21 test load , the width of concrete cracks does not 22 exceed 0.015 inch. 23 6. materials and workmanship shall conform to the applicable 24 requirements of Sections 6-03 and 9-06 . 25 Before installing the anchorage device, the Contractor shall 26 submit a Manufacturer's Certificate of Compliance for the 27 anchorage device in accordance with Section 1-06. 3 . 28 6-02. 3 (26)C Metal Conduit 29 The second sentence of the first paragraph is revised to read: 30 This conduit shall maintain the required profile within a 31 placement tolerance of +1/4 inch for longitudinal tendons and +1/8 32 inch for transverse slab tendons, during all phases of the work. 33 Starting with the second sentence, the fourth paragraph is revised to 34 read: 35 Vents and drains shall be 1/2-inch minimum diameter standard steel 36 or polyethylene pipe. Vents shall point upward and remain closed 37 until grouting begins. Drains shall point downward and remain 38 open until grouting begins. Ends of steel vents and drains shall 39 be removed 1 inch inside the concrete surface after oroutir_q has 40 been completed; polyethylene vents and drains may be left `_lush to 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88W051 16 1 the surface unless otherwise directed by the Engineer_ Conduit 2 vents are not required for transverse post-tensioning ducts in the 3 roadway slab unless specified in the Plans. 4 6-02.3 (26) E Tensioning 5 Add the following at the end of the last paragraph : 6 The prestressing strands shall be cut a minimum of 1 inch from the 7 face of the anchorage device. 8 SECTION 7-04, STORM SEWERS 9 May_23_, 19881 10 7-04. 4 Measurement 11 This section is supplemented with the following: 12 Shoring and cribbing or extra excavation will be measured as 13 specified in Secticn 2-09.4. 14 7-04.5 Payment 15 This section is supplemented with the following: 16 9. "Shoring and Cribbing or Extra Excavation Class B" , per square 17 foot. 18 The unit contract price per square foot for "Shoring and Cribbing 19 or Extra Excavation Class B", shall be full pay for the work as 20 specified in Secticn 2-09.5. 21 SECTION 7-051 MANHOLES, GRATE INLETS, DROP INLETS, AND CATCH BASINS 22 1May 23, 1988) 23 7-05.3 Construction Requirements 24 This section is supplemented with the following: 25 Any shoring and cribbing or extra excavation required shall meet 26 the requirements of Section 2-09.3. 27 7-05. 4 Measurement 28 This section is supplemented with the followir.q: 29 Shoring and cribbing or extra excavation will be measured as 30 specified in Section 2-09.4. 31 SR 405 32 GYPSY CREEK 33 DRAINAGE IMPROVEMENT 34 88WO51 17 1 7-05.5 Payment 2 This section is supplemented with the following: 3 14. "Shoring and Cribbing or Extra Excavation Class B" , per square 4 foot. 5 The unit contract price per square foot for "Shoring and Cribbing 6 or Extra Excavation Class B" shall be full pay for the work as 7 specified in Section 2-09.5. 8 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDI ITS 9 (April 11, 1988) 10 9-05. 1 Drain Pipe 11 The following subsection is added: 12 9-05. 1 (7) Corrugated Polyethylene Drain Pipe 13 Corrugated polyethylene drain pipe, 12-inch through 24-inch 14 diameter maximum , shall meet the minumum requirements of AASHTO M 15 294. 16 9-05.2 Underdrain Pipe 17 The following subsection is added: 18 9- 05.2 (8) Perforated Corrugated Polyethylene Underdrain Pipe 19 Perforated corrugated polvethvlene underdrain pipe, 12-inch 20 through 24-inch diameter maximum, shall meet the minimum 21 requirements of AASHTO M 294. Perforations shall be in accordance 22 with AASHTO M 252. 23 9-05.9 Steel Spiral Rib Storm Sewer Pipe 24 This Section is revised to read: 25 Steel spiral rib storm sewer pipe shall be manufactured of 26 metallic coated (aluminized or galvanized) corrugated steel and 27 inspected in conformance with Section 9-05. 4. The size, coating, 28 and metal shall be as shown in the Plans or in the specifications. 29 The manufacturer of spiral rib storm sewer pipe shall furnish to 30 the Engineer a certificate of compliance stating that the 31 materials furnished comply in all respects with these 32 Specifications. The Engineer may require additional information 33 or tests to be performed by the Contractor, at no expense to the 34 State. 35 SR 405 36 GYPSY CREEK 37 DRAINAGE IMPROVEMENT 38 88W051 18 1 Unless otherwise specified, spiral rib storm sewer pipe shall be 2 furnished with pipe ends cut perpendicular to the longitudinal 3 axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe 4 shall be fabricated either by using a continuous helical lock seam ` 5 with a seam gasket or a continuous helical welded seam paralleling 6 the rib. 7 For spiral rib storm sewer pipe, helical ribs shall project 8 outwardly from the smooth pipe wall and shall be fabricated from a 9 single thickness of material. The ribs shall be essentially 10 rectangular and shall be 3/4 inch plus two times the wall 11 thickness (2t) plus or minus 1/8 inch (measured outside to 12 outside) and a minimum of 0. 95 inch high (measured as the minimum 13 vertical distance from the outside of pipe wall immediately 14 adjacent to the lockseam or stiffener to the top surface of rib) .44 15 The maximum spacing of the ribs shall to 11 .75 inches center to 16 center (measured normal to the direction of the ribs) . The radius 17 of bend of the metal at the corners of the ribs shall be a minimum 18 of 0. 10 inch and a maximum of 0. 17 inch. If the sheet between 19 adjacent ribs does not contain a lockseam, a stiffener shall be 20 included midway between ribs, having a nominal radius of 0.25 ir_ch 21 and a minimum height of 0.20 inch toward the outside of the pipe. 22 Pipe shall be fabricated with ends that can be effectively jointed 23 with couplir_q bands. 24 when required, spiral rib or narrow pitch spiral rib pipe shall be 25 bituminous treated er paved. The bituminous treatment for spiral 26 rib pipe shall conform to the requirements of Sections 9-05. 4 (3) 27 and 9-05.4 (4) . 28 For narrow pitch spiral rib sewer pipe, the helical ribs shall 29 project outwardly from the smooth pipe wall and shall be • 30 fabricated from a single thickness of material. The ribs shall be 31 .375 inch _+ 1/8 inch wide (measured outside to outside) and a 32 minimum of . 4375 inch high (measured as the minimum vertical 33 distance from the outside of pipe wall to top surface of the rib) . 34 The maximum spacing of ribs shall be 4. 80 inches center to center 35 (measured normal to the direction of the ribs) . The radius of 36 bend of the metal at the corners of the ribs shall be 0.0625 inch 37 with an allowable tolerance of +- 10 percent. 38 9-05.9 (1) Continuous Lock Seam Pipe 39 Pipes fabricated with continuous helical seam parallel to the rib 40 may be used for full circle pipe. The lock seam shall be formed 41 in the flat between ribs and shall conform to sections 7. 5. 1 42 through 7. 5. 3 of AASHTO M 36. 43 For narrow pitch spiral rib storm sewer pipe, the lap width 44 specified in section 7.5. 1 shall be 1/4 inch. 45 SR 405 46 GYPSY CREEK 47 DRAINAGE IMPROVEMENT 48 88w051 19 ■ 1 For use in applications without bituminous treatment, the 2 continuous lockseam must be qualified by tests conducted by the 3 Headquarters Materials Laboratory. 4 9-05.9 (1) A Basis for Acceptance 5 The basis for acceptance will be a qualification test, conducted 6 by the Headquarters *laterials Laboratory, for each manufacturer of 7 helically corrugated, qasketed spiral rib, or narrow pitch spiral 8 rib lock seam steel pipe. Only these specific pipe sizes and 9 gasket materials approved under the qualification_ test will be 10 accepted. 11 Continuous lock seam pipe shall be sampled and tested it 12 accordance with AASHTO T 249. 13 9-05.9 (2) Continuous Welded Seam Pipe 14 Pipes fabricated with a continuous helical welded seam parallel to 15 the ribs may be used for full circle pipe. The welding process 16 for galvanized steel pipe shall be so controlled that the combined 17 width of the weld and adjacent spelter coating burned by the 18 welding does not exceed three times the thickness of the metal. 19 If spelter is burned outside these limits, the weld and burned 20 spelter shall be treated as required below. Testing for welded 21 seam quality control shall conform to AASHTO T 421. Welded pipe 22 fabricated from aluminized steel pipe shall have the coating of 23 the welded area repaired by flame-sprayed metalizirq inside and 24 out after welding. 25 Repair of Damaged Galvanizing: when the galvanized (zinc coated) 26 surface has been burned by gas or arc welding, all surfaces of the 27 welded connections shall be thoroughly cleaned by wire brushing 28 and all traces of the welding flux and loose or cracked 29 galvanizing removed, after which the areas shall be repaired by 30 flame-spray meta lizinq both inside and out. 31 9-05.9 (3) Coupling Bands 32 Coupling bands shall be of the same material as the pipe. 33 Coupling bands and gaskets shall conform to Section 9-05. 10(1) . 34 9-05. 10 Steel Storm Sewer Pipe 35 This section is revised to read: 36 Steel storm sewer pipe shall conform to the requirements of 37 Section 9-05. 4 for steel culvert pipe, except that protective 38 coating shall be Treatment 5, and be constructed of either 39 helically corrugated lock seam or helically corrugated continuous 40 Welded steel pipe. When gasketed helically corrugated lock seam 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88W051 20 1 steel pipe is called for, Treatment 5 is not required. Welded 2 seam aluminum coated (aluminized) steel pipe shall require 3 metalized aluminum coating inside and out following welding and 4 shall not require Treatment 5. 5 9-05. 10 (1) Coupling Bands 6 This Section is revised to read: 7 Coupling bands for storm sewer pipe shall conform to the details 8 shown in the Standard Plan and to these Specifications: 9 Bands shall be made of the same base metal as the pipe and may 10 be two nominal thicknesses lighter than used for the pipe but 11 not thicker than 0. 109 inch or lighter than 0.064 inch. 12 Corrugations on the bands shall be the same size and shape as 13 those on the pipe to be connected. Steel bolts and ruts shall 14 meet the requirements of ASTM A 307, and galva::ized it 15 accordance with AASHTO M 232. Welds shall develop the full 16 strength of the parent metal. 17 Type F bands may be used as an alternate to all other types 18 shown for steel storm sewer pipe sizes 12 inches in diameter 19 to 84 inches in diameter inclusive, provided that two annular i 20 corrugations are formed on each pipe end to be ieined. The 21 end corrugation shall be 2 inches by 1/2 inch and the inside 22 adiacent corrugation shall be 2-2/3 inches by 1/2 inch. 23 when annular corrugated bands are used to connect Lock-seam 24 helically corrugated pipes, the seam shall be welded at the Dipe 25 ends prior to recorrugatinq to prevent unraveling of the seam. 26 Coupling bands shall be made by the same manufacturer as the steel 27 storm sewer pipe selected for installation.. 28 9-05. 15 (1) Manhole Ring and Cover 29 The first paragraph is revised to read: 30 Castings for manhole rings and covers shall be gray iron castings 31 conforming to the requirements of AASHTO M 105 , Class 30. 32 9-05. 17 Aluminum Spiral Rib Storm Sewer Pipe 33 This Section is revised to read: 34 Aluminum spiral rib storm sewer pipe shall be manufactured of 35 corrugated aluminum and inspected in conformance with Sectior. 9- 36 05. 5. The size, ccatinq, and metal shall to as shown in the Plans 37 or in the Specifications. 36 SR 405 39 GYPSY CREEK 40 DRAINAGE IMPROVEMENT 41 88W051 21 1 The manufacturer of spiral rib storm sewer pipe shall furnish to 2 the Engineer a certificate of compliance stating that the 3 materials furnished comply it all respects with these 4 Specifications. The Engineer may require additional information 5 or tests to be performed by the Contractor, at no expense to the • 6 State. 7 unless otherwise specified , spiral rib storm sewer pipe shall be ' 8 furnished with pipe ends cut perpendicular to the longitudinal 9 axis of the pipe. Pipe ends shall be cut ever_ly. Spiral rib pipe 10 shall be fabricated by using a continuous helical lock seam with a 11 seam gasket. 12 For spiral rib storm sewer pipe, helical ribs shay_ Project 13 outwardly from the smooth pipe wall and shall be fabricated from a 14 single thickness of material. The ribs shall be 3/4 inch wide by 15 3/4 inch deep with a nominal spacing of 7-1/2 inches center to 16 center. Pipe shall be fabricated with ends that can be 17 effectively jointed with coupling bands. 18 For narrow pitch spiral rib storm sewer pipe , helical ribs shall 19 project outwardly from the smooth pipe wall and shall be 20 fabricated from a single thickness of material. The ribs shall be 21 0. 375 inch _+ 1/8 inch wide (measured outside to outside) ar.d a 22 minimum of 0. 4375 inch high (measured as the minimum vertical 23 distance from the outside of pipe wall to top surface of the rib) . 24 The maximum spacing of ribs shall be 4. 80 inches center to center 25 (measured normal to the direction of the ribs) . The radius of 26 bend of the metal at the corners of the ribs shall be 0.0625 inch 27 witr an allowable tolerance of +10 percent. 28 For wide pitch spiral rib storm sewer pipe, helical ribs shall 29 project outwardly from the smooth pipe wall and shall be 30 fabricated from a single thickness of material. The ribs shall be 31 3/4 inch +1/8 inch wide (measured outside to outside) and a 32 minimum of 0. 95 inch high (measured as the minimum vertical 33 distance from the outside of pipe wall to top surface of the rib) . 34 The maximum spacing of ribs shall be 11. 75 inches center to center 35 (measured normal to the direction of the ribs) . The radius of 36 bend of the metal at the corners of the ribs shall be 0.0625 inch 37 with an allowable tolerance of + 10 percent. 38 9-05. 17 (1) Continuous Lock Seam Pipe 39 Pipes fabricated with continuous helical seam parallel to the rib 40 may be used for full circle pipe. The lock seam shall be formed 41 in the flat between ribs and shall conform to section 13. 2. 1 42 through 13. 2. 5 of AASHTO M 196. 43 For narrow pitch spiral rib storm sewer pipe , the seam lap width 44 specified in section 13. 2.1 shall be 1/4 inch. The continuous 45 SR 405 46 GYPSY CREEK 47 DRAINAGE IMPROVEMENT 48 88W051 22 1 lock seam must be qualified by tests conducted by the Headquarters 2 Materials laboratory. 3 9-05. 17 (1) A Basis for Acceptance 4 The basis for acceptance will be a qualification test, conducted 5 by the Headquarters Materials Laboratory, for each manufacturer of 6 helically corrugated, spiral rib, narrow pitch spiral rib, cr wide 7 pitch spiral rib lock seam pipe. Only those specific pipe sizes 8 and gasket materials, if any approved under the qualification 9 test, will be accepted. 10 Continuous lock seam pipe shall be sampled and tested ir. 11 accordance with AASHTO T 249.. 12 9-05.17 (2) Coupling Bands 13 Coupling bands shall be cf the same material as the pipe. 14 Coupling bards and gaskets shall ccnform to Section 9-05. 10(1) . 15 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 16 April- 111y 19881- 17 9-23.6 Air-Entraininq and Chemical Admixtures 18 The second sentence of the first paragraph is revised to read: 19 Acceptance will be on the basis cf a Manufacturer 's Certification 20 of Compliance. 21 The fourth paragraph is revised to read: 22 Acceptance will be on the basis cf a Manufacturer's Certification_ 23 cf Compliance. 24 9-23.7 Air-Entraining and Chemical Admixtures for Precast 25 Prestressed Concrete. 26 The second sentence of the first paragraph is revised to read: 27 Acceptance will be on the basis of a Manufacturer 's Certification 28 of Compliance. 29 The fourth paragraph is revised to read : 30 Acceptance will be on the basis of a Manufacturer's Certification 31 of Compliance. 32 SR 405 33 GYPSY CREEK 34 DRAINAGE IMPROVEMENT 35 88W051 23 1 SPECIAL PROVISIONS 2 The following Special Provisions supersede any conflicting provisiors 3 of the 1988 Standard Specifications fcr Road, Bridge, and Municipal 4 Construction adopted in January 1988, and the foregoing amendments to 5 the Standard Specifications and are made a part of this contract. 6 EXAMINATION- OF PLANS, SPECIFICATIONS AND SITE OF WORK 7 Lay 26, 1987) 8 In accordance with Section 1-02.4 , the scils information used for 9 study and design of this project is available for review by the bidder 10 at the following address(es) : 11 Project Engineer's Office 12 1315 N. W. Mall 13 Issaquah, WA 98027 14 DATE OF OPENING BIDS 15 Sealed bids will be received at one of the following locaticns before 16 the specified time: 17 1. At Post Office Box #7667 , Olympia, Washington 98507 until 9;00- 18 A.M. of the bid o ening date. Notification by the Post Office 19 will be considered as actual receipt of the bid by the 20 Department of Transportation. 21 2. In the De par tmer_t of- -!r21sj91ta1ioaB1d (Commission Room. - 22 located_on- the first- fiQor - of- -- the_.; ansPortatioa7Buildirq, 23 Olympia, Washington, until 10:00 A.M. of the bid opening date. 24 Bids delivered in person will be received only in the Bid • 25 Room. 26 The bid opening date fcr this project shall be Thursday July 7 , 19BR 27 The bids will be publicly opened and read after 10: 00 A. M. on this 28 date. 29 PARTICIPATION BY FOREIGN CONTRACTORS, SUBCONT&ACTORS, 30 AND SUPPLIERS 31 1Mav 9.A 1988) 32 The Contractor shall comply with Section 109 of the Continuing 33 Resolution for the Fiscal Year 1988, United States Public Law 100-202. 4 34 Accordingly, the Department will not consider for award any bid 35 proposals submitted by any Contractor of a foreign country, and will 36 not consent to subletting any portions of the contract to anv 37 subcontractor of a foreign country, during any period in which such 38 foreign country is listed by the United States Trade Representative as 39 discriminating against United States firms in conducting procurements 40 SR 405 41 GYPSY CREEK 42 DRAINAGE IMPROVEMENT 43 88WO51 24 1 for public works projects. In addition, no product (as defined below) 2 of any such listed country shall be permanently incorporated into the 3 project. 4 Unless otherwise noted by the United States Trade Representative, the 5 country of Japan shall be deemed to be listed as discriminating 6 against United States firms in conducting procurements for public 7 works projects. 8 For the purpose of this Special Provision: 9 1. Any contractor or subcontractor who is a citizen or national 10 of a foreign_ country or is controlled directly or indirectly 11 by citizens or nationals of a foreign country shall be 12 considered to be a contractor or subcontractor of such foreign 13 country. The terms contractor and subcontractor also include 14 any partner in a joint venture. 15 2. Any product, of which fifty percent or more of its cost is 16 attributable to production or manufacturing in a foreign 17 country, shall be considered to be a product of such foreigr. 18 country. 19 Cost shall be considered to be the invoice cost for the item 20 as received by the Contractor, any subcontractor, or any agent 21 of a subcontractor FOB the project site. 22 Products possibly produced in restricted foreign countries 23 include but are not limited to the following: 24 Permanent Signing 25 Steel Products - Fasteners • 26 Electronics - including Signal Controllers 27 Cement 28 Prestress Strand 29 Aire Rope 30 Structural Steel Plates and Shapes 31 Metal Castings 32 The Contractor shall submit DOT Form 421-024, Foreign Contractor and 33 Products Restrictions, before any subcontractors, agents, or products 34 can be approved. 35 DESCRIPTION OF FORK 4 36 January 25. 1982) 37 This contract provides for the improvement of **# SR 405 in King 38 County, MP 7. 63, Gypsy Creek Drainage Improvement, by constructing a 39 storm drainage system, including the installation of a 48-inch stee' 40 casing by jacking or augerinq, storm sewer pipe, two manholes, other 41 related appurtenances, complete restoration cf the construction_ area, 42 SR 405 43 GYPSY CREEK 44 DRAINAGE IMPROVEMENT 45 88W051 25 1 *** and other work, all in accordance with the attached Plans, these 2 Special Provisions, and the Standard Specifications. 3 AMERICAN-MADE_MATERIAL 4 yRriJ_16, 19841 5 The Provisions of Section 1-06. 5 shall apply in all respects except 6 for the bid items permanently incorporated into the project comprised 7 of or containing steel construction material. 8 For this project, the steel construction material that is permanently 9 incorporated into the project and contained in these items shall 10 consist of American-made material only. American-made material is 11 defined as material having all manufacturing processes occur in the 12 United States. The Contractor may utilize minor amounts of foreign 13 steel in this project provided the cost of the foreign material used 14 does not exceed one-terth of one percent of the total contract cost or 15 $2500. 00, whichever is greater,. A certification of Materials Origin 16 on the form provided by the Engineer will be required attesting to 17 compliance with this provision prior to incorporating any materials 18 into the project. 19 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC 20 NATURAL RESOURCES 21 ( une_ 1 1, 19841 22 In addition to the requirements of Section 1-07. 1 , the Contractor 23 shall comply with the following environmental provisions which are 24 made a part of the contract documents. A copy of the environmental 25 provisions is available to the Contractor at the Project Engineer's 26 office. 27 If the Contractor's operations involve work outside the areas covered 28 by the following environmental provisions he shall advise the Engineer 29 and request a list of any additional environmental provisions covering 30 the area involved. A copy of any additional environmental provisions 31 is also available to the Contractor at the Project Engineers office. 32 Regulation I Puget Sound Air Pollution Control Agency 33 Regulation II Puget Sound Air Pollution Control Agency 34 Article 10 - Removal and Encapsulation of Asbestos Material. 35 King County Solid Waste Code - Chapter 10. 04 et al. 36 King County Noise Code ' 37 Noise Control 38 King County Grading Code - Chapter 16.82 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 26 1 City of Renton Ordinance No.. 2788 2 An amendment to the City of Renton Fire Prevention_ Code 3 regulating outdoor fires and requiring permits- 4 City of Renton Ordinance No. 1628 - Chapter 6 5 Protection of water supply for City of Renton. 6 City of Renton Chapter 11 7 Noise Control. 8 City of Renton Ordinance No_ 1628 - Chapter 29 9 Rentor, Storm and Surface Water Drainage Ordinance. An 10 ordinance for the preservation of the City' s water courses. 11 Permits required for activities affecting storm and surface 12 water drainage. 13 City of Rentor. Ordinance No- 1628 - Chapter 23 14 Renton Mininq, Excavation, and Grading Ordinance. This 15 ordinance regulates mining excavation and gradinq, promotes 16 rehabilitation of disturbed areas, protects areas adjacent to 17 disturbed areas and promotes safe and systematic mining, 18 excavation, and grading activities within the City. 19 City of Rentor. Ordinance No. 3098 20 Amends Chapter 23 of Ordinance 1628 and relates to miring, 21 excavation, and grading within the City. 22 City of Renton Ordinance No. 1628 - Chapter 70 23 An ordinance relating to excavating and grading on private 24 property. 25 STATE SALES TAX - - - 26 lAove.Mler 2. 19811 • 27 The work on this contract is to be performed upon lands whose 28 ownership obligates the Contractor to collect State sales tax from the 29 Department of Transportation. The provisions of Section 1-07. 2 (2) 30 apply. 31 WILDLIFE. FISHERIES AND ECOLOGY REGULATIONS 32 "2vember 2. 19871 33 In addition to the requirements of Section 1-07. 5, the Contractor 34 shall comply with the following restrictions: 35 State Departments of Wildlife and Fisheries 36 The Department of Transportation has obtained a Hvdraulic Project 37 Approval for this project and the Contractor shall comply with all 38 provisions of this approval. All contacts with the Department of 39 Fisheries or the Department of Wildlife concerning this approval shall 40 be through the Engineer. The provisions of the approval are as 41 follows: 42 SR 405 43 GYPSY CREEK 44 DRAINAGE IMPROVEMENT 45 88W051 27 1 1. Work on this contract involving Gypsy Creek drainage shall be 2 completed between, the dates of June 1 , 1988 and November 1 , 3 1988. 4 2. Excavation for the inlet and outlet of the culvert shall be 5 isolated from the wetted perimeter by a dike, cofferdam or 6 similar mechanism. 7 3. Disturbance of the bed of a watercourse shall to held to a 8 minimum and affected bed areas shall be restored to preproject 9 condition following installation of the culvert. 10 4. Fill associated with the culvert installation shall be 11 protected from erosion. 12 5. Alteration or disturbance of banks or bank vegetation shall be 13 held to a minimum, and all disturbed areas stall be 14 revegetated or otherwise protected from erosion. 15 6. Egluipment shall operate from the bank. 16 7. The culvert shall be installed at 0.0% to 0. 5% gradier_t with 17 the outfall a minimum of six inches below the streambed. 18 This Hydraulic Project Approval is not a permit for work in material 19 sources or disposal sites not provided in the contract. 20 WAGES _ 21 (March-28., 1988) - 22 The Federal waqe rates incorporated in this contract have been 23 established by the Secretary of Labor under United States Department 24 of Labor Decision No. WA88-1.. 25 CERTIFICATION OF- NONSEGREGATED FACILITIES 26 November 2, 1981) - 27 The Contractor is advised that by siqnature of the bid for this 28 project the Contractor is deemed to have signed and agreed to the 29 provisions of the "Certification of Nonseqreqated Facilities" which is 30 included and made a part of this bid proposal. 31 Subcontracts and materials supply agreements which exceed $10. 000 also 32 require certification cf nonsegregated facilities as set forth in the 33 proposal for this project. Section 1-08. 1 is supplemented to require 34 that all requests for permission to sublet, assiqn, or otherwise 35 dispose of any portion of this contract shall be accompanied by 36 evidence of this certification by subcontractors and materials 37 suppliers in compliance with the provisions of the Equal Opportunity 38 clause. 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 28 1 EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES 2 (May 13. 1985) 3 In addition to the requirements of Section 1-07. 11 the Contractor 4 shall comply With the following: 5 Reguirement For_Affirmative Action to Ensure Equal Employmejit- 6 OppOrtunity (Executive Order 11246) 7 1. The Contractor's attention is called to the Equal Opportunity 8 Clause and the Standard Federal Equal Emplovmer_t Opportunity 9 Construction C cntract Specifications set forth herein. 10 2. The goals and timetables for mincrity and female 11 participation, expressed in percentage terms for the 12 Contractor's aggregate work force in each construction craft 13 and in each trade cn all construction work in the covered 14 area, are as follows: 15 Women - Statewide- 16 Timetable Goal 17 Until further notice 6. 9% 18 Minorities- - b_v-SStajqdard�MetroQolitar. 19 Satistca�_A�ea�j SMS�� 20 Spokane, WA: 21 SMSA Counties: 22 Spokane, WA -----------------------T--- 2. 8 23 WA Spokane. 24 Non-SMSA Counties -------------------------- 3. 0 25 WA Adams: WA Asctin; WA Columbia; WA Ferrv: WA 26 Garfield; WA Lincoln, WA Pend Oreille: WA 27 Stevens; WA Whitman. 28 Richland, WA: 29 SMSA Counties: 30 Richland Kennewick, WA ---------------- 5.4 31 WA Benton; WA Franklin. 32 Non-SMSA Counties -------------------------- 3. 6 33 WA Walla Walla. 34 Yakima, WA: 35 SMSA Counties: 36 Yakima, WA ---------------------------- 9.7 37 WA Yakima. 38 Non-SMSA Counties -------------------------- 7. 2 39 WA Chelan; WA Douglas; WA Grant; WA Kittitas; 40 WA Okanogan. 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88W051 29 1 Seattle, WA: 2 SMSA Counties: 3 Seattle Everett, WA -------------------- 7. 2 4 WA King ; WA Snohomish. 5 Tacoma, WA ---------------------------- 6. 2 ' 6 WA Pierce. 7 Non-SMSA Counties --------------------------- 6. 1 8 WA Clallam; WA Grays Harbor; WA Island: WA 9 Jefferson; WA Kitsap; WA Lewis; WA Mason; WA 10 Pacific; WA San Juan: WA Skagit; WA Thurston:; 11 WA Whatc om. 12 Portland, OR: 13 SMSA Counties: 14 Portland, OR-WA ------------------------ 4. 5 15 WA Clark. 16 Non-SMSA Counties --------------------------- 3. 8 17 WA Cowlitz; WA Klickitat; WA Skamania: WA 18 Wahkiakum. 19 These goals are applicable to each nonexempt Contractor's 20 total onsite construction workforce, regardless of whether or 21 not part of that workforce is performing work on a Federal, 22 federally assisted or nonfederally related project, contract 23 cr subcontract until further notice. 24 The Contractor's compliance with the Executive Order and the 25 regulations in 41 CFR Part 60-4 shall be based on its 26 implementation of the Equal Opportunity Clause, specific 27 affirmative action obligations required by the specifications 28 set forth in 41 CFR 60-4. 3 (a) , and its efforts to meet the 29 goals. The hours of minority and female employment and 30 training must be substantially uniform throughout the length 31 of the contract, in each construction craft and in each trade, 32 and the Contractor shall make a good faith effort to emplov 33 minorities and women evenly on each of its projects. The 34 transfer of minority or female employees cr trainees . from 35 Contractor to Contractor or from project to project for the 36 sole purpose cf meeting the Contractor's goal shall be a 37 violation of the contract, the Executive Order and the 38 regulations in 41 CFR Part 60-4. Compliance with the goals 39 will be measured against the total work hours performed. 40 3. The Contractor shall provide written notification to the 41 Engineer within 10 working days of award of any construction: 42 subcontract in excess of $10,000 at any tier for construction ' 43 work under the contract resulting from this solicitation. The 44 notification shall list the name, address and telephone number 45 of the subcontractor; employer identification number of the 46 subcontractor; estimated dr.l'.ar amount of the subcontract: 47 estimated starting and completion dates of the subcontract; 48 SR 405 49 GYPSY CREEK 50 DRAINAGE IMPROVEMENT 51 88W051 30 1 and the geographical area in which the contract is to be 2 performed. 3 4. As used in this Notice, and in the contract resulting from 4 this solicitation, the Covered Area is as designated herein.. _ 5 Standard_Federal Equal EmplQ.yment Opyortun ty_�onstrgct �4 6 Con tract_Speeifigatioas _U12egutive Order_2461 7 1. As used in these specifications: 8 a. Covered Area means the geographical area described in the 9 solicitation from Which this contract resulted : 10 b. Director means Director, Office of Federal Contract 11 Compliance Programs, United States Department cf Labor, or 12 any person to whom the Director delegates authority; 13 C. Employer Identification. Number means the Federal Social 14 Security number used on the Employer's quarterly Federal 15 Tax Return , U. S. Treasury Department Form 941 ; 16 d. Minority includes: 17 (1) Black, a person having origins in any of the Black 18 Racial Groups of Africa. 19 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed 20 person of Mexican, Puerto Rican, Cuban, Central 21 American, South American, or ether Spanish origin. 22 (3) Asian or Pacific Islander, a person having origins in. 23 any of the original peoples of the Pacific rim or the 24 Pacific Islands, the Hawaiian Islands and Samoa. 25 (4) American Indian or Alaskan Native, a person having 26 origins in any of the original peoples of North 27 America, and who maintain cultural identification. 28 through tribal affiliation or ccmmunity recognition. 29 2. Whenever the Contractor, or any Subcontractor at anv tier, 30 subcontracts a portion of the work involving any construction. 31 trade, it shall physically include in each subcontract in 32 excess of .$10, 000 the previsions of these specifications and 33 the Notice which contains the applicable goals for minority 34 and female participation and which is set forth in the 35 solicitations from which this contract resulted. 36 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) 37 in, a Hometown Plan approved by the J. S. Department of Labor in 38 the covered area either individually or through an. 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 31 1 association, its affirmative action obligations on all work in 2 the Plan area (including goals and timetables) shall be in 3 accordance with that Plan for those trades which have unions 4 participating in the Plan. Contractors must be able to 5 demonstrate their participation in and compliance with the 6 provisions of any such Hometown Plan. Each Contractor or 7 Subcontractor participating in an approved Plan is 8 individually required to comply with its obligations under tie 9 EEO clause, and to make a good faith effort to achieve each 10 goal under the Plan in each trade in which it has employees. 11 The overall good faith performance by other Contractors or 12 Subcontractors toward a goal in an approved Plan does not 13 excuse anv covered Contractor's or Subcontractor's failure to 14 take good faith effort to achieve the Plan goals and 15 timetables. 16 4. The Contractor shall implement the specific affirmative action. 17 standards provided in paragraphs 7a through p of these 18 specifications: The goals set forth in the solicitation. From 19 which this contract resulted are expressed as percentages of 20 the total hours of employment and training cf minority and 21 female utilization the Contractor should reasonablv be able to 22 achieve in each construction trade in which it has employees 23 in the covered area. Covered construction. contractors 24 perfcrminq construction work in geographical areas where they 25 do not have a Federal or federally assisted construction 26 contract shall apply the minority and female goals established 27 for the geographical area where the work is being performed. 28 The Contractor is expected to make substantially uniform 29 progress in meeting its goals in each craft during the period 30 specified.. 31 5. Neither the provisions of any collective bargaining agreement, 32 nor the failure by a union with whom the Contractor has a 33 collective bargaining agreement, to refer either minorities or 34 women shall excuse the C entractor' s obligations under these 35 specifications, Executive Order 11246. or the regulations 36 promulgated pursuant thereto. 37 6. In order for the nonworking training hours of apprentices and 38 trainees to be counted in meeting the goals, such apprentices 39 and trainees must be employed by the Contractor during the 40 training period, and the Contractor must have made a 41 commitment to employ the apprentices and trainees at the 42 completion of their training, subject to the availability of 43 employment opportunities. Trainees must be trained pursuant 44 to training programs approved by the O.S. repartment of Labor. 45 7. The Contractor shall take specific affirmative actions to 46 ensure equal employment opportunity. The evaluation of the 47 Contractor's compliance with these specifications shall be 48 SR 405 49 GYPSY CREEK 50 DRAINAGE IMPROVEMENT 51 88W051 32 1 based upon its effort to achieve maximum results from its 2 action. The Contractor shall document these efforts fully, 3 and shall implement affirmative action steps at least as 4 extensive as the following: 5 a. Ensure and maintain a working environment free of 6 harassment, intimidation, and coercion at all sites, and 7 in all facilities at which the Contractor's employees are 8 assigned to work. The Contractor, where possible, will 9 assign two or more women to each construction project. 10 The Contractor shall specifically ensure that all foremen., 11 superintendents, and other on-site supervisory personnel 12 are aware of and carry out the Contractor's obliqation to 13 maintain such a working environment, with specific 14 attention to minority or female individuals working at 15 such sites or in such facilities. 16 b. Establish and maintain a current list of minority and 17 female recruitment sources, provide written notification. 18 to minority and female recruitment sources and to 19 community organizations when the Contractor or its unions 20 have emplovment opportunities available, and maintain. a 21 record of the organizations' responses. 22 C. Maintain a current file of the names, addresses and 23 telephone numbers of each minority and female off-the- 24 street applicant and minority or female referral from a 25 union, a recruitment source or community organization_ and 26 of what action was taken with respect to each such 27 individual- If such individual was sent to the union 28 hiring hall for referral and was nct referred back to the 29 Contractor by the union or, if referred, not emploved by 30 the Contractor, this shall be documented in the file with 31 the reason therefor, along with whatever additional 32 actions the Contractor may have taken. 33 d. Provide immediate written notification to the Director 34 when the union or unions with which the Contractor has a 35 collective bargaining agreement has not referred to the 36 Contractor a minority person or wcman sent by the 37 Contractor, or when the Contractor has other information 38 that the union referral process has impeded the 39 Contractor 's efforts to meet its obligations. 40 e. Develop on-the-job training opportunity and/or participate 41 in training programs for the area which expressly include 42 minorities and women , including upgrading programs and 43 apprenticeship and trainee programs relevant to the 44 Contractor 's employment needs, especially these programs 45 funded or approved by the U. S_ Department of labor. The 46 SR 405 47 GYPSY CREEK 48 DRAINAGE IMPROVEMENT 49 88W051 33 1 Contractor shall provide notice of these programs to the 2 sources compiled under 7b above. 3 f. Disseminate the Contractor' s EEO policy by orovidina 4 notice of the policy to unions and training programs and 5 requesting their cooperation in assisting the Contractor 6 in meeting its EEO obligations; by including it in anv 7 policy manual and collective bargaining agreement; by 8 publicizing it in the company newspaper, annual report, 9 etc. ; by specific review of the policy with all management 10 personnel and with all minority ar.d female employees at 11 least once a year; and by posting the company EEO policy 12 on bulletin boards accessible to all emplovees at each 13 location where construction work is performed. 14 q. Review, at least annually, the company' s EEO policy and 15 affirmative action obligations under these specifications 16 with all employees having any responsibility for hiring, 17 assignment , layoff, termination or other employment 18 decisions including specific review of these items with 19 on-site supervisory personnel such as Superintendents, 20 General Foremen, etc. , prior to the initiation o` 21 construction work at any -job site. A written record shall 22 be made and maintained identifying the time and place of 23 these meetirgs, persons attending, subject matter 24 discussed, and disposition of the subject matter. 25 h. Disseminate the Contractor's EEO policy externally by 26 including it in any advertising in the news media, 27 specifically including minority and female news media, and 28 providing written notification to and discussing the 29 Contractor ' s EEO policy with other Contractors and 30 Subcontractors with whom the Contractor does or 31 anticipates doing business. 32 i. Direct its recruitment efforts, both oral and Written to 33 minority, female and community organizations, to schools 34 with minority and female students and to minority and 35 female recruitment and training organizaticr_s serving the 36 Contractor's recruitment area and employment reeds. Not 37 later than one month prior to the date for the acceptance 38 of applications for apprenticeship or other training by 39 any recruitment source, the Contractor shall send written: 40 notification to organizations such as the above, 41 describing the openings, screening procedures, and tests 42 to be used in the selection process. 43 j. Encourage present minority and female employees to recruit 44 other minority persons and women and where reasonable, 45 provide after school, summer and vacation employment to 46 SR 405 47 GYPSY CREEK 48 DRAINAGE IMPROVEMENT 49 88WO51 34 1 minority and female youth both on the site and in other 2 areas of a Contractor' s Work force.. 3 k. Validate all tests and other selection requirements Where ` 4 there is an obligation to do so under 41 CFR Part 60-3. 5 1. Conduct, at least annually, an inventory and evaluation at 6 least of all minority and female personnel for promotional 7 opportunities and encourage these employees to seek or to 8 prepare for, through appropriate training, etc. , such 9 opportunities. 10 M. Ensure that seniority practices, -job classifications, work 11 assignments and other personnel practices, do not have a 12 discriminatory effect by continually monitoring all 13 personnel and employment related activities to ensure that 14 the EEO policy and the Contractor 's obligatiors under 15 these specifications are being carried out. 16 n. Ensure that all facilities and company activities are 17 nonsegregated except that separate or sinqle-user toilet 18 and necessary changing facilities shall be provided to 19 assure privacy between the sexes. 20 0. Document and maintain a record of all solicitations of 21 offers For subcontracts from minority and female 22 construction contractors and suppliers, including 23 circulation of solicitations to minority and female 24 contractor associations and other business associations. 25 p. Conduct a review, at least annually, of all supervisors' 26 adherence to and performance under the Contractor's EEO • 27 policies and affirmative action obligations. 28 8. Contractors are encouraged to participate in.. voluntary 29 associations which assist in fulfilling one or more of their 30 affirmative action obligations (7a through p) . The efforts of 31 a contractor association, joint contractor-union, contractor- 32 community, or other similar group of Which the Contractor is a 33 member and participant, may be asserted as fulfilling any one 34 or more of the obligations under 7a through r of these 35 specifications provided that the Contractor actively 36 participates in the group, makes every effort to assure t�-.at 37 the group has a positive impact on the emplovmer_t of 38 minorities and women in the industry, ensure that the concrete 39 benefits of the program are reflected in the Contractor's 40 minority and female work-force participaticn, makes a good 41 faith effort to meet its individual goals and timetables, and 42 can provide access to documentation which demonstrate the 43 effectiveness of actions taken on behalf cf the Contractor. 44 The obligation to comply, however, is the Contractor' s and 45 SR 405 46 GYPSY CREEK 47 DRAINAGE IMPROVEMENT 48 88W051 35 1 failure of such a group to fulfill an obligation shall not be 2 a defense for the Contractor's noncompliance. 3 9. A single goal for minorities and a separate single goal for 4 women have been established. The Contractor, however, is 5 required to provide equal employment opportunity and to take 6 affirmative action for all minority groups, both male ar_d 7 female, and all women., both minority and nonminoritv. 8 Consequently, the Contractor may be in violation of the 9 Executive Order if a particular group is employed in 10 substantially disparate manner (for example, even though the 11 Contractor has achieved its goals for women generally, the 12 Contractor may be in violation of the Executive Order if a 13 specific minority group of women is underutilized) . 14 10. The Contractor shall not use the goals and timetables or 15 affirmative action standards to discriminate against any 16 person because of race, color, religion., sex, or rational 17 origin. 18 11 . The Contractor shall not enter into any Subcontract with any 19 person or firm debarred from Government contracts pursuant to 20 Executive order 11246. 21 12. The Contractor shall carry out such sanctions and Denalties 22 for violation of these specifications and of the Equal 23 Opportunity Clause, including suspensions, terminations and 24 cancellations of existing subcontracts as may be imposed or 25 ordered pursuant to Executive Order 11246, as amended, and its 26 implementing regulations by the Office of Federal Contract 27 Compliance Programs- Any Contractor whc fails to carry cut 28 such sanctions and penalties shall be in violation of these 29 specifications and Executive Order 11246, as amended- • 30 13. The Contractor, in fulfilling its obligations under these 31 specifications, shall implement specific affirmative action 32 steps, at least as extensive as those standards prescribed ir. 33 paragraph 7 of these specifications, so as to achieve maximum 34 results from its efforts to ensure equal emplovmer.t 35 opportun_ity. If the Contractor fails tc comply with the 36 requirements of the Executive Order, the implementing 37 regulations, or these specifications, the Director shall 38 proceed in accordance with 41 CFR 60-4.8. 39 14. The Contractor shall designate a responsible official to 40 monitor all employment related activity to ensure that the 41 company EEO policy is being carried out, to submit reports 42 relating to the provisions hereof as may be required by the 43 Government and to keep records. Records shall at least 44 include for each employee the name, address, telephone 45 numbers, construction trade, union affiliation if any, 46 SR 405 47 GYPSY CREEK 48 DRAINAGE IMPROVEMENT 49 88WO51 36 1 employee identification number when assigned, social security 2 number, race, sex, status (e.g. , mechanic, apprentice, 3 trainee, helper, or laborer) , dates of changes in status, 4 hours worked per week in the indicated trade, rate of pay, and 5 locations at which the work was performed. Records shall be 6 maintained in an easily understandable and retrievable form: 7 however, to the degree that existing records satisfv this 8 requirement, contractors shall not be required to maintain 9 separate records. 10 15. Nothing herein provided shall be construed as a limitation_ 11 upon the application of other laws which establish different 12 standards of compliance or upon the application of 13 requirements for the hiring cf local or other area residents 14 (e. g. , those under the Public Works Employment Act of 1977 and 15 the Community Development Block Grant Program) . 16 REQUIRED FEDERAL AID PROVISIONS 17 _LDecember 28, 1987) 18 The Required Contract Provisions Federal-Aid Construction Contracts 19 (FHWA 1273) and the amendments thereto supersede any conflicting 20 provisions of the Standard Specifications and are made a part of this 21 contract: provided, however, that if any of the provisions of FHWA 22 1273, as amended, are less restrictive than Washington. State Law, then 23 the Washington State Law shall prevail. 24 The provisions of FHWA 1273, as amended, included in this contract 25 require that the Contractor insert the FHWA 1273 and amendments 26 thereto in each subcontract, together with the wage rates which are 27 part of the FHWA 1273, as amended. Also, a clause shall to included 28 in each subcontract requiring the subcontractors to insert the FHWA 29 1273 and amendments thereto in anvover tier subcontracts, together 30 with the wage rates . The Contractor shall also ensure that this 31 section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each 32 subcontract for subcontractors and lower tier subcontractors. For 33 this purpose, upon request to the Project Engineer, the Contractor 34 will be provided with extra copies of the FHWA 1273, the amendments 35 thereto, the applicable wage rates, and this secticn. 36 UTILITIES 37 37 _(November 26.,_ 19841 38 Section 1-07. 17 is supplemented by the following: 39 Locations and dimensions shown in the Plans for existing 40 facilities are in accordance with available information. obtained 41 without uncovering, measuring, or other verificaticn. 42 Public and private utilities, or their contractors, will furnish 43 all work necessary to adjust, relocate, replace, or construct 44 SR 405 45 GYPSY CREEK 46 DRAINAGE IMPROVEMENT 47 88W051 37 1 their facilities unless otherwise provided for in the Plans or 2 these Special Previsions. 3 The Contractor shall call the Utility Locatior. Request Center (0ne 4 Call Center) , for field location, not less than two nor more than 5 ten business days before the scheduled date for commencement of 6 excavation which may affect underground utility facilities, unless 7 otherwise agreed upon by the parties involved. A business day is 8 defined as any day other than. Saturday, Sunday, or a legal local, 9 State, or Federal holiday. The telephone number for the One Call 10 Center for this project may be obtained from the Engineer. If no 11 one-number 'Locator service is available, notice shall be provided 12 individually to those owners known to or suspected of having 13 underground facilities within the area of proposed excavation. 14 The Contractor is alerted to the existence of Chapter 19. 122 RCW, 15 a law relating to underground utilities. Any cost to the 16 Contractor incurred as a result of this law shall be at the 17 Contractor's expense. 18 No excavation shall begin_ until all known facilities, in the 19 vicinity of the excavation area, have been located and marked. 20 The followinq addresses and telephone numbers of utility companies 21 known or suspected of having underground facilities within the area of 22 proposed excavation are supplied for the Contractor's convenience: 23 Washington. Natural Gas 24 805 156th Ave. N.E. 25 Bellevue, WA 98007 26 Attention: Mike Zemaneck 27 Telphone: 447-0700, ext. 275 28 City of Renton 29 Municipal Building 30 200 Mill Ave. South 31 Renton, WA 98055 32 Attention: Ron Olsen, Utility Engineer 33 Telephone: 235- 26 31 3u PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE 35 May_31. 1988) 36 In addition tc the requirements of Section 1-07. 18, the Contractor 37 shall comply with the following: 38 The cost tc name the State as being insured as required by Section 39 1-07.18 shall be reported to the Engineer on DOT Form 421-025, 40 Public Liability and Property Damage Insurance Certification:. � 41 This certification shall identifv only the cost to provide 42 insurance coverage for the State in accordance with Section. 1- 43 SR 405 44 GYPSY CREEK 45 DRAINAGE IMPROVEMENT 46 88W051 38 1 07. 18 and shall not include any cost for the Ccntractor' s portion 2 of the insurance. The Contractor shall make every effort tc 3 identify the cost . However, in the evert the cost is not 4 identifiable, the Contractor will be permitted to report that fact ` 5 in order tc comply with the requirements of this subsection. The 6 certification shall be submitted to the Engineer as soon as the 7 cost can be identified but not later than when the Contractor 8 signs and returns the Final Contract Voucher Certificaticn for 9 final payment as provided in Section 1-09.9. This certification. 10 shall be subject to audit, in accordance with Section 1-09. 12, to 11 ensure the costs are properly reported. 12 EXISTING 12 INCH HIGH PRESSURE GAS FAIN AND 6 INCH SERVICE 13 Description 14 The Contractor shall follow the following precautions while conducting 15 operations in the vicinity of the Washington Natural Gas facilities. 16 1. A minimum clearance of 18 inches shall be maintained between. 17 the existing natural gas facilities and any proposed 18 underground fixtures- Excepticns are permitted only with the 19 expressed permission of the Washington Natural Gas Companv 20 representative. 21 2. Support of all exposed gas lines shall be to the satisfaction 22 of the on-site Washington Nautrual Gas Company representative, 23 and shall be accomplished through the use of approved pipe 24 slings, belt or pillows. The use of chains, wire cables, or 25 any materials which will be injurious to the gas line's 26 protective coating is strictly prohibited. 27 a. The maximum distance between supports shall be 15 linear 28 feet, measured along the pire' s longitudinal line. 29 b. No more than 25 feet of unsupported gas lire shall be 30 exposed at one time. 31 3. No backfill operation shall proceed in the vicinity of any 32 natural gas facility until the Washington Natural Gas Compar..v 33 representative has determined that all wrap or pipe material 34 damage has been satisfactorily repaired. 35 a. All natural gas mains and service laterals that are 36 disturbed by the Contractor, shall be bedded in sort, 37 granular material to a depth of 6 itches above the natural 38 gas facility. All bedding material shall be free of dirt 39 clods, angular or sharp rock, broken paving, or other 40 debris. Approval of the bedding materials shall remain_ 41 the sole discretion of the Washingtor. Natural Gas Company 42 representative. 43 SR 405 44 GYPSY CREEK 45 DRAINAGE IMPROVEMENT 46 88W051 39 1 b. Final depth of the natural gas facility shall be a minimum 2 of 30 inches and a maximum of 36 inches. Final depth will 3 be measured from the finished grade surface to the top of 4 the gas line or lines, unless directed otherwise. 5 4. The Contractor shall notify Washington Natural Gas 48 hours 6 prior to construction in the area of the gas facilities so an 7 on-site representative will be present. The Engineer it ` 8 consultation with a representative of Washington Natural Gas 9 will inspect all items listed above. The Contractor is 10 advised that the decisions of the Engineer shall be final and 11 orders between Washington Natural Gas and the Contractor shall 12 first pass through the Engineer. 13 TRAFFIC CONTROL 14 Section 1-07. 23 shay_ apply in all respects except as supplemented or 15 modified herein. 16 SR 405 is a heavily traveled interstate freeway that operated at or 17 near capacity during the weekday morning and evening peak commuter 18 traffic periods. 19 It is the intent of these specifications to minimize the traffic 20 disruptions and inconveniences to the public while also allowing 21 construction wcrk to proceed in an efficient and safe manner. 22 The Contractor shall keep all traffic lanes and shoulders clear of 23 equipment and materials during non-wcrking hours. Equipment anal 24 materials shall not be stored within 30 feet from the edge of traveled 25 way unless protected by permanent guardrail or concrete barrier. The 26 Contractor's employees and agents shall not park private vehicles 27 along the traveled way , median, or shoulders. 28 During the hours of 6:00 a.m. to 10:00 P. m. (Monday through Sunday) , 29 all lanes of traffic on SR 405 shall remain open and all shoulders 30 clear of construction materials and equipment. If the above hours do 31 not coincide with hours of high traffic volumes, the Engineer may 32 adiust the hours to fit the conditions encountered. 33 It is anticiapated that no lane closures will be necessary during the 34 life of this contract on SR 405. However, the Engineer will consider 35 a Contractor-requested lane closure provided the Engineer determines 36 the lane closure is absolutely necessary for the Contractor tc 37 accomplish a specific task. If lane closure is necessary, or_1y one 38 lane may be taken in each direction outside of the hours listed above. ` 39 Signs and traffic control devices which are misplaced, mutilated or 40 destroyed shall be replaced by the Contractor without delay. ~ 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88W051 40 1 Traffic cones used on this contract shall be a minimum of 28 inches in 2 height and if used during the hours of darkness shall be reflectorized 3 with a reflectorized band, in accordance With manual on Uniform 4 Traffic Control Devices (MUTCD) standards. 5 Barricades used on this contract unless otherwise specified shay_ be 6 Type II. During the hours of darkness steady burn warning lights 7 shall be required on Type II barricades used in a series for 8 channelization. Flashing warning lights may be required, as 9 determined by the Engineer, when Type II barricades are used to warn 10 of an isolated hazard. 11 Construction vehicles using a closed traffic lane will be permitted to 12 travel only in the normal direction of traffic flow unless otherwise 13 allowed in an approved traffic control plan. 14 when unforeseen conditions occur which require traffic contrcl, the 15 Contractor shall cooperate with the Engineer in providing appropriate 16 traffic control to ensure safety to the traveling public and the 17 personnel and equipment working on this project. 18 The Contractor shall maintain one lane of traffic on Lake Washingtor. 19 Blvd. at all times unless approval is obtained in writing from the 20 Engineer to close Lake Washington Blvd. 21 CONSTRUCTION SIGNING 22 A ril 8, 1985) 23 In addition to the requirements of Section 1-07. 23 (3) , the following 24 provisicns shall apply: 25 The required signs will be available at *** the Project Engineer's a 26 office *** on normal work days. The Contractor shall make 27 arrangements with the Engineer prior to picking up the signs. The 28 Contractor shall sign an itemized receipt at the time of delivery. 29 Signs shall be returned to *** the Project Engineer' s office *** 30 when their need has ceased, as determined by the Engineer. The 31 value of sigas furnished by the State to the Contractor is fixed 32 at $6.00 per square foot- The value of such signs which are 33 damaged or not returned as provided in Section 1-07. 23(3) will be 34 deducted from payment due or to become due the Contractor. 35 TIME FOR COMPLETION 36 11Lo1em1er_2.,_1981 37 This project shall be completed in accordance with the provisions of e 38 Section 1-08 within *** 45 *** working days. 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 41 1 REMOVING AND RESETTING CHAIN LINK FENCE 2 Description 3 Where designated by the Engineer, the existing chain link fence shall • 4 be removed prior to excavation adjacent to Lake Washington Blvd. and 5 reset immediately following backfillinq of the pipe trench and manhole 6 excavation. 7 Construction Requirements- 8 Removal operations shall be conducted to prevent damage to the fence 9 fabric, hardware or posts. Components damaged during removal shall be 10 replaced by the Contractor at the Contractor 's expense. 11 When the fence has been disassembled, the component parts shall be 12 stored withir the right of way where designated by the Engineer. The 13 fabric shall be separated into convenient lengths for handling, then 14 rolled and tied. Posts, rails, bars, etc. , shall be tied and neatly 15 stacked. Hardware, such as bards, clips, ruts and bolts shall be 16 placed in sacks. 17 Measurement 18 Measurement of removing and resetting chain link fence will be by the 19 linear foot, measured along the line and slope of the fence at the 20 time the fence is reset.. 21 Payment 22 The unit contract price per linear foot for "Removing and Resetting 23 Chain Link Fence" shall be full pay for completing the work as 24 specified. M 25 DISPOSAL OF SURPLUS MATERIAL 26 November 2, 1981► 27 Construction Requirements 28 A waste site has not been provided by the State for the disposal of 29 excess materials and debris_ 30 EMBANKMENT COMPACTION 31 1J_qly S. 1983) 32 Construction Requirements 33 All embankments except waste embankments shall be constructed in 34 accordance with Secticns 2-03.3 ( 14) B and 2-03. 3 (14) C, Method A. ' 35 SR 405 36 GYPSY CREEK 37 DRAINAGE IMPROVEMENT 38 88WO51 42 1 STR9CTURE EXCAVATION 2 Construction Requirements- 3 Section 2-09. 3 (4) is supplemented with the following: 4 During the excavation for the manholes and trenching for the twin. 5 42 inch pipes, the Contractor shall shore the excavations and 6 trenches to prevent lateral movement of the SR 405 embankment. 7 The unit contract price per square foot for "Shoring and Cribbing 8 or Extra Excavation Class B" shall be full pay for completing the 9 work as specified. 10 PAVEMENT PATCHING 11 Description 12 Following backfilling of the structure excavation area across Lake 13 Washington Blvd. , the pavement shall be patched in accordance with 14 Standard Plan H-11 for flexible pavements. 15 Construction Reg jKemejts 16 The compacted select material shall be 0- 50 foot cf crushed surfacing 17 top course and the asphalt concrete pavement shall be 0. 25 foot of 18 Class B. 19 Payment 20 The unit contract prices per ton for "Asphalt Ccr.c. Pavement Cl. B" 21 and "Crushed Surfacing Top Course" shall be full pay for completing 22 the work as specified. 23 SOURCE OF MATERIALS 24 (June 14, 1982) 25 Materials 26 No source has been provided for any materials necessary for the 27 construction of this improvement. 28 The Contractor shall make arrangements to obtain the necessary 29 materials at no expense to the State, and all ccsts of acquiring, 30 producir.q, and placing this material in the finished work shall be 31 included in the unit contract prices for the various items involved. 32 SR 405 33 GYPSY CREEK 34 DRAINAGE IMPROVEMENT 35 88W051 43 1 HAU_LING ON OTHER THAN STATE HIGHWAYS 2 1982) 3 If the sources of materials provided by the Contractor necessitates 4 hauling over roads other than State Highways, the Contractor shall, at + 5 the Contractor's expense, make all arrangements for the use of the 6 haul routes. 7 PERMITS FOR PIT OPERATIONS IN KING COUNTY 8 (November 2 . 1981) 9 Materials 10 The Contractor is advised that Ring County may require the Contractor 11 to meet any or all of the following listed conditions before 12 considering issuance of a temporary permit for pit operations within. 13 King County: 14 1 . Security fences and locking gates shall be installed where 15 deemed necessary by the King County Department of Building. 16 Cable or wire gates are not acceptable_ 17 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 18 p.m. 19 3. Access roads shall be improved and maintained to the 20 satisfaction of the King County Department of Public works. A 21 haul road agreement for County read maintenance may be 22 required. 23 All roads shall be swept and/or washed by the applicant at his 24 expense as often as the Department of Buildinq deems 25 necessary. 26 Property shall have functional access to an arterial level 27 street. 28 4. All operations will have to be approved by King County Flood 29 Control for drainage plans, Washington State Department of 30 Ecology, and Puget Sound Air Pollution Control Authoritv. 31 Those properties near or adjacent to any water body must have 32 written approval from the State of Washington Department of 33 Fisheries. 34 Obtain a mining reclamation permit from the State of t 35 Washington Department of Natural Resources for sites in excess 36 of two acres or involving 10,000 tons or more of excavation. • 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 44 1 5. No stockpiling of foreign excavated material is permitted on 2 the site except for those materials tc be used in the land 3 rehabilitation of the subject property. 4 6. No signs other than signs required by Chapter 24. 42, King 5 County Zoning Code are authorized as a result of the temporary 6 permit. 7 7. Plans required : 8 a. Scale of_P_Jot Plans- 9 Site Size: less than 10 acres 1 inch = 50 feet 10 10 to 100 acres 1 inch = 100 feet 11 over 100 acres 1 inch = 200 feet 12 b. Contours 13 show existing and proposed contours at 5-foot intervals. 14 If existing and proposed contours are superimposed upon 15 one another it must be clear as to which is which. Plans 16 which incorporate a screening process may be required by 17 the County to distinquisb said contours. 18 Finished contours must show how the property can be used 19 under the existing zoning. Plans showin.q daylightinq of 20 property to road grade or below with high 2:1 slope wads 21 will no longer be permitted Within the R, S, or G zones. 22 The plans must contain large terraces which will permit 23 the lot sizes and roads that are permitted within the 24 zone. 25 C. Sections 26 Show a minimum of two sections in each direction. 27 d. Maximum Slope 28 Cuts shall not be steeper in slope than two horizontal to 29 one vertical unless the owner furnishes a soils 30 engineering or an engineering geology report certifying 31 that the site has been investigated and indicating that 32 the proposed deviation will not endanger any private 33 property or result in the deposition of debris on anv 34 public way or interfere with any existing drainage course. 35 SR 405 36 GYPSY CREEK 37 DRAINAGE IMPROVEMENT 38 88W051 45 1 e. Fill-Slopes 2 No fill shall be made which creates an exposed surface 3 steeper in slope than two horizontal to one vertical. 4 f. Benches- on_Slopes 5 There shall be a 10 foot wide bench sloped into the 6 hillside fcr every 50 feet in height. 7 q. Setbacks 8 Material and vegetation shall be left in its natural 9 state: 10 50 feet from ar_v FP, A, G, S , or R zoned property: 11 20 foot setback which includes a 6 foot high planted 12 berm along any public right-of-way : 13 20 feet from M, H, or CG zoned property: 14 10 feet from QM or FR zoned property. 15 Plans shall show type of vegetation existing within the 16 buffer zones. 17 h. Drainage 18 All drainage facilities shall be designed to carry surface _ 19 waters to the nearest practical street, storm drain, or 20 natural water-course. Adequate provision shall be made to 21 prevent any surface waters from damaging the face of an 22 excavation or fill. All slopes shall be protected from 23 surface water runoff from above by berms or swales. 24 The Contractor is further advised that King County may require 25 conditions which are in addition to the foregoing list ar.d that the 26 County may reject permit applications at its discretion because of the 27 proposed operations proximity to schools, residential neighborhoods, 28 hospitals, arterials, or for other environmental conditions. 29 when there are discrepancies between the requirements of the State and 30 the County the more stringent specifications shall apply. 31 Should the Contractor fail to comply with any requirements of a 32 temporary permit obtained in the State' s name, the State will take the 33 necessary action to meet these requirements and any costs incurred by 34 the State will be deducted from monies due or to become due the 35 Contractor. 36 SR 405 37 GYPSY CREEK 38 DRAINAGE IMPROVEMENT 39 88WO51 46 1 SURFACE_SMOOTHNESS FOR ASPHALT CCNCRETE PAVEMENT 2 yc1embeX_2.,_ 7981) 3 Construction Requirements- 4 The second sentence of Section 5-04- 303) is revised to provide that 5 the completed surface shall not vary more than 1/4 inch from the lower 6 edge of a 10-foot straightedge placed on the surface parallel to 7 centerline. 8 TEST H_OIE DATA - 9 (November 2. 19811 10 Construction Requirements 11 The attached log of test boring pages are reproductions of the 12 original Log of Test Boring for the test holes indicated on the *** 13 Drainage Plan and Profile sheet *** of the Plans. 14 CONCRETE MIXES INCORPORATING FLY ASH 15 (November 30, 19871 16 Description 17 Concrete mixes incorporating fly ash may be used for all classes of 18 concrete, unless otherwise noted in these Special Provisions. 19 Materials 20 Fly ash shall conform to the requirements of Section 9-23. 9. 21 As an alternative to the use of fly ash and cement as separate 22 components, a blended hydraulic cement may be used. Concrete made 23 with a blended hydraulic cement shall meet the requirements listed 24 above. In addition, the origin and percentage of fly ash shall be 25 certified on the cement mill test certificate. The blended hydraulic 26 cement shall comply with ASTM C 595 Type IP(MS) . 27 Construction Requirements 28 Mix proportions will be subject to approval by the Engineer and shall 29 be in compliance with the following conditions: 30 1. Fly ash may replace up to 20 percent of a specified Portland 31 cement content at the rate of 1-1/4 pcunds of fly ash to each 32 pound of Portland cement replaced. In concrete mix designs 33 where a specific cement content is not specified, the fly ash 34 content shall not exceed 25 percent of the tctal cementitious 35 material. Cementitious material shall be the sum of Portland 36 cement plus fly ash. 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 47 1 2. Cement replacement in concrete mixes specifying a cement 2 content shall be subject to strength confirmation testing and 3 approval of the proposed mix by the Engineer fcr the following 4 classes of concrete: 5 Concrete Class A 6 Concrete Class B when used in bridges, culverts, and 7 retain inq walls 8 Concrete Class AX 9 For these classes of concrete, the Ccr.tractor shall design t'. e 10 concrete mix tc meet an average 28 day compressive strength c`_ 11 1.34 times the minimum ultimate compressive strength shown in 12 Section 6-02.3 (2) for concrete Plants with a coefficient cf 13 variation of 20 percent. 14 For concrete Plants with a coefficient of variation other than 15 20 percent, the required average strength shall be: 16 f'cr = ( 1 / ( 1 - 1. 28 V) ) X f' c 17 where f' cr = required average 28 day compressive 18 strength 19 f, c = minimum ultimate compressive strength 20 at 28 days 21 V = coefficient of variation. (CV) expressed 22 as a decimal i.e. CV = 20% V = 0.20 23 The required average 28 day compressive strength will be 24 determined from five 6 inch by 12 inch cylinders tested it 25 accordance with RSDOT test Methods 801 and 811. 26 A CV of 20 percent will be assumed unless the concrete 27 supplier can -justify a lower value. 28 To establish a CV for a concrete Plant, a minimum of 30 sets 29 of two cylinder compression test breaks will be required. The 30 cylinders will be 6 inch by 12 inch test specimens and will be 31 made, handled, and stored in accordance with RSDOT test Method 32 809 (Method 1) and tested in accordance with WSDOT test 33 Methods 801 and 811. Each set of two cylinders will be 34 produced from separate batches of production concrete. The 35 equipment used for the production concrete must be the same as 36 will be used for the proposed class of concrete. 37 The concrete mix design shall be approved by the Engineer and 38 verified by submission of ingredients and testing cf specimens 39 made in accordance with this mix design prior to the use on 40 the project. 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 8SWO51 48 1 Confirming mix tests shall be made with the proposed 2 production aggregates, type and sources of Portland cement, 3 fly ash, and specific brands and Proporticns of admixtures to 4 be used on the protect. The test mix shall be air entrained 5 if required. 6 3. Cement replacement may be used without strength con.firmatior. 7 testing of the proposed mix fcr concrete Class C, Class D, 8 Class DX, and Class B for applications other than those listed 9 in Item 2. 10 4. In making calculations relative to cement factor or allowable 11 water content, the total cementiticus material shall be 12 considered to be the weight of Portland cement plus the weight 13 of fly ash substituted. 14 5. All concrete of the same class within a structure shad have 15 the same proportion of fly ash. 16 6_ Acceptance of concrete containing fly ash will be on the same 17 basis as for comparable class of concrete without fly ash. 18 Pay men t 19 All costs in connection with replacing Portland cement with fly ash as 20 specified shall be included in the unit contract price per cubic yard 21 in place fcr the various classes of concrete involved. If the 22 concrete is to be paid for other than by class of concrete, all costs 23 in connection with replacing Portland cement with fly ash as specified 24 shall be included in the unit contract price or lump sum contract 25 price for the applicable item or items cf work. ' 26 PIGMENTED SEALER_ 27 _(November 2, 19871 28 Description 29 This work consists of applying pigmented sealer to the concrete 30 surfaces designated in the Plans. 31 Materials 32 The pigmented sealer shall be semi-opaque colored toner containing 33 only methyl methacrylate-ethyl acrylate copolymer resins, toning 34 pigments suspended in solution at all times by a chemical suspension 35 agent, and solvent. 9se only laminar silicates, titanium dioxide and 36 inorganic oxides for toning pigments. There shall be no settling or 37 color variation. use cf vegetable or marine oils, paraffin materials, 38 stearates or organic pigments in any part of coating formulation. will 39 not be permitted. 40 SR 405 41 GYPSY CREEK 42 DRAINAGE IMPROVEMENT 43 88W051 49 1 The color shall match the color chip Washington, Grav (Revised) which 2 is available at the Materials Laboratory office in Tumwater, WA. A 3 special color may be required to match adjacent work. The Contractor 4 shall submit a color chip and a wet sample for approval. 5 The pigmented sealer shall be one of the following or an approved 6 equal: 7 1. Canyon Tone Stain as manufactured by United Coating, East 8 19011 Cataldc, Greenacres, WA 99016, (509) 926-7143. 9 2. Acry Stain as manufactured by Columbia Paint Co., N. 112 10 Haven, Spokane, Wa 99201, (509) 535-2421 . 11 3. Conformal Stain as manufactured by Chemprobe Corporation, 2637 12 National Circle, Garland , Texas 75041 , (206) 762-5755. 13 4. Millers Pigmented Acrylic Stain and Sealer fcr Concrete 14 Surfaces, as manufactured by Miller Paint Co. , 12730 N.E. 15 Whitaker, Portland , OR 97230, (503) 255-0190. 16 Construction Requirements 17 All surfaces to be sealed shall receive a Class 3 surface finish and 18 be prepared with a light brush sandblast in order that complete 19 neutralization of the surface and subsequent penetration of the 20 pigmented sealer is achieved. Any curing agents or form release 21 agents shall be removed. The surface shall be dry, clean and prepared 22 in accordance with manufacturer's written instructions. The 23 Contractor shall submit four copies of the manufacturer's written: 24 instructions. 25 The pigmented sealer shall be spray applied in accordance with the 26 manufacturer' s written instructions for application, qualification of 27 applicator, rate of application, and number of coats tc apply. Sealer 28 shall be applied only when the air temperature is at or above 50 29 degrees Fahrenheit. It shall not be applied upor damp surfaces, nor 30 shall it be applied when the air is misty, or otherwise unsatisfactory 31 for the work, in the opinion of the manufacturer or the Engineer. The 32 final appearance shall have an even and uniform color acceptable to 33 the Engineer. 34 For concrete surfaces such as columns, retaining walls and abutments, 35 the pigmented sealer shall extend to 1 foot below ground line. 36 Payment ` 37 All costs for furnishing and applying the pigmented sealer as _ 38 specified shall be included in the unit contract price per cubic yard 39 for the various classes of concrete involved. If the concrete is to 40 be paid for other than by class of concrete, all costs for furnishing 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88WO51 50 1 and applying the pigmented sealer as specified shall be included in 2 the uLit contract price for the applicable item or items of work. 3 MANHOLE UNDER 12 FEET 120 INCH DIAMETER TYPE 3 4 Descriptior. 5 Where shown in the Plans, a Type 3 manhole under 12 feet 120 inch 6 diameter shall be constructed. 7 Material 8 The State has stockpiled at the State' s Renton Maintenance yard, 2631 9 NE 4th St. , two each 4 foot risers for 120 inch diameter manholes. 10 These risers are available to the Contractor to use on this proiect at 11 no material cost. 12 Construction Requirements 13 Construction shall be in accordance with the requirements of Section. 14 7-05, the details shown in the Plans and the Standard Plans. 15 Measurement 16 Manhole under 12 feet 120 inch diameter Type 3 will be measured per 17 each. 18 Payment 19 The unit contract price per each for "Manhole Under 12 Ft.. 120 In. 20 Diam. Type 311 shall be full pay for performing the work, including the 21 furnishing and placing of all accessories, such as cast iron rings, 22 cover, trap, steps, grating and other items. 23 MODIFIED MANHOLE UNDER 12 FEET 120 INCH DIAMETER TYPE 3 24 Description 25 Where shown in the Plans or where designated by the Engineer, a 26 modified Type 3 manhole shall be constructed. 27 Construction Requirements 28 Construction shall be in accordance with the requirements of Section. 29 7-05, the details shown in the Plans and the Standard Plans. 30 The channelization and shelf shown in the Standard Plan shall be 31 deleted and a concrete weir shall be installed to form an overflow 32 inside the manhole. 33 SR 405 34 GYPSY CREEK 35 DRAINAGE IMPROVEMENT 36 88WO51 51 1 The concrete weir shall be constructed to the confiquratior. and 2 elevations as shown in the details in the Plans or as designated by 3 the Engineer. 4 Measurement 5 Measurement for modified manhole under 12 feet 120 inch diameter Type 6 3 will be per each. A 7 Pavment 8 The unit contract price per each for "Modified Manhole [Trader 12 Ft. 9 120 In. Diam. Type 311 and the lump sum contract price for "Concrete 10 weir" shall be full pay for performing the work as specified. 11 FURNISHING AND JACKING STEEL CASING 48 INCH DIAMETER 12 Description 13 The portion of the steel casing located under the existing roadway 14 embankment shall be installed by lacking, augering or a combination of 15 both methods. 16 The Contractor is advised that the soil to be encountered in the 17 jackinq of the 48 inch casing is expected to be very loose saturated 18 sands. 19 Materials 20 The steel casing material shall conform to ASTM Designation 134- The 21 Contractor shall furnish pipe thick enough to withstand the forces 22 exerted by jacking operations as well as those exerted by the earth 23 during installation, but not less than 0.5 inches in thickness. 24 The Contractor shall submit a manufacturer's certificate of compliance 25 for the steel casing before installation is started. 26 Construction. Requirements 27 The pipe shall be installed to preclude interference with highwav 28 traffic or damage to the traveled lanes and shoulders. 29 Prior to installation, the Contractor shall submit an outline of the 30 Contractor' s construction procedures to the Engineer. The procedures 31 shall include the following requirements for a lacking and pit plan: 32 1. Plan view and elevation view shall show the following: 33 A. Dimension cf pit_ M 34 B. Shoring, bracing, struts, walers or sheet pile. 35 C. Size and type of casing. 36 SR 405 37 GYPSY CREEK 38 DRAINAGE IMPROVEMENT 39 88W051 52 1 2. The proposed method of jacking the casing shall show the 2 following: 3 A. The Jacking system. 4 B. A detail of the separator-cushion at the end of the 5 casing against which the Jacking force will be applied. 6 C. The support system behind the -lack. 7 D. The support system under the lack and bottom of pit. 8 The shoring and jacking pit plan shall be prepared by and bear the 9 seal and signature of a licensed professional engineer. Submittal 10 shall be made within a minimum of 15 days prior to the anticipated 11 construction. Construction shall not begin until the construction. 12 procedures and plan drawings have been approved by the Engineer. 13 Approval by the Engineer shall not relieve the Contractor of 14 responsibility for the sufficiency cf the shoring and lacking pit 15 plans. 16 Jackinq, augerinq and tunneling operations shall be conducted to 17 prevent caving ahead of the pipe which will cause voids outside cf the 18 pipe. The auger head shall not proceed more than 4 inches ahead of 19 the pipe beinq -jacked,. If the material encountered during the 20 Ccn:tractor' s operation-- should make augering ahead of the casing 21 impractical, the auger shall be withdrawn into the casing and lacking 22 operations shall precede the boring. 23 Removal of the material from the pits by washing or sluicing will -lot 24 be permitted. 25 After the casing pipe is jacked in place, the inside shall be 26 thoroughly cleaned free from grease, dirt, rust, and any other 27 deleterious contaminants. 28 All welding on the steel casing pipe shall be done by a certified 29 welder. All welds shall be continuous around the pipe Joints. 30 Upon completion of the installation of the casing, the end of the 31 casing shall be cut off on a bevel matching the existing roadway slope 32 and a culvert headwall with safety bar shall be constructed as shown 33 in the Plans_ 34 Measurement 35 Measurement of jackinq or augering steel casing will be made along the 36 slope of the invert of the completed pipe to the limits shown in the 37 Plans_ Casing Jacked or auqered beyond the limits shown will be 38 considered as being done for the Contractor' s benefit and shall be at 39 the Contractor's expense. 40 SR 405 41 GYPSY CREEK 42 DRAINAGE IMPROVEMENT 43 88W051 53 1 Payment 2 The unit contract prices per linear foot for "Steel Casing 48 Tr... 3 Diam.11 and "Jacking or Augerinq" shall be full pay for performing the 4 Work as specified, including jacking, excavating the jackinq pit, 5 disposing of excavated materials, dewaterinq, furnishing, hauling and 6 placing steel casing material, beveling the casing, and other work 7 necessary to complete the installation. 8 The unit contract prices per cubic yard for "Conc. Cl. B" and per 9 pound for "St. Reinf. Par" shall be full pay for constructing the 10 culvert headwall as specified, includinq the safety bar. 11 ENCOUNTFRING FOREIGN MATERIAL 12 Description 13 Additional payment will be made for removing Foreign material that 14 impedes the normal progress of jacking or boring construction, to the 15 extent that special efforts and equipment are required for the 16 removal. Foreign material may include large boulders, stumps, logs, 17 miscellaneous debris, and other non-embankment material. 18 The additional work necessary for removal of the material will be 19 considered as extra work and paid for by force account as 20 "Encountering Foreign Material,' but will not be considered as grounds 21 for an extension of time. 22 Measurement 23 Encountering foreign material shall be by force account. The 24 following will be excluded in measuring work for the removal of 25 foreign material: 26 1. Time spent by supervisors or foremen directing the work. 27 2. Time taken to move equipment from and to different locations 28 on the project site.. 29 3. Time spent repairing equipment. 30 4. Time equipment is idle or on standby. 31 Payment 32 Payment for "Encountering Foreign Material" shall be by force account, 33 in accordance with Section 1-09. 6, including all labor, equipment, 34 tools and materials for the special efforts mentioned herein. 35 SR 405 36 GYPSY CREEK 37 DRAINAGE IMPROVEMENT 38 88W051 54 1 No additional compensation will be given for stand-bv time for idle 2 equipment used in the jacking operation during removal of foreign 3 material. 4 To provide a common basis for all bidders, the State has estimated the 5 cost of "Encountering Foreign Material" and has arbitrarily entered 6 the amount in the proposal to become a part of the total bid by the 7 Contractor. Actual amounts paid by force account may vary from this 8 estimate. 9 HAND PLACED RIFRAP 10 DescriFtion 11 Where shown in the Plans or where designated by the Engineer, hand 12 placed riprap shall be used. 13 Materials 14 Hand placed riprap shall conform to the following requirements: 15 The stone shall be as nearly rectangular as possible. Sixtv 16 percent shall have a volume of not less than 1 cubic foot. Stones 17 which are less than 6 inches thick shall not be used. The store 18 shall be hard, sound and durable. It shall be free from 19 segregation seams, cracks and other defects tending to destroy its 20 resistance to weather. 21 Con struction_Require men ts 22 Hand placed riprap shall be used in drainage cutfalls as designated by 23 the Engineer. 24 Measurement 25 Hand placed riprap will be measured by the ton of rock actually 26 placed. 27 Pa men t 28 The unit contract price per tor_ for "Hand Placed Riprap" shall be fu'_'_ 29 pav for all tools, labor, equipment and materials necessary to furnish 30 and place the rock as specified. 31 SR 405 32 GYPSY CREEK 33 DRAINAGE IMPROVEMENT 34 88W051 55 1 CONSTRUCTION GEOTEXTILE 2 March 14,_1988) 3 Description 4 The Contractor shall furnish and place ccnstruction geotextile in 5 accordance with the details shown in the Plans. 6 Materials 7 Geo text ile_And_Thread For Sewing 8 The material shall be a woven or non-wover. geotextile consisting 9 only of long chain polymeric filaments or yarns formed into a 10 stable network such that the filaments or yarns retain, their 11 position relative to each other during handling, placement, and 12 design service life. At least 95 percent by weight of the long 13 chain polymers shall be Polvolephins, polyesters, or polyamides. 14 The material shall be free from defects or tears. The geotextile 15 shall confcrm to the properties as indicated in Tables 1 , 2, and 3 16 for each specified use,. The qeotextile shall be free of any 17 treatment or coating which might adverselv alter its physical 18 properties after installation. 19 Thread used shall be high strength polvpropvlene, polyester, or 20 Kevlar thread. Nylon threads will not be allowed. The thread 21 used to sew permanent erosion ccntrol geotextiles must also be 22 resistant to ultraviolet radiation. 23 Geotextile-Properties 24 Table 1 : Geotextile for underground drainage. 25 Minimum Geotextile 26 Property Requirements 27 Geotextile Lcw High 28 Property Test Method Survivability Survivability- 29 AOS WSDOT Test . 21 mm max. . 21 mm max. 30 Method 922 (#70 sieve) (#70 sieve) 31 Water WSDOT Test .08 cm/sec . 08 cm/sec 32 Permeability Method 924 33 SR 405 34 GYPSY CREEK 35 DRAINAGE IMPROVEMENT 36 8SW051 56 1 Tensile WSDOT Test 90 lbs 180 lbs 2 Strength, Method 916 3 min. in 4 machine 5 a n d x- 6 machine 7 direction 8 Seam WSDOT Test 80 lbs 160 lbs 9 Breaking Method 918 and 10 Strength WSDOT Test 11 Method 916 12 (Grab Test) 13 Burst WSDOT Test 140 psi 290 psi 14 Strength Method 920 15 Puncture WSDOT Test 40 lbs 80 lbs 16 Resistance_ Method 921 17 Tear WSDOT Test 30 lbs 60 lbs 18 Strength, Method 919 19 min. in 20 machine and 21 x-machine 22 direction 23 Table 2: Geotextile for soil stabilization. 24 Geotextile Minimum Geotextile 25 Propert_ Test_g7etbod ProPer-jy-Reggi rem ents 26 AOS WSDOT Test . 42 mm max. 27 Method 922 (#40 sieve) 28 Water WSDOT Test . 005 cm/sec 29 Permeability Method 924 30 Tensile WSDOT Test 180 lbs 31 Strength , Method 916 32 min. in 33 machine 34 and x- 35 machine 36 direction 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88W051 57 1 Seam WSDOT Test 160 lbs 2 Breakinq Method 918 and 3 Strength WSDOT Test 4 Method 916 5 (Grab Test) 6 Burst WSDOT Test 290 psi 7 Strength Method 920 8 Puncture WSDOT Test 75 lbs 9 Resistance Method 921 10 Tear WSDOT Test 50 lbs 11 Strength , Method 919 12 min.. in 13 machine and 14 x-machine 15 direction 16 Table 3: Geotextile for permanent erosion. control. 17 Minimum Geotextile) 18 Property Requirements- 19 Geotextile Low High 20 Property TestMethDd? §uXaivability3 S ru vigabilit_y 21 AOS WSDOT Test . 30 mm max. . 30 mm max. 22 Method 922 (#50 sieve) (#50 sieve) 23 Water WSDOT Test .04 cm/sec . 04 cm/sec 24 Permeability Method 924 25 Tensile WSDOT Test 130 lbs 270 lbs 26 Strength, Method 916 27 min. in 28 machine 29 and x- 30 machine 31 direction. 32 Strain at WSDOT Test 159E 15% 33 Failure Method 916 34 Seam WSDOT Test 110 lbs 240 lbs 35 Breakinq Meth cd 918 and 36 Strength WSDOT Test 37 Method 916 38 (Grab Test) 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 58 1 Burst WSDOT Test 200 psi 430 nsi 2 Strength Method 920 3 Puncture WSDOT Test 60 lbs 110 lbs 4 Resistance Method 921 5 Tear WSDOT Test 40 lbs 80 lbs 6 Strength, Method 919 7 min. in 8 machine and 9 x-machine 10 direction 11 ultraviolet ASTM D 4355-84 70% Strenqth 70% Strength 12 (UV) Retained Retained 13 Radiation 14 Stability 15 1 All qeotextile properties in Tables 1 , 2, and 3 are minimum 16 average roll values (i.e. , the test result for any sampled 17 roll in a lot shall meet or exceed the minimum values shown in 18 the table) . 19 2 WSDOT test methods 916 , 919, and 924 are in conformance with 20 ASTM qeotextile test procedures, except for geotextile 21 samplinq and specimen conditioning. Copies of all WSDOT 22 qeotextile test methods are available at the Headquarters 23 Materials Laboratory in Tumwater. 24 3 Low and hiqh survivability for qeotextiles used for 25 underground drainage and permanent eresion control are defined 26 in this Special Provision under the respective subsections. 27 Aggregate Cushion For Pegm_4nent Erosion Control Geotextile 28 The gradation requirements for aggregate cushion are as follows: 29 % Passinq 2 1/2 inch square openinq. 80-100 30 % Passinq 1/4 inch square opening. 25-100 31 % Passinq D. S. No. 100 sieve. 0-5 32 All percentages are by weight. 33 Geotextile Avrroval;And_AcceDtance 34 SR 405 35 GYPSY CREEK 36 DRAINAGE IMPROVEMENT 37 88W051 59 1 Geotextile_properties and Test Methods 2 Properties of geotextiles shall be determined by the following 3 test methods: 4 Geotexti?e Pro ert Test Method and Title- . 5 AOS WSDOT Test Method 922: Apparent 6 maximum Opening Size of Geotextiles 7 Water Permeability WSDOT Test Method 924: Water 8 Permeability of Geotextiles 9 by Permittivity 10 Tensile Strength WSDOT Test Method 916: Breaking 11 and Strain. at Load and Elongation of 12 Failure Geotextiles (Grab Method) 13 Seam Breaking WSDOT Test Method 918: Failure 14 Strength in Sewn Seams of Geotextiles : 15 and WSDOT Test Method 916: 16 Breaking Load and Elongation. 17 of Geotextiles (Grab Method) 18 Burst Strength WSDOT Test Method 920: 19 Diaphragm Bursting Strength 20 of Geotextiles 21 Puncture Strength WSDOT Test Method 921 : Puncture 22 Strength of Geotextiles 23 Tear Strength WSDOT Test Method 919: Trapezoid 24 Tearing Strength of Gectextiles 25 Ultraviolet (UV) ASTM D 4355-84, after 500 hours 26 Radiation Stability in weatherometer 27 Source_A2proval- 28 The contractor shall submit to the Engineer the following 29 informaticn regarding each qeotextile proposed for use: 30 Manufacturer 's name and current address, 31 Manufacturing plant location, 32 Full product name, and 33 Proposed geotextile use(s) . 34 If more than one style, merge, or product code number (i. e. , this 35 number being representative of a geotextile whose properties are 36 different from a geotextile with the same product name and 37 SR 405 38 GYPSY CREEK 39 DRAINAGE IMPROVEMENT 40 88WO51 60 1 different style, merge, or product code number) has been produced 2 under the same product name, the style, merge or product code 3 number of the geotextile to be approved must also be specified. 4 Sample (s) of the qeotextile for initial source approval shall be 5 submitted to and approved by the Headquarters Materials Laboratory 6 in Tumwater. After the samples and required information have 7 arrived at the Headquarters Materials Laboratory in Tumwater, a 8 maximum of 14 calendar days will be required for this testing. 9 Source approval will be based on conformance to the applicable 10 values from Tables 1, 2, and 3. Each sample shall have minimum 11 dimensions of 1 . 5 yards by the full roll width of the geotextile. 12 A minimum of 6 square yards of geotextile shall be submitted to 13 the Engineer for testing,. The qeotextile machine direction shall 14 be marked clearly on each sample submitted for testing. The 15 machine direction is defined as the direction perpendicular to the 16 axis of the qeotextile roll,. 17 The geotexti'-e samples shall be cut from the geotextile roll with 18 scissors, sharp knife, or other suitable method which produces a 19 smooth gectextile edge and does not cause qeotextile ripping or 20 tearing. The samples shall not be taken from the outer wrap of 21 the qeotextile roll nor the inner wrap of the core. 22 Acce_ptance_SamPles 23 Samples will be randomly taken by the Engineer at the -iobsite to 24 confirm that the geotextile meets the property values specified. 25 Approval will be based on testing of samples from each lot. A 26 "lot" shall be defined for the purposes of this specification as 27 all qeotextile rolls within the consignment (i.e. , all rolls sent 28 to the project site) which were manufactured at the same • 29 manufacturing plant, have the same product name, and have the same 30 style, merge, or product code number. The Contractor shall 31 provide this information to the Engineer for the qeotextile rolls 32 proposed for use at the iobsite, the purpose of defining the 33 geotextile lots. After the samples and required information have 34 arrived at the Headquarters Materials Laboratory in Tumwater, a 35 maximum of 14 calendar days will be required for this testing. If 36 the results of the testing show that a geotextile lot, as defined, 37 does not meet the properties required for the specified use as 38 indicated in Tables 1 , 2, and 3, the roll or rolls which were 39 sampled will be rejected. Two additional rolls from the lot 40 previously tested will then be selected at random by the Engineer 41 for sampling and retesting. If the retesting shows that either or 42 both rolls do not meet the required properties, the entire lot 43 will be rejected. All gectextile which has defects, 44 deterioration, or damage, as determined by the Engineer, will also 45 be rejected. All rejected geotextile shall be replaced at no cost 46 to the State. 47 SR 405 48 GYPSY CREEK 49 DRAINAGE IMPROVEMENT 50 88W051 61 1 Acceptance will be by manufacturer's certificate of compliance 2 without sampling if one or both of the following two conditions 3 are met: 4 (1) the total number of rolls of geotextile proposed for use 5 will be three or less and the total quantity of geotextile 6 proposed is 1, 500 square yards or less; 7 (2) the geotextile samples previously tested for the purpose 8 of source approval came from the same geotextile lot as 9 defined which is proposed for use at the project site. 10 The manufacturer' s certificate of compliance shall include the 11 following information about each gectextile roll to be used: 12 Manufacturer 's name and current address, 13 Manufacturing plant location, 1u Full product r_ame, 15 Style, merge, or product code number, 16 Geotextile roll number, 17 Proposed geotextile use (s) , and 18 Certified test results. 19 ApIroval_Of Seams 20 If the qeotextile seams are to be sewn in the field, the 21 Contractor shall provide a section of sewn seam before the 22 geotextile is installed which can be sampled by the Engineer. 23 The seam sewn for sampling shall be sewn using the same equipment 24 and procedures as will be used to sew the production seams. If 25 production seams will be sewn in both the machine and cross- 26 machine directions, the Contractor must provide sewn seams for 27 sampling which are oriented in both the machine and cross-machine 28 directions. The seams sewn for sampling must be at least 2 yards 29 in length in each qeotextile direction. If the seams are sewn in 30 the factory, the Engineer will obtain samples of the factory seam 31 at random from any of the rolls to be used. The seam assembly 32 description shall be included with the seam sample submitted for 33 testing. This description shall include the seam type, seam 34 allowance, stitch type, sewing thread tex ticket number (s) and 35 type (s) , stitch density, and stitch gage. 36 Co*�struction Regnire®gnts 37 Shipment_And_Storage 38 During periods of shipment and storage, the qeotextile shall be 39 kept dry at all times and shall be stored off the ground. Under � 40 no circumstances, either during shipment or storage, shall the 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88N051 62 1 material be exposed to sunlight, or other form of light which 2 contains ultraviolet rays, for more than five calendar days. 3 General Constructicn_Reauirements 4 The area to be covered by the qeotextile shall be qraded tc a 5 smooth, uniform condition free from ruts, potholes, and protrudir.cT 6 objects such as rocks or sticks. The geotextile shall be spread 7 immediately ahead of the covering operation. The geotextile shall 8 not be left exposed to sunlight during installation for a total of 9 more than five calendar days. The qeotextile shall be laid smooth 10 without excessive wrinkles. under no circumstances shall the 11 geotextile be dragged through mud cr over sharp objects which 12 could damage the geotextile. The cover material shall be placed 13 on the geotextile in such a manner that a minimum of 12 to 18 14 inches of material, depending on the survivability of the 15 geotextile, will be between the equipment tires or tracks and the 16 geotextile at all times- Construction vehicles shall be limited 17 in size and weight such that rutting in the initial lift above the 18 geotextile is not greater than 3 inches deep, to prevent 19 overstressing the qeotextile. Turning of vehicles on the first 20 lift above the geotextile will not be permitted. End-dumpinq the 21 cover material directly on the qeotextile will not be permitted. 22 Compaction_ of the first lift above the qeotextile shall be limited 23 to routing of placement and spreading equipment only. No 24 vibratory compaction will be allowed on the first lift. 25 Pegs, pins, or the manufacturer' s recommended methcd shall be used 26 as needed to hold the geotextile in place until the specified 27 cover material is placed. 28 Should the qeotextile be torn or punctured or the overlaps or sewn 29 joints disturbed , as evidenced by visible geotextile damage, 30 subgrade pumping, ir_trusion, or roadbed distorticn, the backfill 31 around the damaged or displaced area shall be removed and the 32 damaged area repaired or replaced by the Contractcr at no cost to 33 the State. The repair shall consist of a patch of the same type 34 of geotextile placed over the damaged area. The patch shall 35 overlap the existing geotextile a minimum of 2 feet from the edge 36 of any part of the damaged area. 37 If qeotextile seams are to be sewn in the field or at the factory, 38 the seams shall consist of two parallel rows of stitching. The 39 two rows of stitching shall be 0. 5 inch apart with a tolerance of 40 +0. 25 inch and shall not cross, except for restitchinq. The e 41 stitching shall be a lock-type stitch. The minimum seam 42 allowance, i. e. , the minimum distance from the qeotextile edge to 43 the stitch line nearest to that edge, shall be 1. 5 inches if a 44 flat or prayer seam, Tvpe SSa-2, is used. The minimum seam 45 allowance for all other seam types shall be 1. 0 inch. The seam, 46 stitch type, and the equipment used to perform the stitchinq shall 47 SR 405 48 GYPSY CREEK 49 DRAINAGE IMPROVEMENT 50 88W051 63 1 be as recommended by the manufacturer of the qeotextile and as 2 approved by the Engineer. 3 The seams shall be sewn in such a manner that the seam can be 4 inspected readily by the Engineer or his representative. The seam V 5 strength will be tested and shall meet the requirements stated in. 6 this Special Provision. 7 Specific—Construction Reguirements 8 The construction requirements which follow shall apply in addition 9 to the general construction requirements previously stated. 10 Underground Drainage 11 The qeotextile shall either be overlapped a minimum of 1 foot 12 at all longitudinal and transverse joints, or the geotextile 13 joints shall be sewn. In those cases where the trench width 14 is less than. 1 foot, the minimum overlap shall be the trench 15 width. Either low survivability or high survivabilitv 16 geotextile shall be used, meeting the property requirements 17 specified in Table 1. Low survivability geotextile may be 18 used in trench drains if the trench walls are smooth, stable, 19 and less than 10 feet in depth. High survivability geotextile 20 shall be used if the trench depth is greater than equal tc 10 21 feet. 22 An area drain is defined as a geotextile laver placed over or 23 under a horizontal or near—horizontal laver of drainage 24 aggregate. The geotextile shall be overlapped a minimum of 2 25 feet at all longitudinal and transverse joints in an area 26 drain, or the geotextile joints shall be sewn. together. The 27 minimum initial lift thickness over the geotextile shall be 18 28 inches if low survivability qeotextile is used and shall be 12 29 inches if high survivability geotextile is used. 30 Soil Stabilization. 31 The geotextile shall either be overlapped a minimum of 2 feet 32 at all longitudinal and transverse joints, or the qeotextile 33 joints stall be sewn together. The initial lift thickness 34 shay_ be 12 inches or more.. 35 Permanent Erosion Control 36 Unless otherwise specified in the Plans, the qeotextile shall 37 either be overlapped a minimum of 2 feet at all longitudinal 38 and transverse joints, or the geotextile joints shall be sewn. 39 together. If overlapped, the geotextile shall be placed so ` 40 that the upstream strip of geotextile will overlap the next 41 SR 405 42 GYPSY CREEK 43 DRAINAGE IMPROVEMENT 44 88W051 64 1 downstream strip. Where placed on slopes, each strip shall 2 overlap the re xt downhill strip. 3 Placement of agqreqate, riprap or both on the qeotextile shall 4 start at the toe of the slope and proceed upwards. The 5 geotextile shall be keyed at the top and the toe of the slope 6 as shown in the Plans. The geotextile shall be secured to t' e y 7 slope, but shall be secured loosely enough so that the 8 geotextile will not tear when the riprap is placed on the 9 geotextile. The qeotextile shall not be keved at the top of 10 the slope until the riprap is in place to the top of the 11 slope. 12 All voids in the riprap face that allow the geotextile to be 13 visible shall be backfilled with quarry spalls or other sma11 14 stones, as desiqnated by the Enqineer, so that the geotextile 15 is completely covered. When an agqreqate cushion between the 16 geotextile and the riprap is required, it shall have a minimum 17 thickness of 12 inches. 18 An agqreqate cushion will be required to facilitate drainaqe 19 when hand placed riprap, sack riprap, or concrete slab riprap, 20 as specified in Sections 9-12.2, 9-13.3, or 9-13.4, 21 respectively , is used with the qeotextile. 22 Either low survivability or high survivability geotextile 23 shall be used, meeting the property requirements specified in 24 Table 3. Low survivability geotextile shall be used if a 12 25 inch thick agqreqate cushion is placed between the geotextile 26 and the ripraF and the geotextile is placed on a slope of 2: 1 27 or flatter. Hiqh survivability geotextile shall be used if an 28 agqreqate cushion is not used or if the qeotextile is placed 29 on a slope steeper than 2: 1. 30 Gradinq of slopes after placement of the riprap will -lot be 31 allowed if grading results in stone movement directly on the 32 geotextile. Under no circumstances shall stones weighing more 33 than 100 pounds be allowed to roll dcwnslcpe. Stones shall 34 not be dropped from a heiqht greater than 3 feet above the 35 geotextile surface. Lower drop heiqhts may be required if 36 geotextile damage from the stones is evident, as determined by 37 the Engineer. If the geotextile is placed on slopes steeper 38 than 2: 1, the stones shall be placed on the slope without 39 free-fall for both low survivability and hiqh survivability 40 geotextiles. 41 Silt Fences 42 The Contractor shall be fully responsible to design, install, 43 and maintain silt fences at the locations shown in the Plans. 44 The silt fence shall prevent soil carried by runoff water from 45 SR 405 46 GYPSY CREEK 47 DRAINAGE IMPROVEMENT 48 88W051 65 1 going beneath, through, or over the top of the silt fence, but 2 shall allow the water without soil to pass through the fence. 3 The minimum height of the top of the silt fence shall be 30 4 inches above the original ground surface. Damaged and 5 otherwise improperly functioning portions of silt fences shall 6 be repaired or replaced by the Contractor at no cost to the 7 State, as determined by the Engineer. r 8 Sediment deposits shall either be removed when the deposit 9 reaches approximately 1/2 the height of the silt fence, or a 10 second silt fence shall be installed, as determined by the 11 Engineer. 12 Measurement 13 Construction geotextile, with the exception of silt fence geotextile 14 and underground drainage geotextile used in trench drains, will be 15 measured by the square yard for the ground surface area actua:.'_v 16 covered. Silt fence geote xtile will be measured by the linear foot of 17 silt fence installed. Underqround drainage geotextile used in trench 18 drains will be measured by the square yard in the roll for the 19 perimeter of drain actually covered. 20 Payment 21 The unit contract prices per square yard for "Construction Geotextile 22 For Underground Drainage", "Construction Geotextile For Soil 23 Stabilization", and "Construction Geotextile For Permanent Erosion 24 Control", and per linear foot for "Construction Geotextile For Silt 25 Fence" as are included in the proposal shall be full Pav to complete 26 the work as specified. 27 Sediment removal behind silt fences will be paid by force account. If 28 a new silt fence is installed in lieu of sediment removal, as 29 determined by the Engineer, the silt fence will be paid for at the 30 unit contract price per linear foot for "Construction Geotextile For 31 Silt Fence". 32 STANDARD PLANS 33 February 1 . 1988) 34 The State of washingtcn Standard Plans for Road, Pridqe and Municipal 35 Construction transmitted under Publications Transmittal No. 80-34, 36 dated Mav 30, 1980, and as revised under Publications Transmittal No. 37 81-17 dated March 31 , 1981 , transmittal No. 82-34 dated June, 1982, 38 transmittal No. 82-58 dated December, 1982, transmittal No. 83-80 39 dated October, 1983, transmittal No. 83-88 dated November, 1983, 40 transmittal No_ 84-015 dated June, 1984, transmittal No. 85-005 dated 41 March, 1985, transmittal No- 86-001 dated January, 1986, transmittal 42 No. 87-28 dated July, 1987 and transmittal No. 87-067 dated December 43 1987 is made a part of this contract. In case of discrepancies, Plans 44 SR 405 45 GYPSY CREEK 46 DRAINAG,E IMPROVEMENT 47 88W051 66 1 shall govern over Standard Plans. Standard Plans shall be considered 2 the same as Plans as set forth in Section 1-04.2. 3 The Standard Plans are revised as follows: 4 _B-7 5 The Standard Plan provides that flared end sections for 12 inch 6 through 24 inch diameter pipe with annular corrugations are to be 7 attached to the pipe with a threaded rod and connector lug. As an 8 alternate for flared end sections of steel the attachment may be 9 made With a 1 inch wide strap of 12 gage galvanized steel fastened. 10 with a 1/2 inch diameter galvanized bolt 6 inches in length 11 furnished with one square-head nut. The length of the strap shall 12 permit sufficient bolt take-up to provide a tight connection. All 13 material necessary for the connection of the flared end section to 14 the corrugated pipe shall be supplied by the manufacturer of the 15 flared end section. 16 _G-4 a 17 The POST SELECTION TABLE is revised as follows: 18 The notch depth and hole diameter for 6" x 1011, 811 x 1011, and 19 8" x 12" post sizes are deleted. 20 The note under the "POST DETAIL" is revised to read: 21 Typical for 4" x 611, 611 x 611, and 6" x 8" posts. Holes and 22 notch are not required for anv 411 x 41, installations or for 23 any single post 411 x 6" installation_. 24 All posts that are larger than 6" x 8" shall be placed behind 25 guardrail or barrier, unless they are located outside of the 26 clear zone. 27 The SIGN INSTALLATION ANGLE detail is deleted. 28 J- 1 b 29 The rote on the foundation detail referencing J-9 is changed to 30 read: 31 See Standard Plan J-1e. 32 The following are Standard Plan numbers and their date of last 33 revision applicable at the time this project was advertised: 34 A-1 . . . 12/29/86 C-3 . _ 12/04/85 H-5a. 6/28/85 35 A-2 . . . 8/14/87 C-4 . . _ 9/11/87 H-5b. 6/28/85 36 C-5 . . . 2/13/87 H-5c. 7/17/81 37 B- 1 . . . 12/01/86 C-6 . . . 12/23/86 H-6 7/17/81 38 B-1a. . . 12/01/86 C-6 _ . _ 12/23/86 H-7 5/07/85 39 SR 405 40 GYPSY CREEK 41 DRAINAGE IMPROVEMENT 42 88W051 67 89 LSOn88 SS ZN3w3d08dWI 99VNIVE(i bS x3BH0 AsdAD ES sob as ZS L8/90/Z ' ' 'E L-)i ZB/b0/Z ' " ' L-0 98/ZZ/ZL DEZ-g LS L8/90/Z ' ' 'ZL-i EL/LE/8 ' ' "P9-9 98/ZZ/ZL qEZ-g OS L8/90/Z ' ' LL-A SL/bZ/OL ' ' ' 9-0 98/ZZ/ZL PEZ-9 6b L8/90/Z " ' 'OL-x L8/LL/L ' ' 'Pb-9 E8/6L/6 'ZZ-g Bb L8/90/Z ' ' " 6-x 6L/9Z/LL ' ' 'PE-0 S8/b0/ZL 'LZ-9 Lb L8/90/Z ' ' ' 8-2 6L/9Z/LL ' ' ' E-9 98/6L/ZL ' 30Z-9 9b L8/90/Z ' ' ' L-)i 98/OZ/9 ' " "qZ-0 E8/6L/6` ' POZ-g St LB/90/Z ' ' " 9-M EL/LZ/ZL ' ' 'PZ-0 E8/90/6' ' -OOZ-9 bb L8/90/Z ' ' ' S-x E8/90/6 ' ' ' Z-0 ES/90/6. " ' qOZ-g Eb L8/90/Z ' ' ' b-k E8/90/6 ' ' ' Z-9 E8/6L/6 ' ' ' POZ-g Ztt L8/90/Z ' E-)I E8/LL/0L ' ' ' L-9 E8/6L/6 " ' 'OZ-g Lb LS/90/Z ' Z-H £8/EO/OL - ' '6 L -g Ob L8/90/Z ' L-H 98/LE/OL ' ' ' 9-d SB/8Z/L ' ' ' 08L-2 6E 98/LE/OL ' ' ' S-3 EB/E0/0L qBL -g 8E S8/6L/L ' ' PLL-r L8/t?0/6 " b-3 E8/90/6 PBL-9 LE 'OL-r 6L/9Z/LL ' ' 'qZ-3 b8/6L/E '8L -g 9£ 98/t7Z/tr ' ' "P6-r 6L/9Z/LL ' ' 'PZ-3 6L/9Z/LL 'LL-g SE LS/SL/6 ' ' 'P8-r 6L/9Z/LL ' ' Z-3 L8/t7Z/L 'SL -9 bE ' L8/0L/b ' ' " 8-r L8/bl/8 ' ' L-d SB/ZO/ZL " 'bL-g E£ L8/LE/L ' ' 'PL-r SB/ZO/ZL ' PEL -g ZE Z8/ZZ/Z ' ' 'OL-r 08/SZ/L S-H S8/ZO/ZL ' OEL-g LE ZB/ZZ/Z ' ' 'PL-r 98/LO/8 'Pb-s SB/ZO/ZL ' qEL -g OE ZB/ZZ/Z 'u9-r 98/LO/8 ' " ' b-g S8/ZO/ZL ' PEL-9 6Z Z8/ZZ/Z 'b9-r 6L/9Z/LL ' ' ' E-g OB/SZ/L 'ZL -9 8Z Z8/ZZ/Z 's9-r 08/6L/6 " ' ' Z-S 08/SZ/L 'LL-9 LZ Z8/ZZ/Z '09-r 08/b0/L ' ' ' L-g 08/SZ/l 'OL -9 9Z L8/LL/L 'PS-r Z8/ZZ/Z ' 6-9 SZ L8/6L/9 '3E-r 08/bO/L ' ' ' 8-Q ZS/6Z/E 'P8-9 bZ L8/6 L/9 '3E-P 08/b0/l "PL-Q tt8/ZL/E ' 8-2 EZ ZS/b0/Z 'aE-r 08/t7O/l ' L-Q 98/b0/ZL ' 'PL-9 ZZ SL/LO/ LL ' ' "qE-r 6L/6L/OL ' 'q9-Q LB/bO/6 ' L-g LZ SL/LO/lL ' ' ' E-r 6L/6L/OL ' ' 'P9-Q 6L/9Z/LL " 'q9-g OZ L8/LL/L ' ' '3L-r 6L/6L/OL ' ' ' 9-Q 6L/9Z/LL 'P9-9 6L Z8/OL/S ' ' "aL-r b8/LZ/ZL ' ' 'PS-Q 6L/9Z/LL ' 9-g 8L L8/bZ/L ' ' 'aL-r 6L/bZ/9 ' ' S-Q 6L/9Z/LL 'PS-2 LL SL/LE/OL ' ' "qL-r E8/EZ/S b-Q 6L/9Z/LL ' S-9 9L L8/EL/Z ' - `PL-r 08/SZ/L E-Q b8/ZL/L 'qt7-9 SL L 6/E L/Z ' " ' L-r L 8/EL/Z ' ' 'bZ-Q EB/6L/6 'btr-g bL L8/El/Z '3Z-Q EB/6L/6 '3b-9 El Z8/t0/Z ' Z-I LS/EL/Z "aZ-Q b8/LO/6 'Db-9 ZL 6L/9Z/LL 'PL-I L8/EL/Z 'PZ-Q b8/LO/6 'qb -g LL bL/9 Z/L L L -I 08/SZ/L " b-g OL S8/b0/9 '08-0 b6/6L/E "qZ-g 6 L8/0E/ L 'Z L-H S8/SL/8 ' ' 'q8-9 E8/ZL/ZL 'PZ-g 8 L8/OE/L 'ZL-H 98/LL/b ' ' 'P8-9 E8/6L/6 ' Z-9 L L8/OE/L 'ZL-H L8/BZ/OL ' ' ' 8-0 98/80/ZL 'ZL -g 9 E8/6L/6 'LL-H L8/ZL/9 " ' ' L-0 L8/0E/LO '�l-2 S tt8/9Z/OL 'OL-H 98/EZ/ZL ' ' 'P9-9 L8/SO/LO 'qL -9 b Z8/ZZ/Z ' 6-H 98/EZ/ZL ' ' '09-9 LB/6Z/6 "SL-9 E 6L/9 Z/L L ' ' ' 8-H S B/LZ/L ' " 'q9-9 LB/6Z/6 'al-El Z E8/BZ/LL ' ' -'PL-H S8/LZ/L ' ' 'P9-9 L8/bL/6 'qL -g L 69 LSOM88 OZ IN3W3A0adWI HDVNIVHG 6L NaadD ASdAD SL SOP HS LL S8/LZ/L -9-I 9L 98/ZO/6 ''ES-'I S8/8Z/9 - - S-H S8/90/ZL ' ' ';Z-0 SL 58/LZ/L " S-T h8/8Z/ZL ' ' 'Eta-H S8/LZ/L ' ' 'aZ-0 bL S8/LZ/ L ft-'I SS/8L/£ - ' 'PE-H S8/LZ/L 'PZ-0 EL S8/LZ/L £-T 98/0£/ZL ' ' "E£-H S8/LZ/L - 'DZ -0 ZL S8/LZ/L » Z-T L8/90/£ ' ' " £-H S8/LZ/L 'qZ-0 LL S8/LZ/L L-1 S8/LL/S ' " L-H L8/LZ/£ 'pZ -0 OL S8/LZ/L Z-0 6 L8/90/Z 'LZ-x LS/OE/L ' ' ' 6-0 L8/bO/6 ' L -0 8 L8/90/Z '0Z-x L8/0£/L ' ' ' 6-0 SO/LZ/L 'qL-0 L L8/90/Z '6L-M L8/0£/L - 6-9 S8/9Z/LL ' 'EL -0 9 L8/90/Z '8L-x S8/8L/OL ' 'p8-9 L8/8Z/OL ' L-0 S LS/90/Z -LL-x S8/8L/OL ' 'p8-9 fi L8/90/Z '9L-A 58/8L/OL 'E8-9 98/80/LL 9Z-8 E L8/LL/L 'SL-)l S8/8Z/L 8-9 S8/80/LL bZ-9 Z LS/LL/L "bl-M 98/SZ/LL 8-9 98/£Z/6 PEZ-9 L LOG OF TEST BORING WASHINGTON STATE DEPARTMENT OF TRANSPORTATION _ S.H. S.R. 405 SECTION Gypsy Creek Drainage Job No. L-8714 Hole No. hif1-1 Sub Section Cont.Sec. 1744 Station L 9+15 Offset 80 ' Rt. Ground EI, 27.3' W.T.El. 20.5' Type of Boring Liobile B-61 Casing Inspector Date March 28, 1988 Sheet 1 of 2 BLOWS SAMPLE DESCRIPTION OF MATERIAL DEPTH PER FT. PROFILE TUBE NOS. ACP to 0.24'. 14ottled, moist, silty, fine to coarse sandy GRAVEL with cobbles. 5 4 STD 16 8 PEN 11edium dense, brown, moist, grayelly, very silty, fine to coarse SAND 8 1 Retained 1.0'. 10 3 STD S1.1, I.I,C. = 13.0c,o PEN Loose, brown, moist, gravelly, very silty, fine to coarse SAND. 10 5 2 Retained 0.8'. 9 10 2 STD I SP/SIA' m.C. = 19.21,10 12 6 PEN Medium dense, brown, moist, silt , fine to medium SAND with trace 6 3 of organic. Retained 1.0'. 8 2 STD r)T sA = 65.8oio 2 PEN Loose, gray, wet, silty, fine to medium SAND with one 0.7' organic, 5 3 4 r)eaty SILT Tense. Retained 1.8'. 3 15 C U-1 Gray, wet silty, fine to medium SAND with neat and organic SILT lenses. 3 STD S11 I.I.C. = 11.7111; 5 PEN Loose, brown, moist, gravelly, very silty, fine to coarse SAND. 10 5 5 Retained 0.6'. ` 20 original to Materials Engineer Copy to Bridge Engineer Copy to District Atlminlstralor FORM 351-003 DOT REVISED 12/79 88WO51 Sheet 1 of 7 sheets Copyto Hole No. MH-1 Sub Section Gypsy Creek Drainage Sheet 2 of 2 BLOWS PROFILE SAMPLE DESCRIPTION OF MATERIAL DEPTH PER FT. TUBE NOS. 3 STD ML, M.C. = 19.3% 11 5 PEN Medium dense, gray, moist, fine sandy SILT with trace of organic. 6 6 Retained 1.0'. 5 End of boring 22.0' below ground elevation. Hole drilled easy. 25 This is a summary Log of Test Boring. Soil/Rock descriptions are derived from visual field identifications and laboratory test data. I II i II 88W051 Sheet 2 of 7 sheets DDT qEFORM SE D1 a0 80A(X) LOG OF TEST BORING WASHINGTON STATE DEPARTMENT OF TRANSPORTATION S.H. S.R. 405 SECTION GVDsv Creek Drainage Job No. L-8714 Hole No. 1.iH-2 Sub Section Cont.Sec. 1744 ' Station L 10+27 Offset 42.0' Rt Ground El. 33.0' Type of Boring 11obile B-61 Casing W.T.El. 21.0' Inspector ' Date 14arch 29, 1988 Sheet 1 of 2 BLOWS SAMPLE DESCRIPTION OF MATERIAL DEPTH PER FT. PROFILE TUBE NOS. ACP to 0.3'. 5 VED 16 *biedium dense, brown, moist, silt , fine to coarse sandy GRAVEL with cobbles. Retained 0.3'. 10 3 STD 12 5 PEN —Medium dense brown, moist gravelly, fine to medium SAND with trac 7 2 of organic. Retained 1.0'. kinsnfficient material for gradation 7 analysis). 2 STD S1.1, 14.C. = 11.5% 2 PEN Very loose, brown, moist, gravelly, silty, fine to coarse SAND with 4 2 I 3 trace of organic and SILT lenses. Retained 0.8'. 2 T 15 ti-1 2 STD S2.1, I.J.C. = 9.7% 4 PEN Loose, brown, dry, gravelly, very silty, fine to coarse SAND with 10 6 4 trace of organic. Retained 1.1'. 6 e 20 Original to Materials Engineer eooy to Bridge Engineer FORM 331-003 Eddy t0 O'strict Administrator DOT REVISED'a/" 88WCZ Sheet 3 of 7 sheets copy to Hole No. MH-2 Sub Section Gypsy Creek Drainage Sheet _2 of 1 BLOWS SAMPLE DESCRIPTION OF MATERIAL DEPTH PER FT. PROFILE I TUBE NOS. 3 STD 7 3 PEN Loose brown wet raveliv ver silt fine to coarse SAND with one 4 5 4" peat lense and two 1" sand lenses. 6 U-2 Pushed 1.0' met resistance. C � 25 11 STD Sli, 1:4.C. = 12.1°0 22 11 PEN Medium 11 6 SAND with slight trace of organic. 13 E b ring 77-0' Hole drilled easy. 30 I *Laboratory test result reflects the finer fraction of soil observed in the field. This is a summary Log of Test Boring., Soil/Rock descriptions are derived from visual field identifications and laboratory test data. ' I I 88WO51 Sheet 4 of 7 sheets l.OG OF TEST BORING WASHINGTON STATE DEPARTMENT OF TRANSPORTATION + _S.H. S.R. 405 SECTION Gypsy Creek Drainage Job No. L-8714 Hole No. bili-3 Sub Section Cont.Sec. 1744 Station L 10+32 Offset 72.0' Lt CY Ground El. 33.0' Type of Boring Mobile B-61 8" Augers Casing W.T.El. 21.8 Inspector Date tdarch 28, 1988 Sheet 1 of 2 BLOWS SAMPLE DESCRIPTION OF MATERIAL DEPTH PER FT. PROFILE TUBE NOS. ACP to 0.35' NOTE: Note proposed flow line is approximately-15.C'. 5 8 STD SP S1.1, M.C. _ 6.1% 28 12 PEN Dense, brown, dry, silty, gravelly, fine to coarse SAND. Retained 1.0'. 16 1 20 a 10 11 STD SP S1.1, K.C. = 8.0clo 16 7 PEN ldedium dense, brown, dry, raveliy, silty, fine to coarse SAPID with 9 2 trace of organic. Retained 0.9'. 110 8 j STD SP/Si:i, U.C. = 11.30,b 9 PEN 1.1edium dense, gray, moist, gravelly, silty, fine to coarse SAND. 18 2__L 3 Retained 1.2'. 10 j 15 3 STD 10 4 PEP7 Loose, grav, wet, gravellv, silty, fine to coarse SAPID with trace of 6 4 organic. Retained 1.5'. 8 4 STD 5 PEN 14edium dense, gray, wet, gravelly, silty, fine to coarse SAND with 11 6 5 one 1" peat lense. Retained 1.5'. � 4 r • 20 original to Materlais Engineer copy to Bridge Engineer FORM 391-003 copy to District AOministrator DOT REVISED t3/79 88WO51 Sheet 5 of 7 sheets copyto Hole No. blEl-3 Sub Section Gypsy Creek Drainage Sheet 2 of 2 BLOWS PROFILE SAMPLE DEPTH I PER FT. TUBE NOS. DESCRIPTION OF MATERIAL 4 STD 12 6 PEN Medium dense, 5!ray, wetgravelly, silty, fine to coarse SANT). 6 6 Retained 1.0'. 5 End of boring 22.0' below ground elevation Hole drilled easy. 25 This is a summary Log of Test Boring. Soil/Rock descriptions are derived from visual field identifications and laboratory II I II U + 88WO51 Sheet 6 of 7 sheets FORM ' A(X)DOT REVISED EV SED4,90 LOG OF TEST BORING WASHINGTON STATE DEPARTMENT OF TRANSPORTATION • S.N. S.R. 405 SECTION Gvpsv Creek Drainage Job No. L-8714 Hole No. P-4 Sub Section Cont.Sec. 1744 Station L 8+50 Offset 145.01 Rt CY Ground El. 20.0' Type of Boring Probe Casing W.T.El. 21.0' Inspector Date 1,1arch 29, 1988 Sheet 1 of I SAMPLE DEPTH PER F. PROFILE TUBE NOS. DESCRIPTION OF MATERIAL Wet mottled sandv SILT. Wet, gray, silty, fine to medium SAND. 5 Wet, brown PEAT. Wet, gray, fine to medium SAND. End of boring 8.0' below ground elevation. 10 .his is a summary Log of Test Boring. Soil/'Rock descriptions are derived from visual field observations. original to Materials Engineer Copy to BrlOge Engineer DOT wiv 6iotti%ie Cooy to District Administrator 88W051 Sheet 7 of 7 sheets Cooy to �l US Department of Transportation Fad*ral Highway AdmiNstratlon REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Page b. No part of this contract shall be subcontracted to any I. General ... . . . ... ... .. . .. . . . . . .. . . . . ......... I person or firm ineligible for award of a Government contract II. Nondiscrimination . . ....... . . . .. .. ... ..... .... I by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 111. Nonsegregated Facilities ....... ..... . .. .. . . . . . . 2 5.12(a)(1). IV. Payment of Predetermined Minimum Wage .. .... 3 c. The penalty for making false statements is prescribed V. Statements and Payrolls . . . . .... .... ........... 5 in the U.S. Criminal Code, 18 U.S.C. 1001. VI. Record of Materials, Supplies, and Labor • 6 11. NONDISCRIMINATION VII. Subletting or Assigning the Contract . . . . . . . . . . . . 6 VIII. Safety: Accident Prevention . . . . . . .. .... ....... 6 (Applicable to Federal-aid construction contracts and related subcontracts and purchase orders exceeding $10,000.) IX. False Statements Concerning Highway Projects .. 7 X. Implementation of Clean Air Act and Federal 1• Selection of Labor: During the performance of this Water Pollution Control Act contract, the contractor shall not: a. discriminate against labor from any other State, I. GENERAL possession, or territory of the United States, or b. employ convict labor for any purpose within the limits 1. These contract provisions shall apply to all work of the project unless it is labor performed by convicts who are performed on the contract by the contractor's own organization on parole, supervised release, or probation. and with the assistance of workers under the contractor's 2. Employment Practices: immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. a. The Equal Employment Opportunity Affirmative 2. Except as otherwise provided for in each section, the Action Notice set forth in 41 CFR 60-4.2 and the Equal contractor shall insert in each subcontract all of the stipulations Employment Opportunity Construction Contract Specifications contained in these Required Contract Provisions, and further set forth in 41 CFR 60-4.3 are incorporated by reference in this require their inclusion in any lower tier subcontract or purchase contract. order that may in turn be made. The Required Contract b. Regulation 41 CFR 60-4.2 requires goals and timetables Provisions shall not be incorporated by reference in any case. for minority and female participation expressed in percentage The prime contractor shall be responsible for compliance by terms for the contractor's aggregate work force in each trade any subcontractor or lower tier subcontractor with these on all construction work in the covered area.The goals for this Required Contract Provisions. contract are stated elsewhere in the bidding documents and in 3. A breach of any of the stipulations contained in these the construction contract. Required Contract Provisions shall be sufficient grounds for c. Regulation 41 CFR 60-4.3 provides specific affirmative termination of the contract. action standards the contractor shall implement to ensure equal 4. A breach of the following clauses of the Required Contract employment opportunity in achieving the minority and female Provisions may also be grounds for debarment as provided in participation goals set forth in paragraph 2b of this Section. 29 CFR 5.12: 3. Equal Opportunity Clause:During the performance of this Section 1, paragraph 2; contract, the contractor agrees as follows: Section IV, paragraphs 1, 2, 3, 4, and 7; a. The contractor will not discriminate against any Section V, paragraphs 1 and 2a through 2g. employee or applicant for employment because of race,color, religion, sex, or national origin. The contractor will take 5. Disputes arising out of the labor standards provisions of affirmative action to ensure that applicants are employed and Section IV(except paragraph 5)and Section V(except paragraph that employees are treated during employment without regard 3) of these Required Contract Provisions shall not be subject to their race,color,religion,sex,or national origin.Such action to the general disputes clause of this contract. Such disputes shall include,but not be limited to,the following:employment, shall be resolved in accordance with the procedures of the U.S. upgrading, demotion or transfer; recruitment or recruitment Department of Labor (DOL) as set forth in 29 CFR Parts 5, advertising;layoffs or termination; rates of pay or other forms 6, and 7. Disputes within the meaning of this clause include of compensation; and, selection for training, including disputes between the contractor(or any of its subcontractors) apprenticeship. The contractor agrees to post in conspicuous and the contracting agency, the DOL, or the contractor's paces,available to employees and applicants for employment, employees or their representatives. notices to be provided by the State highway agency (SHA) 6. Certification of Eligibility: By entering into this contract, setting forth the provisions of this nondiscrimination clause. the contractor certifies as follows: b. The contractor will,in all solicitations or advertisements a. Neither the contractor nor any person or firm who has for employees placed by or on behalf of the contractor, state an interest in the contractor's firm is ineligible to be awarded that all qualified applicants will receive consideration for Government contracts by virtue of Section 3(a) of the Davis- employment without regard to race, color, religion, sex, or Bacon Act or 29 CFR 5.12(a)(1). national origin. Form FHWA 1273—Previous editions are obsolete. Page 1 (Rev. 10-87) (50026-M115) c. The contractor will send to each labor union or as the SHA or the FHWA may direct as a means of enforcing representative of workers with which the contractor has a such provisions,including sanctions for noncompliance. In the collective bargaining agreement or other contract or event a contractor becomes involved in,or is threatened with, , understanding a notice to be provided by the SHA advising the litigation by a subcontractor or supplier as a result of such said labor union or workers'representative of the contractor's direction,the contractor may request the SHA to enter into such commitments under this Section 11, paragraph 3. litigation to protect the interests of the State. In addition, the d. The contractor will comply with all provisions of contractor may request the United States to enter into such ' Executive Order 11246,Equal Employment Opportunity,dated litigation to protect the interests of the United States. September 24, 1965,and of the rules,regulations(41 CFR Part 5. General Participation Requirements: 60), and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports a. Policy: It is the policy of the DOT that disadvantaged rules, regulations, business enterprises(DBE's),as defined in 49 CFR Part 23,shall required he Executive Order 11246 and or have equal opportunity and orders of the Secretary of Labor, pursuant thereto, and . will permit access to its books, records, and accounts by the contracts financed in whole participate in the performance ole or in part with Federal funds. Consequently, the requirements of 49 CFR Part 23 apply to Federal Highway Administration (FHWA) and the Secretary this contract. of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. b. Obligation: The contractor agrees to take all necessary f. In the event of the contractor's noncompliance with the steps to ensure that eligible businesses, as defined in 49 CFR nondiscrimination clauses of this Section 11, paragraph 3, or Part 23, have equal opportunity to compete for and perform with any of the said rules, regulations,or orders, this contract subcontracts financed in whole or in part with Federal funds may be canceled,terminated,or suspended in whole or in part. provided under this contract. The contractor may be declared ineligible for further c. The contractor's failure to carry out the requirements Government contracts or federally-assisted construction of paragraphs 5a and 5b of this Section II shall constitute a contracts in accordance with procedures authorized in Executive breach of contract and may result in termination of the contract Order 11246 and such other sanctions as may be imposed and or other appropriate action. remedies invoked as provided in Executive Order 11246 or by d. The contractor shall provide all information and reports rule, regulation, or order of the Secretary of Labor, or as required by 49 CFR Part 23 or directives issued pursuant thereto, otherwise provided by law. and shall permit access to its books, records, accounts, other g. The contractor will include the provisions of this Section sources of information and its facilities as may be determined II,paragraph 3,in every subcontract or purchase order so that by the SHA or the FHWA to be pertinent to ascertain such provisions will be binding upon each subcontractor or compliance with the regulations or directives. vendor,unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to Section 204 of Executive III. NONSEGREGATED FACILITIES ' Order 11246.The contractor will take such action with respect to any subcontract or purchase order as the SHA or the FHWA (Applicable to Federal-aid construction contracts and related may direct as a means of enforcing such provisions, including subcontracts exceeding $10,000.) sanctions for noncompliance. In the event a contractor becomes a. By submission of this bid,the execution of this contract a party to litigation by a subcontractor or vendor as a result or subcontract, or the consummation of this material supply of such direction,the contractor may request the SHA to enter agreement or purchase order, as appropriate, the bidder, into such litigation to protect the interest of the State. In Federal-aid construction contractor, subcontractor, material addition,the contractor may request the United States to enter supplier,or vendor,as appropriate,certifies that the firm does into such litigation to protect the interests of the United States. not maintain or provide for its employees any segregated 4. Selection of Subcontractors, Procurement of Materials, facilities at any of its establishments, and that the firm does and Leasing of Equipment: not permit its employees to perform their services at any location, under its control, where segregated facilities are a. The contractor shall not discriminate on the grounds maintained. The firm agrees that a breach of this certification of race, color, sex, or national origin in the selection and is a violation of the Equal Opportunity Clause in this contract. retention of subcontractors,including procurement of materials The firm further certifies that no employee will be denied access and leases of equipment. In all solicitations made by the to adequate facilities on the basis of sex. contractor each potential subcontractor or supplier shall be b. As used in this certification, the term "segregated notified by the contractor of the contractor's obligations under facilities"means any waiting rooms,work areas,restrooms and this contract relative to nondiscrimination on the grounds of washrooms, restaurants and other eating areas, timeclocks, race, color, sex, or national origin. locker rooms,and other storage or dressing areas,parking lots, b. In the event of the contractor's noncompliance with the drinking fountains, recreation or entertainment areas, nondiscrimination provisions of this Section 11, paragraph 4, transportation, and housing facilities provided for employees this contract may be subject to sanctions including but not which are segregated by explicit directive, or are, in fact, limited to the withholding of payments to the contractor under segregated on the basis of race, color, religion, or national the contract until the contractor complies and/or cancellation, origin, because of habit, local custom, or otherwise. termination,or suspension of the contract in whole or in part. c. The contractor agrees that it has obtained or will obtain c. The contractor shall include the provisions of this identical certification from proposed subcontractors or material paragraph 4 in every subcontract, including procurement of suppliers prior to award of subcontracts or consummation of materials and leases of equipment. The contractor shall take material supply agreements exceeding $10,000 and that it will such action with respect to any subcontractor or procurement retain such certifications in its files. Page 2 IV. PAYMENT OF PREDETERMINED MINIMUM c. If the contractor or subcontractors,as appropriate,the WAGE laborers and mechanics (if known) to be employed in the (Applicable to Federal-aid construction contracts and related additional classification or their representatives, and the subcontracts exceeding $2,000.) contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where 1. General: appropriate), a report of the action taken shall be sent by the a. All mechanics and laborers employed or working upon contracting officer to the U.S. Department of Labor, the site of the work will be paid unconditionally and not less Administrator of the Wage and Hour Division, Employment often than once a week and without subsequent deduction or Standards Administration,Washington,D.C.20210.The Wage rebate on any account [except such payroll deductions as are and Hour Administrator,or an authorized representative,will permitted by regulations issued by the Secretary of Labor under approve,modify,or disapprove every additional classification the Copeland Act(29 CFR Part 3)]the full amounts of wages action within 30 days of receipt and so advise the contracting and bona fide fringe,benefits(or cash equivalents thereof)due officer or will notify the contracting officer within the 30-day at time of payment. The payment shall be computed at wage period that additional time is necessary. rates not less than those contained in the wage determination d. In the event the contractor or subcontractors, as of the Secretary of Labor (hereinafter "the wage appropriate, the laborers or mechanics to be employed in the determination") which is attached hereto and made a part additional classification or their representatives, and the hereof, regardless of any contractual relationship which may contracting officer do not agree on the proposed classification be alleged to exist between the contractor or its subcontractors and wage rate (including the amount designated for fringe and such laborers and mechanics. The wage determination benefits,where appropriate),the contracting officer shall refer (including any additional classifications and wage rates the questions, including the views of all interested parties and conformed under paragraph 2 of this Section IV and the DOL the recommendation of the contracting officer,to the Wage and poster(WH-1321)or Form FHWA-1495)shall be posted at all Hour Administrator for determination.Said Administrator,or times by the contractor and its subcontractors at the site of the an authorized representative,will issue a determination within work in a prominent and accessible place where it can be easily 30 days of receipt and so advise the contracting officer or will seen by the workers. For the purpose of this Section, notify the contracting officer within the 30-day period that contributions made or costs reasonably anticipated for bona additional time is necessary. fide fringe benefits under Section l(b)(2)of the Davis-Bacon e. The wage rate (including fringe benefits where Act (40 U.S.C. 276a) on behalf of laborers or mechanics are appropriate)determined pursuant to paragraph 2c or 2d of this considered wages paid to such laborers or mechanics, subject Section IV shall be paid to all workers performing work in the to the provisions of Section IV, paragraph 3b, hereof. Also, additional classification from the first day on which work is for the purpose of this Section,regular contributions made or performed in the classification. costs incurred for more than a weekly period(but not less often 3. Payment of Fringe Benefits: than quarterly)under plans, funds,or programs,which cover the particular weekly period, are deemed to be constructively a. Whenever the minimum wage rate prescribed f the contract fora class of made or incurred during such weekly period.Such laborers and laborers a mechanics includes a fringe ex mechanics shall be paid the appropriate wage rate and fringe benefit which is not expressed as an hourly rate,the contractor benefits on the wage determination for the classification of work or subcontractors, as appropriate, shall either pay the benefit actually performed,without regard to skill,except as provided fide stated in the wage determination or shall pay another bona in paragraphs 4 and 5 of this Section IV. fide fringe benefit or an hourly cash equivalent thereof. b. If the contractor or subcontractor,as appropriate,does b. Laborers or mechanics performing work in more than not make payments to a trustee or other third person, he/she one classification may be compensated at the rate specified for may consider as part of the wages of any laborer or mechanic each classification for the time actually worked therein, the amount of any costs reasonably anticipated in providing provided,that the employer's payroll records accurately set forth bona fide fringe benefits under a plan or program, provided, the time spent in each classification in which work is performed. that the Secretary of Labor has found,upon the written request c. All rulings and interpretations of the Davis-Bacon and of the contractor, that the applicable standards of the Davis- Related Acts contained in 29 CFR Parts 1, 3,and 5 are herein Bacon Act have been met.The Secretary of Labor may require incorporated by reference in this contract. the contractor to set aside in a separate account assets for the 2. Classification: meeting of obligations under the plan or program. a. The SHA contracting officer shall require that any class 4. Apprentices and Trainees (Programs of the U.S. of laborers or mechanics employed under the contract, which Department of Labor): is not listed in the wage determination, shall be classified in a. Apprentices: conformance with the wage determination. (1) Apprentices will be permitted to work at less than b. The contracting officer shall approve an additional the predetermined rate for the work they performed when they classification,wage rate and fringe benefits therefor only when are employed pursuant to and individually registered in a bona the following criteria have been met: fide apprenticeship program registered with the U.S. (1) the work to be performed by the additional Department of Labor, Employment and TrainingAdministration,Bureau of Apprenticeship and Training,or with classification requested is not performed by a classification in a State apprenticeship agency recognized by the Bureau, or if the wage determination; ( a person is employed in his/her first 90 days of probationary 2) the additional classification is utilized in the area b Y employment as an apprentice in such an apprenticeship the construction industry; and program,who is not individually registered in the program,but (3) the proposed wage rate, including any bona fide who has been certified by the Bureau of Apprenticeship and fringe benefits,bears a reasonable relationship to the wage rates Training or a State apprenticeship agency(where appropriate) contained in the wage determination. to be eligible for probationary employment as an apprentice. Page 3 (2) The allowable ratio of apprentices to journeyman- the Wage and Hour Division determines that there is an level employees on the job site in any craft classification shall apprenticeship program associated with the corresponding not be greater than the ratio permitted to the contractor as to journeyman-level wage rate on the wage determination which the entire work force under the registered program. Any provides for less than full fringe benefits for apprentices, in employee listed on a payroll at an apprentice wage rate, who which case such trainees shall receive the same fringe benefits is not registered or otherwise employed as stated above, shall as apprentices. be paid not less than the applicable wage rate listed in the wage (4) In the event the Employment and Training determination for the classification of work actually performed. Administration withdraws approval of a training program,the In addition, any apprentice performing work on the job site contractor or subcontractor will no longer be permitted to utilize in excess of the ratio permitted under the registered program trainees at less than the applicable predetermined rate for the shall be paid not less than the applicable wage rate on the wage work performed until an acceptable program is approved. determination for the work actually performed. Where a contractor or subcontractor is performing construction on a c. Equal Employment Opportunity: project in a locality other than that in which its program is The utilization of apprentices,trainees,and journeymen- registered, the ratios and wage rates(expressed in percentages level employees shall be in conformity with the equal of the journeyman-level hourly rate)specified in the contractor's employment opportunity requirements of Executive Order or subcontractor's registered program shall be observed. 11246, 23 CFR 230A, and 29 CFR Part 30. (3) Every apprentice must be paid at not less than the 5. Apprentices and Trainees (Programs of the U.S. rate specified in the registered program for the apprentice's level Department of Transportation): of progress,expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices and trainees working under apprenticeship and Apprentices shall be paid fringe benefits in accordance with the skill training programs which have been certified by the provisions of the apprenticeship program. If the apprenticeship Secretary of Transportation as promoting equal employment program does not specify fringe benefits, apprentices must be opportunity in connection with Federal-aid highway paid the full amount of fringe benefits listed on the wage construction programs are not subject to the requirements of determination for the applicable classification. If the paragraph 4 of this Section IV. The straight time hourly wage Administrator for the Wage and Hour Division determines that rates for apprentices and trainees under such programs will be a different practice prevails for the applicable apprentice established by the particular programs. The ratio of apprentices classification, fringes shall be paid in accordance with that and trainees to journeymen shall not be greater than permitted determination. by the terms of the particular program. (4) In the event the Bureau of Apprenticeship and 6. Withholding: Training, or a State apprenticeship agency recognized by the The SHA shall upon its own action or upon written request Bureau, widthdraws approval of an apprenticeship program, of an authorized representative of the DOL withhold,or cause the contractor or subcontractor will no longer be permitted to to he withheld, from the contractor or subcontractor under this utilize apprentices at less than the applicable predetermined rate contract or any other Federal contract with the same prime for the comparable work performed by regular employees until contractor, or any other federally-assisted contract subject to an acceptable program is approved. Davis-Bacon prevailing wage requirements which is held by the b. Trainees: same prime contractor, as much of the accrued payments or (1) Except as provided in 29 CFR 5.16,trainees will not advances as may be considered necessary to pay laborers and be permitted to work at less than the predetermined rate for mechanics, including apprentices, trainees, and helpers, the work performed unless they are employed pursuant to and employed by the contractor or any subcontractor the full individually registered in a program which has received prior amount of wages required by the contract.In the event of failure approval, evidenced by formal certification by the U.S. to pay any laborer or mechanic, including any apprentice, Department of Labor, Employment and Training trainee,or helper,employed or working on the site of the work, Administration. all or part of the wages required by the contract, the SHA (2) The ratio of trainees to journeyman-level employees contracting officer may,after written notice to the contractor, on the job site shall not be greater than permitted under the take such action as may be necessary to cause the suspension plan approved by the Employment and Training of any further payment, advance, or guarantee of funds until Administration.Any employee listed on the payroll at a trainee such violations have ceased. rate who is not registered and participating in a training plan 7, Overtime Requirements: approved by the Employment and Training Administration shall No contractor or subcontractor contracting for any part be paid not less than the applicable wage rate on the wage of the contract work which may require or involve the determination for the classification of work actually performed. employment of laborers, mechanics, watchmen, or guards In addition, any trainee performing work on the job site in (including apprentices and trainees described in paragraphs 4 excess of the ratio permitted under the registered program shall and 5 above) shall require or permit any laborer, mechanic, be paid not less than the applicable wage rate on the wage watchman, or guard in any workweek in which he/she is determination for the work actually performed. employed on such work,to work in excess of 40 hours in such (3) Every trainee must be paid at not less than the rate workweek unless such laborer,mechanic,watchman,or guard specified in the approved program for his/her level of progress, receives compensation at a rate not less than one-and-one-half expressed as a percentage of the journeyman-level hourly rate times his/her basic rate of pay for all hours worked in excess specified in the applicable wage determination. Trainees shall of 40 hours in such workweek. be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe 8. Violation: benefits,trainees shall be paid the full amount of fringe benefits Liability for Unpaid Wages; Liquidated Damages: In the listed on the wage determination unless the Administrator of event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible c. Each contractor and subcontractor shall furnish each therefor shall be liable to the affected employee for his/her week in which any contract work is performed to the SHA • unpaid wages. In addition,such contractor and subcontractor resident engineer a payroll of wages paid each of its employees shall be liable to the United States (in the case of work done (including apprentices and trainees described in Section IV, under contract for the District of Columbia or a territory, to paragraphs 4 and 5 and watchmen and guards engaged on work such District or to such territory)for liquidated damages.Such during the preceding weekly payroll period). The payrolls liquidated damages shall be computed with respect to each submitted shall set out accurately and completely all of the individual laborer, mechanic, watchman, or guard employed information required to be maintained under paragraph 2b of in violation of the clause set forth in paragraph 7, in the sum this Section V.This information may be submitted in any form of $10 for each calendar day on which such employee was desired. Optional Form WH-347 is available for this purpose required or permitted to work in excess of the standard and may be purchased from the Superintendent of Documents workweek of 40 hours without payment of the overtime wages (Federal stock number 029-005-0014-1), U.S. Government required by the clause set forth in paragraph 7. Printing Office,Washington,D.C.20402.The prime contractor 9. Withholding for Unpaid Wages and Liquidated Damages: is responsible for the submission of copies of payrolls by all The SHA shall upon its own action or upon written request subcontractors. of any authorized representative of the DOL withhold,or cause d. Each payroll submitted shall be accompanied by a to be withheld, from any monies payable on account of work "Statement of Compliance," signed by the contractor or performed by the contractor or subcontractor under any such subcontractor or his/her agent who pays or supervises the contract or any other Federal contract with the same prime payment of the persons employed under the contract and shall contractor, or any other federally-assisted contract subject to certify the following: the Contract Work Hours and Safety Standards Act, which is (1) that the payroll for the payroll period contains the held by the same prime contractor, such sums as may be information required to be maintained under paragraph 2b of determined to be necessary to satisfy any liabilities of such this Section V and that such information is correct and complete; contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 (2) that such laborer or mechanic(including each helper, above. apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, V. STATEMENTS AND PAYROLLS without rebate, either directly or indirectly, and that no (Applicable to Federal-aid construction contracts and related deductions have been made either directly or indirectly from subcontracts exceeding $2,000.) the full wages earned,other than permissible deductions as set 1. Compliance with Copeland Regulations(29 CFR Part 3): forth in the Regulations, 29 CFR Part 3; The contractor shall comply with the Copeland Regulations of (3) that each laborer or mechanic has been paid not less the Secretary of Labor which are herein incorporated by than the applicable wage rates and fringe benefits or cash reference. equivalents for the classification of work performed,as specified 2. Payrolls and Payroll Records: in the applicable wage determination incorporated into the „ a. Payrolls and basic records relating thereto shall be contract. maintained by the contractor and each subcontractor during e. The weekly submission of a properly executed the course of the work and preserved for a period of 3 years certification set forth on the reverse side of Optional Form from the date of completion of the contract for all laborers, WH-347 shall satisfy the requirement for submission of the mechanics, apprentices, trainees, watchmen, and guards "Statement of Compliance" required by paragraph 2d of this working at the site of the work. Section V. b. The payroll records shall contain the name, social f. The falsification of any of the above certifications may security number,and address of each such employee,his or her subject the contractor to civil or criminal prosecution under correct classification,hourly rates of wages paid(including rates Section 1001 of Title 18 and Section 231 of Title 31 of the United of contributions or costs anticipated for bona fide fringe benefits States Code. or cash equivalents thereof of the types described in Section hours)worked, deductions made and actual wages paid. g. The contractor or subcontractor shall make the records of hours 1(b of the Davis-Bacon Act), daily and weekly number required under paragraph 2b of this Section V available for Whenever the Secretary of Labor, pursuant to Section IV, inspection, copying, or transcription by authorized paragraph 3b, has found that the wages of any laborer or representatives of the SHA,the FHWA,or the DOL,and shall mechanic include the amount of any costs reasonably anticipated permit such representatives to interview employees during in providing benefits under a plan or program described in working hours on the job. If the contractor or subcontractor Section I(b)(2)(B)of the Davis-Bacon Act, the contractor and fails to submit the required records or to make them available, each subcontractor shall maintain records which show that the the SHA, the FHWA, DOL, or all may, after written notice commitment to provide such benefits is enforceable, that the to the contractor, sponsor, applicant, or owner, take such plan or program is financially responsible, and that the plan actions as may be necessary to cause the suspension of any or program has been communicated in writing to the laborers further payment,advance,or guarantee of funds. Furthermore, or mechanics affected, and records which show the costs failure to submit the required records upon request or to make anticipated or the actual costs incurred in providing such such records available may be grounds for debarment action benefits. Contractors or subcontractors employing apprentices pursuant to 29 CFR 5.12. or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and 3. Final Certificate: certification of trainee programs,the registration of apprentices Upon completion of the contract, the contractor shall and trainees, and the ratios and wage rates prescribed in the submit to the SHA contracting officer, for transmission to the applicable programs. FHWA with the voucher for final payment for any work Page 5 performed under the contract, a certificate concerning wages a. "Its own organization" shall be construed to include and classifications for laborers, mechanics, watchmen, and only workers employed and paid directly by the prime contractor guards employed on the project, in the following form: and equipment owned or rented by the prime contractor,with • • • • • or without operators. Such term does not include employees or equipment of a subcontractor,assignee,or agent of the prime The undersigned contractor on contractor. - b. "Specialty Items" shall be construed to be limited to (Project No.) work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting hereby certifies that all laborers, mechanics, apprentices, organizations qualified and expected to bid on the contract as trainees,watchmen,and guards directly employed or employed a whole and in general are to be limited to minor components by any subcontractor performing work under the contract on of the overall contract. the project have been paid wages at rates not less than those 2. The contract amount upon which the requirement set forth required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice, or in paragraph 1 of this Section VII is computed includes the cost trainee,watchman,and guard conformed to the classifications of materials and manufactured products which are to be set forth in the contract or training program provisions purchased or produced by the contractor under the contract applicable to the wage rate paid. provisions. Signature and title 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm,has • full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations(regardless of who performs the work) VI. RECORD OF MATERIALS, SUPPLIES, and (b) such other of its own organizational resources AND LABOR (supervision,management,and engineering services)as the SHA 1. On all Federal-aid primary,urban,and Interstate System contracting officer determines is necessary to assure the contracts,except those which provide solely for the installation performance of the contract. of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis,highway 4. No portion of the contract shall be sublet, assigned or beautification contracts,and contracts for which the total final otherwise disposed of except with the written consent of the construction cost for roadway and bridge is less than$1,000,000 SHA contracting officer,or authorized representative,and such (23 CFR Part 635) the contractor shall: consent when given shall not be construed to relieve the a. Become familiar with the list of specific materials and contractor of any responsibility for the fulfillment of the supplies contained in Form FHWA-47, "Statement of Materials contract.Written consent will be given only after the SHA has and Labor Used by Contractor of Highway Construction assured that each subcontract is evidenced in writing and that • Involving Federal Funds,"prior to the commencement of work it contains all pertinent provisions and requirements of the prime under this contract. contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work,and also of the quantities of those specific materials and supplies listed VIII. SAFETY: ACCIDENT PREVENTION on Form FHWA-47, and in the units shown on Form 1. In the performance of this contract the contractor shall FHWA-47. comply with all applicable Federal, State, and local laws c. Furnish, upon the completion of the contract, to the governing safety,health,and sanitation(23 CFR Part 635).The SHA resident engineer on Form FHWA-47 together with the contractor shall provide all safeguards, safety devices and data required in paragraph lb relative to materials and supplies, protective equipment and take any other needed actions as it a final labor summary of all contract work indicating the total determines,or as the SHA contracting officer may determine, hours worked and the total amount earned. to be reasonably necessary to protect the life and health of 2. At the prime contractor's option, either a single report employees on the job and the safety of the public and to protect covering all contract work or separate reports for the contractor property in connection with the performance of the work and for each subcontract shall be submitted. covered by the contract. VII. SUBLETTING OR ASSIGNING 2• It is a condition of this contract, and shall be made a THE CONTRACT condition of each subcontract entered into pursuant to this 1. The contractor shall perform with its own organization contract, that the contractor and any subcontractor shall not contract work amounting to not less than 30 percent(or a greater require any laborer or mechanic employed in performance ofthe contract to work in surroundings or under conditions which percentage if specified elsewhere in the contract)of the total g original contract price,excluding any specialty items designated are unsanitary, hazardous, or dangerous to his/her health or by the State.Specialty items may be performed by subcontract safety, as determined under construction safety and health and the amount of any such specialty items so performed may standards [Title 29, Code of Federal Regulations, Part 1926 be deducted from the total original contract price before (formerly Part 1518) as may be revised] promulgated by the computing the amount of work required to be performed by Secretary of Labor, in accordance with Section 107 of the the contractor's own organization (23 CFR Part 635). Contract Work Hours and Safety Standards Act(83 Stat. 96). Page 6 IX. FALSE STATEMENTS CONCERNING Roads Act approved July I, 1916, (39 Stat. 355), as amended HIGHWAY PROJECTS and supplemented; In order to assure high quality and durable construction in "Shall be fined not more than $10,000 or imprisoned not + conformity with approved plans and specifications and a high more than 5 years, or both." degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects,it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, X. IMPLEMENTATION OF CLEAN AIR ACT AND and honestly as possible. Willful falsification, distortion, or FEDERAL WATER POLLUTION CONTROL ACT misrepresentation with respect to any facts related to the project is a violation of Federal law.To prevent any misunderstanding (Applicable Federal-aid construction contracts and related regarding the seriousness of these and similar acts,the following subcontracts exceeding $100,000.) notice shall be posted on each Federal-aid highway project(23 By submission of this bid, or the execution of this contract CFR Part 635)in one or more places where it is readily available or subcontract, as appropriate, the bidder, Federal-aid to all persons concerned with the project: construction contractor,or subcontractor,as appropriate,will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt NOTICE TO ALL PERSONNEL ENGAGED ON under the Clean Air Act, as amended(42 U.S.C. 1857 et seq., FEDERAL-AID HIGHWAY PROJECTS as amended by Pub. L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251, et seq., Title 18, United States Code, Section 1020, reads as follows: as amended by Pub. L. 92-500), Executive Order 11738, and "Whoever,being an officer,agent,or employee of the United regulations in implementation thereof(40 CFR Part 15)is not States, or of any State or Territory, or whoever, whether a listed,on the date of contract award,on the U.S.Environmental person,association,firm,or corporation,knowingly makes any Protection Agency(EPA)List of Violating Facilities pursuant false statement, false representation, or false report as to the to 40 CFR 15.20. character, quality,quantity,or cost of the material used or to 2. That the firm agrees to comply and remain in compliance be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the with all the requirements of Section 114 of the Clean Air Act submission of plans, maps, specifications, contracts, or costs and Section 308 of the Federal Water Pollution Control Act of construction on any highway or related project submitted and all regulations and guidelines listed thereunder. for approval to the Secretary of Transportation; or. 3. That the firm shall promptly notify the SHA of the receipt + "Whoever knowingly makes any false statement, false of any communication from the Director, Office of Federal representation, false report or false claim with respect to the Activities, EPA, indicating that a facility that is or will be character,quality,quantity,or cost of any work performed or utilized for the contract is under consideration to be listed on to be performed,or materials furnished or to be furnished,in the EPA List of Violating Facilities. connection with the construction of any highway or related 4. That the firm agrees to include or cause to be included project approved by the Secretary of Transportation; or the requirements of paragraphs 1 through 4 of this Section X "Whoever knowingly makes any false statement or false in every nonexempt subcontract,and further agrees to take such representation as to material fact in any statement,certificate, action as the government may direct as a means of enforcing or report submitted pursuant to provisions of the Federal-Aid such requirements. Page 7 1 AMENDMENT 2 REQUIRED CONTRACT PROVISIONS 3 FEDERAL-AID CONSTRUCTION CONTRACTS 4 (Exclusive of Appalachian Contracts) 5 6 Under Section IV, Paragraph 4a(1), add: 7 8 The provisions in this section allowing apprentices to work at less than the 9 predetermined rate when they are registered in a bona fide apprenticeship 10 program registered with the U.S. Department of Labor, Manpower 11 Administration, or with the Bureau of Appreticeship and Training, does not 12 preclude a requirement for the Contractor to pay apprentices the full 13 applicable predetermined rate in the event a State Apprenticeship Agency, 14 recognized by the Bureau, has not approved, or withdraws approval, of an 15 apprenticeship program. 16 17 Under Section V, Paragraph 3 entitled Final Certificate is deleted. 18 19 Under Section VII, Item No. 1 is revised to read: 20 21 1. The Contractor shall perform with its own organization contract work 22 amounting to not less than 40 percent of the original total contract 23 price, except that any items designated by the State as "Specialty 24 Items" may be performed by subcontract and the amount of any such 25 "Specialty Items" so performed may be deducted from the original 26 total contract price before computing the amount of work required to 27 be performed by the Contractor's own organization. 28 29 Amendment to Form FHWA 1273 30 Revised April 4, 1988 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 i1CCUPAT(ON : CARPENTERS LOCATION: CLALLAN, GRAYS HARBOR. ISLAND, JEFFERSON* KING, KITSAP, LEWIS, MASON, PACIFIC INORTH OF WAHCLAKUM COUNTY NORTHERN BOUNDARY FXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT , SNOHOM-ISH, THURSTON# WHATCOM, AND YAKIMA COUNTIES FRINGF BFNFFITS TOTAL HOURLY BENEFITS 2.96 3/HR. FEDERAL WAGF RATFS OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FFDERAL WAGE RATE GROUP LISTING ****** 070-0040 BRIDGE. DCCK AND WHARF BUILDER -- 17.52 070-0060 CARPENTER -- 17.32 070-0100 CARPENTER - WORKING BURNED, CHARRED, -- 17.42 CREOSOTEC OR TREATED MATERIAL 070-0200 MILLWRIGHT AND MACHINE ERECTOR -- 17. 32 070-0250 PILEURIVFR -- 17. 52 070-0300 SAW FILER -- 17.45 070-0330 STATIONARY POWER SAW CPERATOR -- 17.45 070-0340 STATIONARN POWER WOODWORKING TCOL OPERATOR -- 17.45 r f SR 405 GYPSY CREEK DRAINAGE IMPRCVEMFNT P8W051 PAGE 1 HWY-R3?3?0-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 03, 1938 OCCUPATTiIN: CARPENTERS LOCATION : CLALLAN, GRAYS HARBOR, ISLAND. JEFFERSON , KING, KLTSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMLSH, THURSTON AND WHATCJM CUUNTIES FRINGF BFNEFITS HFALTH AND WELFARE 1. 50 $ /HR . STATE PFNSION 1.40 $/HR. STATE TRAINING FUND .06 $/Hit. STATE WAGE RATFS OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE *****## STATE WAGE RATE GROUP LISTING 070-0O?0 ACCOUSTICAL WORKER 18 .03 -- 070-0040 BRIDGE, DOCK AND WHARF BUILDER 18.07 -- 070-nO60 CARPENTFR 17. 87 070-0100 CARPENTER - WCRKING BURNED, CHARRED, 17.97 -- CREOSOTED OR TREATED MATERIAL 070-0140 DRYWALL APPLICATOR 17. 87 -- 070-0190 FLOOR FINISHER 18.00 -- 070-0160 FLOOR LAYFR 18 .00 070-0170 FLOOR SANDER 18.00 070-0200 MILLWRIGHT AND MACHINE ERECTOR 18 . 37 -- 070-0250 PILEDRIVER 18.07 -- 070-0300 SAW FILER 18.00 070-0310 SHINGLER - WOOD AND COMPOSLT•ION 18 .00 -- 070-0330 STATIONARY POWER SAW OPERATOR( 18.00 -- 070-0340 STATIONARY POWER WOCDWORKING TOOL OPERATOR 18.00 -- OTHFR 070-9070 STATE: OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HRS ./DAY OR 40 HRS./WK., MON. THRU FRI . , AND ALL HRS. WORKFD SAT. (EXCEPT MAKE-UP DAYS) • PAID AT 1 1/2 TIMES REGULAR RATE. ALL HCURS WORKED SUN. AND HOLIDAYS PAID AT DOUBLE REGULAR RATE. SR 405 GYPSY CRFFK DRAINAGF IMPROVEMENT 88WO51 PAGE 2 HWY-R3?320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 t1CCUPAT I ON: CAKP ENTFRS 1_[1CATIUN : CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS , MASON, PIFRCF, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES OTHFR 070-9071 STATE : HOLIDAYS - NEW YFARS DAYS MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHRIST.MAS DAY. 070-9072 STATE: FOREMAN - $1 .00 ABOVE THE HIGHEST JOURNFYMAN WAGE SUPERVISED. y SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8SWO51 PAGE 3 flWY-R 32.3 20-AA PREVA It ING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: CEMFNT MASONS 1 0CAT ION: CLALLAM. GRAYS HARBOR . JEFFERSON, KING ( THAT PORTION SOUTH OF AN EAST-WEST LINE ON 190TH ST. S.W. WHERE IT STARTS AT THE PUGET SOUND AND EXTENDS EAST TO THE COUNTY LINEI , KLTSAP, KITTITAS ( WFSTERN PORTION ONE MILE WEST OF EASTON), LEWIS, MASON, PACIFIC ( NORTHERN PORTION) , PIERCE AND THURSTON COUNTIES. FkINGF BENEFITS TOTAL HOURLY BENEFITS 3 .45 S/HR. FEOERAL WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FFnFRAL WAGE RATE GROUP LISTING ****#* 090-0010 CEMENT MASON -- 17. 86 090-0020 COLOR -- 18.11 090-0030 COMPOSITION, EPDXY -- 18. 11 090-0070 GRINDER -- 18. 11 090-0080 GUNITE NVZZLEMAN -- 18. 11 090-0110 MASTIC -- 18.11 090-0140 PCWFR TCGL OPERATOR -- 18. 11 090-0390 TROWEL MACHINE -- 18. 11 SR 405 GYPSY CREEK DRAINAGE IMPRCVFMENT R8WO51 PAGE 4 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: CEMENT MASONS tOCATION : ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, KING ( NURTHERN PORTION) AND WHATCOM COUNT IFS. FRINGE RFNFFITS TOTAL HOURLY BENEFITS 3.00 S/HR. FEDERAL WAGF RATF S OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRI PTLON RATE RATE ****** FEDERAL WAGE RATF GROUP LISTING ****** 090-0010 CEMENT MASON -- 16.95 090-0020 C CLOR -- 17.20 090-0030 COMPOSITION, EPDXY __ 17.20 090-0070 GRINOFR __ 17.20 090-0080 GUNITE NOZZLEMAN -- 17.20 090-0110 MASTIC -- 17.20 090-0140 POWER TOOL OPERATOR 17.20 090-0190 POWER TROWEL MACHINE -- 17.20 SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT S 8WO 51 PAGE 5 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCtJPATtnN: CEMENT MASONS LOCATION : CLALLAM, GRAYS HARBOR. JEFFERSON• KING• KITSAP. LEwIS• MASON, PACIFIC. PIERCE, AND THURSTON COUNTIES FR INGF BENEFITS HFALTH ANO WELFARE 1.60 E/HR . STATE PFNSICN 1.75 $/HR. STATE TRAINING FUND .10 E/HR. STATE ►;AGE RATES OCCUPATION OCCUPATION STATE FEDERAL GOOF DESCRIPTLON RATE RATE ******# STATE WAGE RATF GROUP LISTING GROUP 1 090-0260 APPLICATION OF SEALING C OMPCUND 18.41 -- 090-0015 CEMENT MASON - BUILDING GENERAL 18.41 -- 090-0210 CONCRETE PAVING 18.41 -- 090-0240 CURB AND GUTTER 18.41 -- 090-0230 CURING CONCRETE 18.41 -- 090-0220 PATCHING CONCRETE 18.41 -- 090-0250 SIDEWALKS 18.41 -- GROUP 2 090-0330 APPLICATION OF UNDERLAYMENT 18.66 -- j 090-0350 COMPOSITION MASTIC 18 .66 -- 090-0280 CONCRETE SAW ( SELF PONERE01 18.66 -- 090-0360 EPDXY 18.66 -- 090-0310 FINISH CGLCRED CONCRETE 18.66 -- 090-0075 GRINDER . HAND POWERED 18.66 -- 090-0370 GUNITE NOZZLEMAN 18.66 -- 090-027U PLASTIC 18.66 -- 090-0290 PCWER TOOLS (GRINDERS AND ALL OTHERS ) 18.66 -- 090-0190 POWER TROWEL MACHINE 19.66 -- 090-0300 SANDBLASTING ARCHI T EC TUAL FINISH 18. 66 -- 090-0370 TUNNEL WORKFRS 18.66 -- GROUP 3 SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 88WO51. PAGE 6 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 dCCHPATIO N: CEMENT MASONS 1 0CATION : CLALLAN. GRAYS HARBOR, JEFFERSON* KING, KITSAP, LEWISr MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES WA,F RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ******* STATE ;SAGE RATE GROUP L ISIING ** **** GROII P 3 090-0140 TROWEL MACHINE CN COLORED SLABS. 19. 91 -- COMPOSITION OR KALMAN FLOORS OTHFR 090-9090 STATE : FOREMAN 2-5 MEN SUPERVISED 3/HR 19.26 6 OR MORE MEN SUPERVISED 19.91 GENERAL FOREMAN 21 .39 090-9095 STATE : OVERTIME - ALL HOURS MORKED IN EXCESS OF 8 HRS/DAY OR 40 HRS/WK. , MON THRU FRI AND ALL HRS WORKED ON SAT, (EXCEPT MAKE-UP DAYS ) SHALL BE PAID 1 1/2 TIMES REGULAR RATE OF PAY. ALL HRS WORKED ON SUN. AND HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE OF PAY. 090-9100 STATE : HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY, 4TH CF JULY, LABOR DAY. THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHR I STMAS DAY. SR 405 GYPSY CREEK DRAINAGE IMPROVFMENT 88W051 PAGE 7 H'4Y-R3?320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 nf.Ci1PAT InN: FENCE ERECTORS AND FENCE LABORERS 1 41CATION : CLALLAM. GRAYS HARBOR, ISLAND. JEFFERSON. KING, KITSAP . LEWIS. MASON. PACIFIC (NORTH OF WAHKIAKUP COUNTY NORTHERN BOUNDAkY EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE• SKAGI T, SNOHO MISH, THURSTON. WHATCCM COUNTIES• AND YAKIMA COUNTY ( THAT PnRTIOK LYING WEST OF THE 120TH MERIDIAN) . wAGF R ATF S nCCUPATIU►V OCCUPATION STATE FEDERAL C()(1F DESCRIPTION RATE RATE ******* STATE WAGE RATE GROUP LISTING ******* 250-0010 FENCE ERECTOR 13.00 -- 250-0020 FENCE LABORER 10.95 -- SP 405 GYPSY CREEK DRAINAGE IMPROVEMENT BRWn51 PAGE 8 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 1CCUPATION : FLAGGERS 4 LOCATION : CHFL AN, CLALLAM, DOUGLAS * GRAYS HARBOR, ISLAND, JEFF ER SON, KING, KITSAP , KITTITAS, LEWIS, MASON, ➢ACLFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCGM AND YAKIMA COUNTIES FRINGF BENEFITS TOTAL HOURLY BENEFITS 3.43 $/HR. STATE WAGF RATES OCCUPATION OCCUPATPON STATE FEDERAL CODE DESCRIPTION RATE RATE ******* STATF WAGE RATE GROUP LISTING ******* 260-0010 FLAGGFR 10 .78 -- OTHFR 260-9260 STATE : OVFRTINE - ALL HOURS WORKEC IN EXCESS OF 8 HOURS PFR DAY OR 40 HOURS PER WEEK SHALL BE PAID AT 1 112 TIMES THE REGULAR RATE OF PAY. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 88W051 PAGE 9 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 1)000P4TInN: FLAGGERS t_f)CATION : CLALLAM, GRAYS HARBOR, ISLAND. JEFFERSON * KING, KITSAP, LFWIS , MASON, PACIFIC (NORTH OF WAHKIAKUM COUNTY NORTHERN RnUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, ' SAN JUAN, SKAGIT., SNnHOMISH, THURSTON, WHATCOM AND THE PCRTION OF THE FOLLOWING CCUNTY LYING 'WEST OF THE 120TH MFRIDIAN: YAK IMA FRLN,,F BFNFFITS Tf1TAL HOURLY BENEFITS 3.43 E/HR. FEDERAL WAGF RATES 0CCUPATION OCCUPATION STATE FEDERAL CODF DESCRIPTION RATE RATE ****** FFOERAL WAGE RATE GROUP LISTING # 260-0020 FLAGMEN -- 10. 78 SR 405 GYPSY CRFEK DRAINAGE IMPROVFMFNT 8 SWO 51 PAGE 10 HWY-R32370-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: IRONWORKERS t_nCATION : STATEWIDE EXCEPT D.O.E. HANFORD SITE IN BENTON AND FRANKLIN COUNT I FS FRIN.:,F KFNEFITS TnTAL HOURLY BENEFITS 5.46 S/HR. FEDERAL WAGF RATES OCCUPATION OCCUPATION STATE FEDERAL rODF DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****#* 330-0005 IRONWORKERS -- 18.26 SR 405 GYPSY CREEK DRAINAGF IMPRCVEMENT 9 AW051 PAGE 11 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: IRONWORKERS LOCATION: STATEWIDE , FkINGF BFRFFITS APPRENTIf FSHIP .25 $/HR. STATE HEALTH AND WFLFARE 2.36 S/HR. STATE PFNSIUN 2. 15 $/HR . STATE ANNUITY .45 $/HR STATE WAGE RATES +OCCUPAT[ON OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ******* STATF WAGF RATE GROUP LISTING 330-0010 BURNERS 18 .26 -- 330-0100 FORMAN 19. 76 -- 330-0110 GENFRAL FURMAN 20. 76 -- 330-0005 IRONWORKERS 18. 26 -- 330-0040 ORNAMENTAL 18. 26 -- 330-0050 REINFORCING 18.26 -- 330-0060 RIGGERS 18.26 -- 330-0080 STRUCTURAL 18.26 -- 330-0090 WELDERS 18.26 -- OTHFR 330-0000 STATF: HOLIDAYS-NFW YEAROS DAY, MEMORIAL DAY, FOURTH OF JULY, LABOR DAY. THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. 330-9010 STATE : OVERTIME-THE FIRST 2 HOURS IN EXCESS OF A HOURS PER DAY, MCNDAY THROUGH FRI DAY, AND THE FIRST LO HOURS ON SATUR AY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE REGULAR RATF OF PAY. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE REGULAR RATE OF PAY. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8RW051 PAGE 12 HWY-R32320-AA PRFVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 OCCUPATION: LABORERS LnCAT [ON: CLALLAM. GRAYS HARBOR, ISLAND. JEFFERSON, KING• KLTSAP, LEWIS , MASON, PACIFIC (NORTH OF WAHKIAKU M COUNTY NORTHERN BOUNDARY EXTENOED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SAN JI)AN, SKAGLT, SNOHOMISH, THURSTON, WHATCOM AND THE PORTION OF THE FOLLOWING CCUNTY LYING WEST OF THE 120TH MFRIDIAN: YAKIMA FRINGE BFNFFITS TOTAL HOURLY BENEFITS 3.43 3/HR . FEDERAL WAGF RATES IlCf. UPATION OCCUPATION STATE FEDERAL CnDF DESCRIPTION RATE RATE *****# FEDERAL WAGE RATE GROUP LISTING *# GROUP 1 350-0730 FENCE LABORER -- 8.46 350-0745 FINAL CLEAN-UP -- 8.46 350-2101 WINDOW CLEANER -- 8.4b • G Rnij P 2 350-04% BATCH WEIGHMAN -- 10. 78 350-0461 CRUSHER FEEDER -- 10.78 350-1260 PILOT CAR -- 10.78 350-1871 TOOLROOM MAN (AT JOB SITE ) -- 10. 78 GROI)P 3 350-0081 BALLAST REGULATOR MACHINE -- 15.46 350-0241 CARPENTER TENDER -- 15.46 350-0271 CEMENT FINISHER TENDER -- 15.46 350-0310 CHIPPER -- 15.46 350-0140 CHUCK TENDER -- 15.46 350-0390 CONCRETE FORM STRIPPER -- 15.46 350-0471 CURING CONCRETE -- 15.46 350-0520 OE:MOLITICN, WRECKING AND MOVING ( INCL. -- 15.46 CHARRED MATERIALS ) 350-0710 EPDXY TECHNICIAN -- 15.46 350-0810 GABION BASKET BUILDER -- 15.46 SR 405 GYPSY CREEK DRAINAGE IMPRCVFMENT 88WO51 PAGE 13 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 OCCUPATION: LABORERS LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, , LEWIS. MASON. PACIFIC INORTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE. ,AN JUAN. SKAGIT, SNOHOMISH. THURSTON, WHATCOM AND THE PORTION OF THE FOLLOWING COUNTY LYING WEST OF THE 120TH MFRI DI AN: YAK IMA WAGE RATFS (ICCl1PATION OCCtPATION STATE FEDERAL CODF DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** GROUP 3 35n-0821 GENERAL LABORER -- 15.46 35n-0860 GRINDERS -- 15.46 350-1371 PCT TENDER -- 15.46 35n-1391 PnWDERMAN HELPER -- 15.46 350-1765 STAKF HOPPER -- 15.46 350-1880 TOPMAN - TAILMAN -- 15.46 350-1941 TL(;GFR OPERATOR -- 15.46 350-2030 VIBRATING SCREED ( AIR, GAS OR ELECTRIC ) -- 15.46 GROUP 4 350-0051 ASPHALT RAKFR -- 15.94 390-0250 CEMENT DUMPER - PAVING -- 15.94 350-0421 CCNCRETE SAW UPERATOR -- 15.94 350-0650 DRILLER - WAGON AND AIR TRACK OPERATOR -- 15. 94 350-0720 FALLER AND BUCKER - GRAIN SAW -- 15.94 350-OR30 GRADE CHECKFR -- 15.94 350-0951 HIGH SCALER -- L5.94 350-0966 HOD CARRIER -- 15.94 350-0981 JACKHAMMER -- 15. 94 350-1091 MANHOLE BUILDER -- 15. 94 350-1200 NGZZLEMAN (CONCRETE PUMP . GREEN CUTTER WHEN -- 15.94 USING COMBINATION OF HIGH PRESSURE AIR AND WATER ON CONCRETE AND ROCK, SANDBLAST, GUNNITE , SHOTCRETE) WATER BLASTER 350-1256 PAVEMENT BREAKER -- 15.94 350-1315 PIPE RELTNFR (NOT INSERT TYPE ) -- 15.94 350-1280 PIPELAYER AND CAULKER -- 15.94 SR 405 GYPSY CREEK DRAINAGE I MPRi'VFMENT 88W051 PAGF 14 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08t 1988 1CCaPATION: LABORERS LOCATIDN : CLALLAN, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KIT.�AP , LFW[S. MASON, PACIFIC ( NCRTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JOAN, SKAGIT, SNOHOMISN, THURSTON, WHATCOM AND THE PDRTION OF THE FOLLOWING COUNTY LYING WEST OF THE 120TH MFRI DI AN: YAK IMA WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING **#*** (;RfJ(JP 4 350-14R5 RAILROAD SPIKE PULLER (POWERI -- 15.94 350-1753 SPREADER (CONCRETE ) -- 15.94 350-1751 SPREADER - CLARY POWER OR SIMILAR TYPES -- 15.94 3SO-1640 TAMPER ( MULTIPLE AND SELF PROPELLED) -- 15. 94 350-1P20 TAMPER AND SIMILAR ELECTRIC, ALR ANC GAS -- 15.94 OPERATED TOOLS 350-1865 TIMBERMAN - SEWER I LAGGER, SHORER, 6 CRIBBER ) -- 15. 94 350-1905 TRACK LINER (POWER ) -- 15.94 350-2000 VIBRATOR -- 15.94 350-2091 WELL-POINT MAN -- 15.94 C ROl)P 5 3 50-0200 CAISSON WORK ER -- 16.30 350-1110 MINFR 16.30 350-1380 POtvDERMAN -- 16.30 350-1500 RE-TIMBERMAN -- 16. 30 OTHFR 350-9500 FEDERAL: FCOTNOTE "C" - THE FGLLOWING REDUCED RATFS MAY BF PAID ON PROJECTS WHICH HAVE A TOTAL VALUE LESS THAN $3 9000 ,000, EXCLUDING THE COST OF ELECTRICAL. MECHANICAL, AND UTIL- ITIES. UTILITIES INCLUDE SANITARY AND STORM SEWFRAGE AND FACILITIES FOR THE DELIVERY OF WATER, ELECTRICITY. GAS AND COMMUNICATIONS. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8SWO51 PAGE 15 HWY—P32320—AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: LARnRERS L0("AT ION : CL4LLAN. GRAYS HARBOR. ISLAND, JEFFERSON . KING, KITSAP , LEWIS, MASON, PACIFIC (NGRTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTFNDFD DUE WEST TO THE PACIFIC OCEAN [s PIERCE* ' SAN JUAN, SKAGIT, SNOHOMISN, THURSTON* WHATCOM AND THE PC'RTION OF THE FOLLOWING COUNTY LYING WEST OF THE 120TH MFRIDI AN: YAK IMA OTHFR 350-9501 GROUP 1 $8.46/HR. GROUP 2 10. 78 GROUP 3 12.69 G ROUP 4 13.20 GROUP 5 13.40 SP 405 GYPSY CREEK DRAINAGE IMPROVEMENT 86WO51 PAGE 16 liWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 OCCUPATION : LABORERS I_fl(.ATION : CLALLAM, GRAYS HARBOR. JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC. PIERCE. SNOHOMISH AND THURSTON COUNTIES FRINGE BENFFITS HEALTH AND WELFARE 1 .75 S/HR. STATE PFNSION 1.55 S/HR. STATE TRAINING FUND .13 $/HR. STATE WAGF RATFS OLCUPAT ION OCCUPATION STATE FEDERAL CnDE DESCRIPTION RATE RATE '�** # STATE kAGF RATE GROUP LISTING ****** GROUP 1 350-2100 WINDOW CLEANER 8.46 -- GROUP 2 350-0090 BATCH WEbGHMAN 10.78 -- 350-0460 CRUSHER FFFDER 10. 78 -- 350-1260 PILOT CAR 10. 78 -- 350-1870 TCOLROOM MAN (AT JOB SITE) 10. 78 -- GROUP 3 350-0060 BALLAST REGULATOR MACHINE 15.46 -- 350-0240 CARPFNTEK TENDER 15.46 -- 350-0270 CEMENT FINISHER TENDER 15 .4b -- 350-0310 C HIPPFR 15. 46 -- 350-0340 CHUCK TENDER 15.46 -- 350-0350 CLEAN-UP LABORER 15 .46 -- 350-0390 CONCRETE FORM STkIPPER 15. 46 -- 150-0470 CURING CONCRETE 15.46 -- 350-0520 DEMOLITION. WRECKING AND MOVING ( INCL. 15.46 -- CHARRED MATERIALS ) 350-0710 EPDXY TECHNICIAN 15.46 -- 350-0810 GABTON BASKFT BUILDER 15 .46 -- 350-0820 GENFRAL LABORER 15.46 -- 350-0860 GRINDERS 15.46 -- 350-1370 PCT TENDER 15.46 -- SR 405 GYPSY CRFEK ORAINAGF IMPROVEMENT RAW051 PAGE 17 HWY-R3?370-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08t 1988 I)Cf;UPA T ION: LABORERS Lf)CATION : C.LALLAN, GRAYS HARBOR, JEFfERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOM I SH AND THURSTON COUNTIES WAGE RATES , OCCUPATION OCCUPATION STATE FEDERAL CODF DESCRIPTION RATE RATE *###*# STATE WAGE RATE GROUP L I ST INr ###### GROUP 3 350-1390 PCWOERMAN HELPER 15.46 -- 350-1765 STAKF HOPPER 15.46 -- 350-1880 TCPMAN - TAILMAN 15.46 -- 350-1940 TUGGER OPERATOR 15.46 -- 350-2030 VIBRATING SCREED ( AIR . GAS OR ELECTRIC) 15 .46 -- GROUP 4 350-0050 ASPHALT RAKFR 15.94 -- 350-0250 CEMENT DUMPER - PAVING 15.94 -- 350-0420 CONCRETE SAW OPERATOR 15.94 -- 350-0650 DRILLER - WAGON AND AIR TRACK OPERATOR 15.94 -- 350-0720 FALLER AND RUCKER - CHAIN SAW 15.94 -- 350-0840 GRADE CHECKER AND TRANSIT MAN 15.94 -- 350-0950 HIGH SCALER 15.94 -- 350-0S65 HOD CARRIER 15 .94 -- 350-0g80 JACKHAMMER 15.94 -- 350-1090 MANHOLF BUILDER 15.94 -- 150-1200 NCZ_ZLEMAN (CONCRETE PUMP* GREEN CUTTER WHEN 15.94 -- USING COMBINATION OF FIGH PRESSURE AIR AND WATER ON CONCRETE AND ROCK, SANDBLAST. GUNNITE, SHOTCRETE) WATER BLASTER 350-1256 PAVEMENT BREAKER 15.94 -- 350-1315 PIPE RELINER INOT INSERT TYPE) 15.94 -- 350-1280 P IPELAYER AND CAULKER 15.94 -- 350-1485 RAILROAD SPIKE PULLER (POWER) 15.94 -- 350-1753 SPREADER (CONCRETE) 15 .94 -- 350-1750 SPREADER - CLARY POWER OR SIMILAR TYPES 15.94 -- 350-1840 TAMPER ( MULTIPLE AND SELF PROPELLED) 15 .94 -- ' 150-1820 TAMPER AND SIMILAR ELECTRIC, AIR AND GAS 15.94 -- OPERATED TOOLS _ 350-1865 TIMBERMAN - SEWER ( LAGGFR, SNORER. 6 CRIBBER) 15.94 -- SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8 8W051 .PAGE 18 H6Y-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 )CC UPA T I ON: LABORERS LOCATION : CLALLAN, GRAYS HARBOR. JEFFERSON# KING, KITSAP# LEWIS, MASON, PACIFIC* PIERCE, SNOHOMI SH AND THURSTON COUNTIES WAGF RATES OCCUPATION OCCLPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****«# STATE WAGE RATE GROUP LIST,ING # * ** GROUP 4 350-1905 TRACK LINER (POWER) 15. 94 -- 350-2000 VIBRATOR 15.94 -- 350-2090 WELL-POINT MAN 15.94 -- GROUP 5 350-0200 CAISSON WCRKER 16.30 -- 350-1110 MINER 16. 30 -- 350-1379 PCWDERMAN 16. 30 -- 350-1500 RF-TI MBERIMAN 16. 30 -- OTHER 350-9350 STATE : OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HRS./DAY OR 40 HRS./WK., MOM. THRU FRI . , ' AND ALL HOURS WORKED ON SAT. (EXCEPT A MAKE- UP DAY) SHALL BF PAID 1 1/2 TIMES THE REGULAR RATE. ALL Hf1l1RS WORKED SUNDAYS AND HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE. 350-9351 STATE: HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY. FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHRISTMAS DAY. 350-9352 STATE: FOREMAN - $0.50 PER HOUR ABOVE THE HIGHEST LABORER' S CLASSIFICATION SUPERVISED. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 88WO51 PAGE 19 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 i988 ilCCUPATION: POWER EQUIPMENT OPERATORS LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LFWIS, MASON. PACIFIC (NORTH OF WAHKIAK'JM COUNTY NORTHERN BnUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE. ' SAN JUAN, SKAGIT, SNOHnMISH, THURSTON, WHATCOM AND THE POPTION OF THE FOLLOWING CCUNTY LYING WEST OF THE 120TH MFRIf)I AN: YAKIPA FRINGF RENFFITS TnTAL HOURLY BENEFITS 4.16 $/HR. FEDERAL WAGF RATES OCCUPATION OCCUPATION STATE FEDERAL C Of)F OESCRIPT ION RATE RATE ****** FFDERAL WAGE RATF GROUP LISTING ****** GROH P 1 570-5501 CRANE 100 TONS AND OVER OR 200 FT. OF BOOM -- 18. 73 INCLUDING JIB AND OVER 570-5506 LCADER, 8 YARCS AND OVER -- 18.73 570-5511 SHOVELS AND ATTACHMENTS, 6 YARDS AND OVER -- 18.73 GROUP 2_ 570-5516 CABLEWAYS -- 18.23 570-5521 CRANE OVER 45 TnNS AND UP TO 100 TONS OR -- 18.23 OVFR 150 FT OF BOOM INCLUOLNG JIB 570-5536 HELICOPTER WINCH -- 18.23 570-5546 LGADER, nVERHEAD 6 YARDS UP TO 8 YARDS -- 18.23 570-5566 QUAD 9 AND SIMILAR, D-10 AND HD-41 -- 18.23 570-5541 RFMOTE CONTROL OPFRATCR, FTC. -- 18.23 570-5526 RCLLAGON -- 18.23 570-5561 SCRAPERS, SELF-PROPELLED 45 'YARDS AND OVER -- 18.23 570-5551 SHOVELS, BACKHOES OVER 3 YARDS TO 6 YARDS -- 18.23 570-5556 SLIPFORM PAVERS -- 18.23 570-5531 TOWFR CRANE -- 18.23 GRnl1P 3 ' 570-5576 RUMP CUTTER -- 17.79 570-5591 CHIPPER --. 17.79 SR 405 GYPSY CREEK ORAINAGF IMPRCVFMENT 88W051 PAGE 20 HWY-R32.320-AA PRFVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: POWER EQUIPMENT OPERATORS 1 OCATION : CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSUN, KING. KITSAP , LEWIS. MASON. PACIFIC ( NORTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN. SKAGIT, SNOHOMISP9 THURSTON# WHATCOM AND THE PORTION OF THE FOLLOWING COUNTY LYING WEST OF THE 120TH MFRIDLAN: YAKIMA WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LLSTING *#**** (vk0llP 3 570-5571 CONCRETE BATCH PLANT OPERATCR -- 17.79 570-5581 CRANES, 20 TONS THRU 45 TONS -- 17.79 570-5596 CRUSHERS __ 17.79 570-5601 DERR ICK -- 17. 79 570-5606 DRILLING MACHINE -- 17.79 570-5611 FINISHING MACHINE -- 17.79 570-5586 HVDRALIFTS -- 17.79 570-5616 LOAOFRS, OVERHEAD UNDER 6 YARDS -- 17. 79 570-5626 MECHANICS• ALL -- 17.79 570-5636 MIXERS, ASPHALT PLANT -- 17. 79 570-5641 MOTOR PATROL GRADERS - FINISHING, BLUETOPS, -- 17.79 PULLING SLOPES. DITCHES. ETC. 570-5651 PILEDRIVER -- 17.79 570-5646 PUMP TRUCK MOUNTED CONCRETE PUMP WITH BOOM -- 17.79 ATTACHMENT 570-5676 SCRAPERS. SFLF-PROPELLED UNDER 45 YARDS -- 17. 79 570-5656 SCREED MAN -- 17. 79 570-5661 SHOVELS. 8ACKHOES 3 YARDS AND UNDER -- 17.79 570-5666 SUB-GRADER - TRIMMER -- 17.79 570-5681 TRACTOR, 60 HP AND OVER. BACKHOE AND ATTACH. -- 17. 79 570-5671 TRACTORS, BACKHOE -- 17. 79 GR%JUP 4 570-5696 A-FRAME CRANE -- 17.43 ti70-5686 RROnMS -- 17.43 570-5736 CONCRETE PUMPS -- 17.43 570-5706 CONVEYORS -- 17.43 SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8 8W0 51 PAGE 21 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JJNE 08, 1988 dC,CUPATTnN: POWER EQUIPMENT OPFRATCRS LOC.ATION : CLALLAN, GRAYS HARBOR , ISLAND, JEiFFERSON, KING• KITSAP, LFWIS. MASON. PACIFIC ( NORTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENCF9 DUE WEST TO THE PACIFIC OCEAN ). PIERCE. ` SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, W HATCOM AND THE PORTION OF THE FOLLOWING CCUNTY LYING WEST GF THE 120TH MFRIOIAN: YAKIMA WAGF RATFS OCCUPATION OCCUPATION STATE FEDERAL 000E DESCRIPTLON RATE RATE *##*#* FEDERAL WAGE RATE GROUP LISTING * *# GROUP 4 5 70-5 701 CRANES, UP TO 20 TONS -- 17.43 570-5691 OOZFRS , D-9 AND UNDER. YO-YO, PAY DOZER -- 17.43 570-5771 DRI VFR ON TRUCK CRANES OVER 45 TONS -- 17.43 570-5766 EQUIPMENT SERVICE ENGINEER -- 17.43 5 70-5 721 F CRK LIFTS -- 17.43 570-5711 HOISTS, AIR TUGGERS. ETC. -- 17.43 570-57I6 L CADERS - EL FVAT ING TYPE -- 17.43 570-5726 MCTOR PAT-RCL GRADER - NON-FINISHING -- 17.43 570-9731 MLCKING MACHINE. FTC. -- 17.43 570-5741 RCLLFRS. ON PLANT. ROADMIX OR MULTILIFT -- 17.43 MATERIALS 570-5746 SAWS, CONCRFTE -- 17.43 570-5791 SCRAPERS - CARRY ALL -- 17.43 570-5756 SPREADERS , BLAW KNOX. ETC. 17.43 570-5776 TRACTOR, 60 HP AND UNDER. BACKHOE AND ATTACH. -- 17.43 570-5761 TRENCHING MACHINES -- 17.43 GROUP 5 570-5796 ASSISTANT ENGINEERS -- 17. 13 570-5R21 CCMPRFSSP-RS -- 17. 13 5 70-5791 OIL DISTRIBUTORS, BLOWERS, ETC. -- 17. 13 570-S786 OILER DRIVER ON TRUCK CRANE 45 TONS AND UNDER -- 17. 13 570-5P01 PAVFMENT BREAKER -- 17.13 570-5806 PCSTHOLE DIGGER , MECHANICAL -- 17.13 ' 570-5811 POWER PLANT -- 17. 13 570-51926 PIMPS, EATER -- 17. 13 570-5781 RCLtER, CTHER THAN PLANT ROAD MIX -- 17. 13 SR 405 GYPSY CRFFK DRAINAGF IMPROVEMENT RAW051 PAGE 22 HwY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 tCCUPATION: POWER FOUIPMENT OPERATORS [[CATION : CLALLAN, GRAYS HARBOR, ISLAND• JEFFERSON, KING, KITSAP , LFlmIS , MASON, PACIFIC (NORTH OF WAHKIAKUM COUNTY NORTHERN ROUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN ) , PIERCE, SAN JUAN, SKAGIT, SNCHOMISH, THURSTON, WHATCOM AND THE PORTION OF THE FOLLOWING COUNTY LYING WEST OF THE 120TH MERIDIAN: YAKIMA WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODF DESCRIPTION RATE RATE ****** FEDEkAL WAGE RATE GROUP LISTING ****** GROUP 5 570-9816 WHEEL TRACTORS, FARMALL TYPE -- 17.13 GROUP 6 570-5831 GRADECHECKER AND STAKEMAN -- 15.33 OTHFR 570-9570 FEDERAL : FOOTNOTE "D":' 85% OF THE BASE RATE PLUS FULL FRINGE BENEFITS MAY BE PAID ON THE FrLLOWING KINDS OF PROJECTS : 1. PROJECTS INVOLVING WORK ON BRIDGES AND STRUCTURES WHOSE TOTAL VALUE IS LESS THAN $195009000 EXCLUDING MECHANICAL, ELECTRICAL AND UTILITY PORTIONS OF 570-9571 THE CONTRACT. UTILITIES INCLUDE SANITARY E STORM SEWERAGE AND FACILITIES FOR THE DELIVERY OF WATER, GAS, ELECTRICITY AND COMMUNICATIONS. 2. PROJECTS OF LESS THAN $1 ,000,000 WHERE NO STRUCTURES ARE INVOLVED SUCH AS SUR- FACING AND PAVING. UTILITIES ARE 570-9572 EXCLUDED FROM THE COST OF PROJECT. 3. MARINE TYPE PROJECTS SUCH AS DOCKS E WHARFS UNDER $150,000. Sk 405 GYPSY CREEK O RAI NAGE IMPROVEMENT A SWO 51 PAGE 23 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE U8, 1988 OCCUPATION: POWER FUIJIPMENT OPFRATCRS 1_[)CATIUN : CLALL4M, GRAYS HARBOR . ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE. SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES FRINGF BF1\EFITS HEALTH AND WELFARE 1.95 S/HR . STATE PFNSICN 2 .00 $/HR. STATE TRAINING FUND .26 S/HR. STATE WAGF RATFS ICCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING *** # GROUP 1 A 510-505 CRANE - OVERHEAD, BRIDGE TYPE 19.23 -- 100 TONS AND LVER 570-5500 CRANE 100 TONS AND CVER OR 200 FT OF BOOM 19 .23 -- INCLUDING JIB AND OVER 570-5505 LOADER, 8 YARDS AND OVER 19.23 -- 570-5510 SHOVELS AND ATTACHMENTS, 6 YARDS AND OVER 19.23 -- GROUP 1 570-5515 CABLFWAYS 18. 73 -- 570-5025 CRANE - CVERHEAD. BRIDGE TYPE 18. 73 -- 45 TONS THROUGH 99 TONS 570-5520 CRANE 45 TONS AND UP TO 100 TONS OR 18.73 -- 150 FT OF BOOM INCLUDING JIB 570-5535 HELICOPTER WINCH 18.73 -- 570-5545 LOADER. OVERHEAD 6 YARDS UP TO 8 YARDS 18.73 -- 570-5710 MUCKING MACHINE. MOLE, TUNNEL CRILL AND/OR 18.73 -- SHIFLD 570-5565 QUAD 9 AND SIMILAR . 0-10 AND HD-41 18. 73 -- 570-5540 REMOTE CONTROL OPERATOR, ETC. 18. 73 -- 570-5525 RCLLAGON 18.73 -- 570-5560 SCRAPFRS , SELF-PROPELLED 45 YARDS AND OVER 18.73 -- 570-5550 SHnVFLS, BACKHOES OVER 3 YARDS TO 6 YARDS 18. 73 -- 570-5555 SLIPFORM PAVERS 18 . 73 -- 570-5530 TCWFR CRANE 18.73 -- _ 570-5400 TRANSPORTERS, ALL TRACK CR TRUCK TYPE 18.73 -- S R 405 GYPSY CREEK DRAINAGE IMPROVEMENT PSW051. PAGE 24 HWY-R323?0-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 iCCUPATION: POWER FAUIPMENT OPERATORS 10CATION: CLALLAh, GRAYS HARBOR , ISLAND• JEFFERSON , KING, KITSAP, LEWISt PACIFIC. PIERCE, SKAGIT* SNOHOMISH* THURSTON AND WHATCOM COUNTIES WAGF RATES OCCUPATION OCCUPATION STATE FEDERAL cnnE OESCRIPTLON PATE RATE *#***# STATE WAGE RATE GROUP LISTING **#*** GROUP 2 570-5575 BLMP CUTTER 18 .29 5 7 0-5 590 CHIPPER 18.29 -- 570-5570 CONCRETE HATCH PLANT CPFRATOR 18.29 570-5035 CRANE - OVERHEAD. BRIDGE TYPE 18.29 -- 20 TONS THROUGH 44 TONS 570-5580 CRANES, 20 TONS UP TO 45 TONS 18. 29 -- 570-5595 CRUSHERS 18.29 -- 570-5600 DERRICK 18.29 -- 570-5605 DRILLING MACHINE 18.29 -- 570-5610 FINISHING MACHINE 18.29 -- 570-5615 LCADERS , OVERHEAD UNDER 6 YARDS 18.29 -- 570-5620 LOCOMOTIVES* ALL 18 .29 -- 570-5675 MECHANICS , ALL 18. 29 -- 570-5635 MIXERS, ASPHALT PLANT 18 .29 -- 570-5640 MOTOR PATROL GRADERS - FINISHING, BLUETOPS, 18 .29 -- PULLING SLOPES, DITCHES, ETC. 570-4730 PAVE OR CURB EXTRUOFR (ASPHALT AND CONCRETE ) 18. 29 -- 570-5650 PILEDRIVER 13. 29 570-2975 PILEDRIVER (SKID TYPE) 18. 29 570-5645 PUMP TRUCK MOUNTFD CONCRETE PUMP WITH BOOM 18.29 -- ATTACHMENT 570-2565 ROTO-MILL PAVEMENT PROFILER 18.29 570-5675 SCRAPERS , SELF-PROPELLED UNDER 45 YARDS 18.29 -- 570-5655 SCREED MAN 18. 29 -- 570-5660 SHOVELS , BACKHOES 3 YARDS AND UNDER 18.29 -- 570-5665 SUB-GRADER - TRIMMMER 18. 29 -- 570-5680 TRACTOR. 60 HP AND OVER, BACKHOE AND ATTACH. 18.29 -- GROUP 3 570-5698 A-FRAME CRANE OVER 10 TONS 17. 93 570-5735 CONCRETE PUMPS 17. 93 -- SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8PW051 PAGE 25 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1983 t)CCUPAT [nN: POWER FUUIPMENT OPFRATORS J LOCATION : CLALLAM, GRAYS HARBOR . ISLAND. JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE. SKAGIT , SNOHOMISH, THURSTON AND WHATCOM COUNTIES WAGF RATFS ,)Cr.0 PAT ION OCCUPATI©N STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE GAGE RATE GROUP LISTING #***** GROUP 3 570-5705 CCNVEYORS 17.93 -- 570-5700 CRANES. UP TO 20 TONS 17.93 -- 570-5690 DOZFRS, 0-9 AND UNDER, YO-YO, PAY DOZER 17.93 -- 570-5765 EQUIPMENT SERVICE ENGINEER 17.93 -- 5 70-5 7 20 FORK LIFTS 1 7.93 -- 570-5710 HOISTS, AIR TUGGERS, ETC. 17.93 -- 570-2695 HYORALIFTS / BOOM TRUCKS OVER 10 TONS 17.93 -- 5 70-5715 L CADFRS - ELEVATING TYPE 17.93 -- 570-5725 MOTOR PATROL GRADER - NON-FINISHING 17.93 -- 570-5785 nILFR DRIVER ON TRUCK CRANE 17.93 -- 570-5740 RCLLERS , C?N PLANT, RaADMIX OR MULTILIFT 17.93 -- MATERIALS 570-5745 SAWS, CONCRETE 17.93 -- 570-5750 SCRAPERS - CARRY ALL 17.93 -- 570-2R15 SCRAPERS, CnNCRFTF 17.93 -- 570-5755 SPREADERS , SLAW KNOX, ETC. 17.93 -- 570-5775 TRACTOR, 60 HP AND UNCER, BACKNOE AND ATTACH. 17. 93 -- 570-5760 TRENCHING MACHINES 17.93 -- GROUP 4 570-5697 A-FRAME CRANE, 10 TONS AND UNDER 15.83 -- 570-5795 ASSISTANT ENGINEERS 15 .83 -- 570-2575 BCBCAT 15. 83 -- 570-5685 BROOMS 15.83 -- 570-5820 COMPRESSORS 15.83 -- 570-5830 GRADECHECKER AND STAKEMAN 15.83 -- 570-2715 HYDRALIFTS / BOOM TRUCKS 10 TONS AND UNDER 15.83 -- 570-5790 OIL DISTRIBUTORS, BLOIPERS, ETC. 15.83 -- ' 570-9800 PAVEMENT BREAKER 15. 83 -- 570-4735 PERMANENT SHAFT-TYPE ELEVATOR 15.83 -- 570-5805 PCSTHOLE CIGGER , MECHANICAL 15. 83 -- SR 405 GYPSY CRFFK DRAINAGE IMPROVEMENT ARW051 PAGE 26 HwY-R'32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JJNE 081, 1988 OCCUPATION: POWER FOUIPMENT OPERATORS Lf)CAT[ ON: CLALLAP. GRAYS HARBOR , ISLAND, JEFFERSON , KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH* THURSTON AND WHATCOM COUNTIES WAGE PATFS OCCUPAT[ON OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE # #* STATE 6AGF RATE GROUP LISTING ##*� GR<111P 4 570-5810 POWER PLANT 15. 83 -- 570-4745 PROBE TFNDER (ROTO—MILL) 15.83 -- 570-5825 PUMPS, WATER 15. 83 -- 570-5780 R CLLER, CTHFR THAN PLANT ROAD MIX 15. 83 -- 570-5RI5 WHEFL TRACTORS, FARMALL TYPE 15. 83 -- JTHF R 57 0-9570 STATE : OVEPTIME — ALL HOURS WORKED IN EXCESS OF 8 HRS/DAY OR 40 HRS✓WK. , MON. THRU FRL, AND ALL HCURS WORKED SAT. ( EXCEPT WHEN WORKED AS A MAKE-UP DAY ) , SHALL BE PAID AT 1 112 TIMES THE REGULAR RATE. ALL HOURS WORKED SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE REGULAR RATE. 570-9571 STATE: HOLIDAYS — NEW YEARS DAY, MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS— GIVING DAY AND CHR I STIWAS DAY. 570-9572 STATE: LFADMAN $0.30 OVER MECHANIC c SR 405 GYPSY CREEK DR4INAGE IMPROVFMFNT 88WO51 PAGE 27 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 OCCUPATION: TEAMSTERS LOCATION : CLALLAM, GRAYS HARBOR. JEFFERSON, KING. KITSAP, LEWIS, MASCN , PACIFIC, PIERCE, AND THURSTON COUNTLES FRINGE RENFFITS • HFALTH AND WELFARE 1.89 S/HR. STATE PFNSICN 1 .92 S/HR . STATE WAGF FATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** 730-0010 A-FRAME OR HYDRALIFT TRUCKS COR SIMILAR 17.89 -- EQUIPMENT WHEN A-FRAME OR HYDRALIFT OR SIMILAR ECUIPMENT IS IN USE 710-0080 BUGGYMOB ILE AND SIMILAR 17.58 -- 730-0100 BULK CEMENT TANKER 17. 74 -- 730-0120 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN 17. 76 -- LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS ON JOB SITES:OTHER THAN WAREHOUSING 730-0110 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN 17.41 -- LOADING OR UNLOADING TRUCKS, TRANSPORTING , MATERIALS ON JOB SITES:WAREHOUSING 730-0140 BUS OR EMPLOYEE HAUL 17.41 -- 730-0200 DUMPSTERS , AND SIMILAR EQUIPMENT:TOURNO- 17.31 -- RCCKERS, TCURNOWAGON, TOURNOTRAILER, CAT OW SERIFS, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTLNG MATERIAL AND PERFORMING WORK IN TEAMSTER JURISOICTION:DUMP TRUCKS, SIDE, END AND BOTTGM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR CCMB INATI ONS THEREOF :OP TO AND INCLUDING 5 YARDS a SR 405 GYPSY CREEK DRAINAGE IMPRCVEMENT 8 8WO 51 PAGE 28 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 ` OCCUPATION: TEAMSTERS LOCATION : CLALLAls, GRAYS HARBOR. JEFFERSON, KING, KITSAP, LEWIS, MASON , PACIFIC. PIERCE, AND THURSTON COUNTIES WAGF RATF S nCCUPATION OCCUPATION STATE FEDERAL GOOF DESCRIPTION RATE RATE #***** STATE WAGE RATE GROUP LISTING ****** 730-0210 DUMPSTERS , AND SIMILAR EOUIPMENT:TOURNO- 17. 53 -- RCCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LCAnFD EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE. END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 5 YARDS TO AND INCL. 12 YARDS 730-0240 nUMPSTERS , AND SIMILAR EQULPMENT:TOURNO- 17.91 -- ROCKERS . TOURNOWAGON, TOURNOTRAILER , CAT DW SERIES, TERRA COBRA , tETOURNEAU, WESTINGHOUSE ATHFY WAGON, EUCLID, TWO AND FOUR-WHEELED PCWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 20 YARDS TO AND INCL. 30 YARDS 730-0230 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 17.74 -- RCCKFRS, TOURNOWAGON, TOURNOTRAILER , CAT UW SERIFS, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID. TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LCADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE , END AND BOTTOM DUMP. INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THERFOF :OVER 16 YARDS TO AND INCL . 20 YARDS SR 405 GYPSY CREEK DRAINAGE IMPRCVFMENT 88W051 PAGE 29 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 nC,CuPAT ION: TEAMSTERS IUCATTON : CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC., PIERCE, AND THURSTON COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE **#*## STATF 6AGF RATE GROUP LISTING *#***# 730-0220 DUMPSTFRS, AND SIMILAR EQULPMENT: TOURNO- 17.69 -- RCCKFRS , TOURNOWAGON, TOURNOTRAILER , CAT OW SERIFS, TERRA COBRA, 1ETOURNEAU, WESTINGHOUSE ATHFY WAGCN, EUCLID, TWO AND FOUR-WHEELED PCWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LOADFD FQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THFRFOF :OVER 12 YARDS TO AND INCL. 16 YARDS 730-0260 DUMPSTF RS , AND SIMILAR E CU LPMENT: TOURN(J- 18 .23 -- R,OCKFRS, TOORNOWAGON, TOURNOTRAILER , CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHFY WAGON, EUCLID. TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TCP- LCADED ECUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVFR 40 YARDS TO AND INCL. 55 YARDS 730-0250 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.07 -- RCCKFRS, TOURNOWAGON, TOURNCTRAILER, CAT DW SERIFS. TERRA COBRA, tETOURNEAU, WESTINGHOUSE ATHFY WAGON. EUCLID, TWO AND FOUR-WHEELED PCWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTLNG MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE. END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR CCMB INATI ONS THEREOF =OVER 30 YDS. TO AND INCL. 40 YDS. 730-0405 F SCORT DRIVER OR PILOT CAR 12 .25 -- ' 730-0410 FXPLOSIVF TRUCK IFIFLD MIX) AND SIMILAR 17.63 -- FCUIPMENT 730-0460 FLAHER TY SPREADER 17. 74 -- SR 405 GYPSY CRFFK DRAINAGE IMPROVEMENT RPW051 PAGE 30 HWY—R32320—AA PRFVAIIING MINIMUM HOURLY WAGE RATES JUNE 089 1988 fICCI)PATION: TEAMSTFRS LOCATION : CLALLAN, GRAYS HARBOR. JEFFERSON, KING• KITSAP, LEWIS, MASON, PACT F LC, PIERCE. AND THURSTON COUNT LES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRI PTLON RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** 730-0500 FLATBED TRUCK, DUAL REAR AXLE 17. 52 -- 730-0490 FLATBFD TRUCK, SINGLE REAR AXLE 15. 50 -- 730-0610 FUEL TRUCK. GREASE TRUCK, GREASER. BATTERY 17. 41 -- SERVICE MAN AND/OR TIRE SERVdCE MAN 730-0670 HYSTER OPERATORS ( HAULING BULK LOOSE 17. 58 -- AGGREGATES) 730-0E90 L EVER MAN AND LOADERS AT BUNKERS AND 17. 31 -- BATCH PLANTS 730-0730 LCWRED AND HEAVY DUTY TRAILER: OVER 100 18.07 -- TONS GROSS 730-0710 LCWRED AND HEAVY DUTY TRAILER: UNDER 50 17. 63 -- TI,NS GROSS 730-072.0 LCWBFD AND HEAVY DUTY TRAILER: 50 TONS 17.91 -- GROSS TO AND INCLUDING 100 TONS GROSS 73 0-0800 MECHANIC 17.75 -- 730-0 A10 MECHANIC HELPER 17. 16 -- 730-0910 OIL DI STR IBUTCR DRIVER ( ROAD) 17.74 -- • 730-1010 P ICK—UP TRUCK 15.50 -- 730-1100 SCISSORS TRUCK 17.41 -- 730-1140 SLURRY TRUCK DRIVER 17.63 730-1160 SNO—GO AND SIMILAR EQUIPMENT 17.63 -- 730-1190 STRADDLE CARRIER (ROSS, HYSTER AND SIMILAR) 17. 58 -- 730-1200 SWAMPFR 17. 31 -- 730-1300 TEAM DRIVER 17.36 -- 730-1350 TRACTOR, SMALL RUBBER—TIRED (WHEN USED WLTHI,N 17.41 -- TEAMSTER JUR ISDICT I.ONI 7 30-1 570 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18. 76 -- CONSTR. :OVFR 20 YDS . 730-1560 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18.60 -- C ONSTR. :OVFR 16 YDS. TO AND INCL. 20 YDS. 730-1550 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18.44 -- CONSTR. : CVER 12 YOS. TO AND •INCL. 16 YDS. 730-1540 TRANSIT—MIX USED EXCLUSIVELY IN HEAVY 18. 28 -- CCNSTR. :DVER 10 YDS. TO AND JNCL. 12 YDS. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 8 8W051 PAGE 31 HWY-R32370-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 QCCIJPATION: TEAMSTERS LOCATION : CLALLAN. GRAYS HARBOR. JEFFERSON# KING. KITSAP, LEWIS, MASON, , PACIFIC. PIERCE, AND THURSTON COUNTLES WAGF RATES OCCUPATION OCCUPATION STATE FEDERAL CCIDE DESCRI PTLUN RATE RATE V-***** STATF WAGE RATE GROUP LISTING ****** 730-1530 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18. 11 - - CCNSTR. :OVER B YOS . TC AND INCL. 10 YDS. 730-1520 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 17.95 -- CONSTR. :OVER 6 YOS. TC AND INCL. 8 YDS. 730-1515 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 17.79 -- C CNSTR. : OVER 4 112 YDS TC AND INCL . 6 YDS. 730-1501 TRANSIT-MIX. USED EXCLUSIVELY I.N HEAVY 17.62 -- CCNSTR. - 0 YDS . TO AND INCL. 4 112 YDS. 730-1750 VACUUM TRUCK 17.41 -- 730-IRIO WAREHOUSEMAN AND CHECKERS 17.31 -- 730-2015 WATFR WAGCN AND TANK TRACK: OVER 3000 GALLONS 17. 74 -- 730-2000 WATER WAGON AND TANK TRUCK : UP TO 1600 17.4. -- GALLONS 710-2 010 WATER WAGON AND TANK TRUCK: 1600 GALLONS 17.58 -- TC 3000 GALLONS 730-2210 WINCH TRUCK: DUAL REAR AXLE 17.63 -- + 730-2200 WINCH TRUCK: SINGLE REAR AXLE 17. 41 -- 730-2220 WRECKER . TOw TRUCK ANC SIMILAR EQUIPMENT 17.41 -- OTHF R 730-9730 STATE : OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HR S/DAY OR 40 HR S/W K. , MON. TH RU FR L. . AND ALL NCURS WORKED CN SATURDAYS• ! EXCEPT WHEN WORKED AS A MAKE-UP DAY1 • SHALL BE PAID AT 1 112 TIMES THE REGULAR RATE OF PAY. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE OF PAY. 730-9731 STATE : HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY. 4TH CF JULY, LABOR DAY, THANKSGIVING DAY. FRIDAY AND SATUR DAY FOLLOWING THANKS- ' GIVING DAY AND CHRISTVAS DAY. SR 405 GYPSY CRFEK U RAI NAGE IMPROVEMENT 88w051 PAGE 32 HWY-RI2. 320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 4--CUPATION: TEAMSTERS 1_ )CAT ION : CLALLAN, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS , LEWIS. MASON, PIERCE. SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCCP, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNCARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS* OKANOGAN AND YAK IMA FRINGE BFNFF ITS TOTAL HOURLY BENEFITS 3.64 E/HR. FEDERAL WAGF RATFS OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTLON RATE RATE ****** FFnERAL WAGE RATE GROUP LISTING ****** 730-0010 A-FRAME OR HYDRAL IFT TRUCKS OR SIMILAR -- 17.64 EQUIPMENT 6HEN A-FRAME OR HYDRALIFT OR SIMILAR F CUT PMENT IS IN USE 730-00A0 RLGGYMOBILE AND SIMILAR 17.33 730-0100 BULK CEMENT TANKER 17.49 730-0110 BULL LIFTS , OR SIMILAR EQUIPMENT USED IN -- 17. 16 LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS CN JOB SITES:WAREHOUSING 730-0120 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN -- 17.51 LOAnING OR UNLOADING TRUCKS• TRANSPORTING MATERIALS ON JOB SITES:OTHER THAN WAREHOUSING 730-0140 HUS Oil EMPLOYEE HAUL -- -- 73 0-O 145 CHECK FR S -- 17.Oo 730-0200 nUMPSTERS, AND SIMILAR EQUIPMEJVT:TOURNO- -- 17. 16 ROCKERS, TVIARNOWAGON, TOURNCTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHFY WAGON, EUCLID, TWO AND FOUR-WHEELED PCWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, ENO AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :UP TO AND INCLUDING 5 YARDS SR 405 GYPSY CRFEK DRAINAGE IMPROVEMENT 88W051 PAGE 33 HWY-R32.320-AA PREVAILING MINIMUM HOURLY WAGE RATES JJNE 08, 1998 OCCUPATION: TEAMSTERS 10 I OCATION: CLALLAM. GRAYS HARBOR. ISLAND, JEFFERSON. KING. KITSAP, KITTITAS, L FWI S, MASON * PIERCE, SAN JUAN, SKAGIT, SNOHOM ISH. THUR STON1 WHATCOM, PACIFIC ITHE PORTION NORTH OF THE WAHKIAKUM COUNTY ' NGRTHFRN BOUNCARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), AND THE PORTIONS OF THE FOLLLOWING COWNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN. DOUGLAS, OKANOGAN AND YAK IMA WAGE RATES ncr.IIPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FFDFRAL WAGE RATE GROUP LISTING ****** 730-0220 DUMPSTFRS , AND SIMILAR EQUIPMENT:TOURNO- -- 17.44 ROCKERS , Tt-AJRNOWAGON, TOURNOTRAILER , CAT OW SERIFS, TFRRA COBRA, LETOURNEAU• WESTINGHOUSE ATHEY WAGON, EUCLID. TWO AND FOUR-WHEELED PCWFR TRACTOR WTH TRAILER AND SIMILAR TOP- -CADEO EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE , END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 12 YARDS TO AND INCL . 16 YARDS 730-0210 DUMPSTERS* AND SIMILAR EQULPMENT: TOURNO- -- 17.38 ROCKERS , TGURNOWAGDN, TOURNOTRAILER , CAT DW v SERIFS, TERRA COBRA, tETOURNEAU. WESTINGHOUSE ATHEY WAGON, EUCLID. TWO AND FOUR-WHEELED , PCWFR TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMIN-6 WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS , SIDE• END AND BOTTOM DUMP , INCLUDING SFMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :nVFR 5 YARDS TO AND INCL. 12 YARDS 730-0230 DUMPSTFRS• AND SIMILAR EQULPMENT: TOURNU- -- 17.49 ROCKERS , T(IORNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHFY WAGtIN* EUCLID* TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP lb TRUCKS, SIDE. END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 16 YARDS TO AND INCL. 20 YARDS SR 405 GYPSY CREEK DRAINAGE IMPRCVFMENT ARW051 PAGE 34 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: TEAMSTERS LOCATION : CLALLAM, GRAYS HARBOR, ISLAND• JEFFERSON , KING, KITSAP, KITTITAS, L FW I S, MASON, PIERCE, SA N JUA N, SKAGI T, SNOHOM I SH, T HUP STON, WHATCOM, PACIFIC ( THE PORTION NORTH OF THE WAHKIAKUM COUNTY NCRTHFRN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), AND THE PORTIONS CF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MFRI Di AN: CHEL:AN, DOUGLAS* OKANOGAN AND YAK IMA WAGF R ATF S OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION PATE RATE ****** FEDERAL WAGE RATE GROUP LLSTING ****** 730-0240 DUMPSTERS, AND SIMILAR EOUIPMENT:TOURNO- -- 17.66 RCCKERS, TCORNOWAGON, TOURNOTRAILER , CAT JW SERIFS, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHFY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LCADED ECUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTCM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 20 YARDS TO AND INCL . 30 YARDS 730-0260 DUMPSTERS , AND SIMILAiR EQULPMENT: TOURNO- -- 17.93 ROCKERS , TOURNOWAGON, TOURNGTRAILER, CAT OW SERIES, TERRA COBRA, tFTOURNEAU, WESTINGHOUSE ATHFY WAG()N. EUCLID, TWO AND FOUR-i,HEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION :OU14P TRUCKS , SIDE, END AND BOTTOM DUMP , INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 40 YARDS TO AND INCL . 55 YARDS 730-0250 DUMPSTERS , AND SIMILAR ECUIPMENT: TOURNO- -- 17.82 ROCKERS , TCUR40WAGON, TOURNOTRAILER , CAT DW SERIFS, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHFY WAGON, EUCLID• TWO AND FOUR-WHEELED POWFR TRACTOR WTH TRAdLER AND SIMILAR TOP- LCADEO EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF :OVER 30 YDS. TO AND INCL. 40 YDS. SR 405 GYPSY CRFEK DRAINAGE IMPRCVEMFNT 88W051 PAGE 35 HAY-RA1320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE U8, 1988 UCCUPAT ION: TEAMSTERS I_,ICATION: CLALLAM, GRAYS HARBOR. ISLAND• JEFFERSON* KING• KITSAP, KITTITAS, LFWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC ( THE PORTION NORTH OF THE WAHKIAKUM COUNTY � NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), AND THE POPTIONS C'F THE FOLLLnwING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAK IMA WAGE R ATF S nCrUPATION OCCWPAT ION STATE FEDERAL COOF DESCRIPTION RATE RATE ****** FFDFRAL WAGE RATF GROUP LISTING *****# 730-0400 ESCORT DRIVER -- 12.00 710-0410 EXPLOSIVE TRUCK ( FIELD MIX) AND SI,HILAR -- 17. 38 EQUIPMENT 730-0460 FLAHERTY SPREADER -- 17.16 730-0500 FLATBED TRUCK* DUAL REAR AXLE -- 17.27 130-0490 FLATRF0 TRUCK , SINGLE REAR AXLE -- 15.25 730-0610 FUFL TRUCK, GRFASF TRUCK, GREASER , BATTERY -- 17. 16 SERVICE MAN AND/OR TLRE SERVICE MAN 730-0670 HYSTFR OPERATORS ( HAULING BULK LOOSE -- 17.33 AGGREGATES) 730-0690 LEVERMAN AND LOADERS AT BUNKERS AND -- 17.06 BATCH PLANTS 730-0730 LCWBED AND HEAVY DUTY TRAILER: OVER 1OU -- 17. 82 TONS GROSS 730-0710 LCWBEO ANC HEAVY DUTY TRAILER: UNDER 50 -- 17.38 TONS GROSS 730-0720 LOWBED AND HEAVY DUTY TRAILER: 50 TONS -- 17.66 GROSS TO AND INCLOOING 100 TONS GROSS 730-0910 OIL DISTRIBUTOR DRIVER ( ROAD) -- 17.38 730-1010 PICK-UP TRUCK -- 15. 25 730-1020 PILOT CAR -- 12.00 730-1100 SCISSORS TRUCK -- 17. 16 730-1 140 SLURRY TRUCK DRIVER -- 17.38 710-1160 SN(O-GO AND SIMILAR EQUIPMENT -- 17. 38 730-1190 STRADDLE CARRIER IRCSS. HYSTER AND SIMILAR) -- 17.33 730-1200 SWAMPER -- 17.06 730-1300 TEAM DRIVER -- 17. 11 730-1 '450 TRACTOR, SMALL RUBBER-TIRED (WHEN USED WITHIN -- 17. 16 TEAMSTER JURISDICTION ) SR 405 GYPSY CREEK DRAINACF IMPRCVEMFNT 88W051 PAGE 36 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 089 1988 OCCUPATION: TEAMSTERS L0CATI1jN : CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON , KING. KITSAP, KITTITAS, I_ FWIS . MASON, PIERCE. SAN JUAN, SKAGIT* SNOHOMISH, THURSTJN, WHATCOM, PACIFIC ( THE PORTION NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNQARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FCLLLOWING COUNTIES LYING WEST OF THE 120TH MFRIDLAN: CHELAN* DOUGLAS, OKANOGAN AND YAKIMA WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODF DESCRIPTION RATE RATE ****** FFDFRAL WAGE RATE GROUP LISTING *** ** 730-1.405 TRANSIT MIX, -- 17. 54 OVER 4 YDS. TO AND INCLUDING 6 YOS. 730-1425 TRANSIT MIX, -- 17. 86 OVER 8 Y09. TO AND INCLUDING 10 YDS . 730-1415 TRANSIT MIX, -- 17.70 OVER 6 YDS. TO AND INCLUDING 8 YDS. 730-1447 TRANSIT MIX, -- 18.35 OVER 16 YDS. TO AND INCLUDING 20 YDS. 730-1445 TRANSIT MIX, -- 18.19 OVER 12 YDS. TO AND LNCLUDING 16 YDS. 730-1435 TRANSIT MIX, -_ 18.03 OVER 10 YDS. TO AND INCLUDING 12 YDS. 730-1451 TRANSIT MIXERS AND TRACKS HAULING CONCRETE: -- 18.51 OVER 20 YDS. 730-1500 TRANS IT-MIX, 0 TO AND INCLUDING 4.5 YDS . -- 17. 37 730-1750 VACUUM TRUCK -- 17.16 730-1810 WAREHOUSEMAN AND CHECKERS -- 17. 06 730-2015 WATFR WAGON AND TANK TRUCK: OVER 3000 GALLONS -- 17.49 730-2000 WATER WAGON AND TANK TRUCK : UP TO 1600 -- 17. 1b GALLONS 730-2010 WATER WAGCN AND TANK TRUCK : 160U GA LLCNS -- 17. 33 TC 3000 GALLONS 730-2210 WINCH TRUCK: DUAL REAR AXLE -- 17. 38 730-2200 WINCH TRUCK: SINGLE REAR AXLE -- 17. 16 730-2220 WRECKER . TCW TRUCK ANO SIMLLAR EQUIPMENT -- 17. 16 r SR 405 GYPSY CREEK DRAINAGE IMPROVFMENT 8SWO51 PAGE 37 HWY-PI2320-AA PREVAILING MINIMUM HOURLY WAGE RATES JUNE 08, 1988 OCCUPATION: TEAMSTERS LOrAT ION : CLALLA N, GRAYS HAR EOR, ISLAND, JEFFERSON, KING, K ITSAP , K ITT ITAS, • LEWIS , MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC ( THE PORTION NORTH OF THE WAHKIAKUM CUUNTY NORTHFRN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS PF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN* DOUGLAS, OKANOGAN AND YAKIMA OTHF R 730-9730 FEDERAL: FOOTNOTE "D" - 85% OF THE BASE RATE PLUS FULL FRINGE BENEFITS MAY BE PAID ON THE FOLLOWING PROJECTS: 1. PROJECTS INVOLVING WORK ON BRIDGES AND STRUCTURES WHOSE TOTAL VALUE IS LESS THAN $1 ,500, 000 EXCLUDING MECHANICAL, ELECTRICAL AND UTILITY PORTIONS OF THE 730-9731 CONTRACT. UTILITIES INCLUDE SANITARY 6 STORM SEWERAGE AND FACILITIES FOR THE DELIVERY OF WATER. GAS• ELECTRICITY AND COMMUNICATIONS. 2. PROJECTS OF LESS THAN $190009000 WHERE NO STRUCTURES ARE INVOLVED SUCH AS SUR- FACING AND PAVING. UTILITIES ARE 730-9732 EXCLUDED FROM THE CCST OF PROJECT. 3. MARINE TYPE PROJECTS SUCH AS DOCKS E WHARFS UNDER $150#000. SR 405 GYPSY CR FF K DRAINAGE IMPROVEMENT 8OWO51 PAGE 38 P R O P O S A L T,) THE SECRETARY OF TRANSPORTATL,CN OLYMPIA, WASHINGTON THIS CFRTIFIES THAT THE UNDERSIGNED HAS EXA AIMED THE LOCATION OF SR 405 IN KING COUNTY, MP 7.63, GYPSY CREEK DRAINAGE IMPROVEMENT, FEDERAL AID INTERSTATE PROJECT NO I-405-3( 704) , AND THAT THE PLANS . SPECIFICATIONS AND CONTRACT GOVERNING THE WORK EMBRACED IN THIS IMPROVEMENT, AND THE METHOD BY WHICH PAY14ENT WILL BE MADE FOR SAID WORK IS UNDERSTOOD. THE UNDFRSIZCNED HEREBY PROPOSES TO UNDERTAKE AND COMPLETE THE WORK EMBRACED IN THIS IMPROVEMENT, OR AS MUCH THEREOF AS CAN BF COMPLETED WITH THE MONEY AVAILABLE IN ACCORDANCE WITH THE SAID PLANS , SPECIFICATIONS AND CONTRACT, AND THE FOLLOWING SCHEDULE OF RATES AND PRICES : UNOTF: UNIT PRICES FOR ALL ITEMS. ALL EXTENSIONS , AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES MUST BE TYPED OR ENTERED IN INK. ) +----+------ ----+- -- ----------------+----------------t--------------+ t ! I ITEM DESCRIPTION IINF-�t' 0 PLAN 1 PRICE PER UNIT TOTAL AMOUNT U NTI,TY ( STANDARD ITEM NUMBER) I 1 DOLLARS # DOLLARS -----+------------------------+----------------+--------------+ PREPARAT ICN +----+-------------+-------------- -------+----------------(+-------------- i- 1 1 LUMP SUM ! MCBILIZATIOh (0001 ) � LUMP SUM I • I +----+-------------+------------------------+----------------I+--------------+I DRAINAGE 1 1 21 i F►[LTER BLANKET AT • 1 i CU. YD. ( 1069) IPER CU . YD. • I 3 ; 1 HAND PLACED RIPRAP T ( JAT PER TON • +---r+-.- f} -.-.-r--- --_-._-1-1+-.---_-_--_•------�•---__--_---.ter-+ U R ER �•----+--.-.-.----_----+-_ -T----------------+-•---.-.----- 1 1 � TES to*T 4 1 621 PIPE • • I I LIN. FT. I LIN. FT . -------------------+----------------1 TR. 5 ST. STORM SEW1 5 1 366 PIPE 0.064 IN. TH. •LIN. FT. I IN. DIAM. i LIN. +----+-------------+------------------------+---------- ---- + I ( TR. 5 ST. STORM SEWER IAT 1 6 I 52 I PIPE 0. 109 IN. TH. 66 • 1 I LIN. FT. 1 IN. DIAM. t ) PER LIN. FT . 0, • +----+-------------+------------------------+----------------+---- - -----+ ) ) i STEEL CASING 48 IN. � AT 1 7 1 200 DIAM. I ( LIN. FT. ( 11PER LIN . FT • I l i JACKING OR AUGERING � AT 1 I x I T •LIN. FT . i ( ) 1PFR LIN . FT. i • *-SHOW PRICE PER UNIT IN FIGURES ONLY . FIGURES WRITTEN TO THE RIGHT OF THE DOT ( DFCIMAL ) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. SR 405 GYPSY CRFFK DRA I NAGF I MPROVF.MENT 88WO51 I PAGE 1 86WO51/ 7 J 1 1 ITFM DESCRIPTION IITFAI PLAN I PRICE PER UNIT TOTAL AMOUNT N0. 1 OUANT I TY J ( STANDARD ITEM NUMBER) I I I I DOLLARS DOLLARS+----+-------------+_-- ----------- --------+----------------+--------------+ ENCOUNTERING FOREIGN 9 MATERIAL ESTIMATED 29500.00� WATER LINES J 10 I -- -------1 SANK RUN GRAVEL FOR-----AT--------------+--------------+ 286 TRENCH BACKFI L I 1 CO. YD. ( 3815) IPER CU. YD. I +----+-------------+------------------------+----------------t--------------+ SURFACLNG I 11-1-------------- A III -CRt1SHEU SURFACING-TOP }+-T--------------I+--------------+ I -- ( ---_ TON � COURSE ( 5120) I PER TON I e +- -+- ------+------- -^----------+----------------+--------------+ ASPHALT CONCRETE PAVEMENT 112-1------------ I ASPHALT CON-. PAVEMENT-toT--------------+--------------+ 55 J ! TON i CL. B ( 5765 ) PER TON e ' +----t-------------+------------------------+----------------+--------------+ TRAFFIC F --1 3_' ____- -------I 'TRAFFIC CONTROL LABOR 370 HUUR I (697JAT PER HOUR } I- -'----�- ------+_CONSTRUCTION SIGNS AT 14 --------------+--------------+ 1 F CLASS A y . • (6982 ) IPER S9 FT. y / I --------------------------------------------------- NO 15 i LUMP UM 0 TRAFFIC LUMP SUM +----+-------- &47006) 1 0 -----+-- -- -----------+------ ----- -+ OT F -----------+--------------tSTRUCTURE EXCAV16 1 920 CLASS B INCL. HI CU. YD. CU. J ) I SHORING AND CRIBBING ORIAT 117 1 4.450 EXTRA EXCAVATION CLASS 11 a I I SO. FT. B ( 7010) IPER SQ. FT . +----+-------------+------------------------t----------------+--- ---------t I I ) GRAVEL BACKFLLL FOR 14T I 1 R I _____. YD. ( PIPE BEDDING _ _ I e I 1 CU. YD. _____ ( 7013) PER CU. YD. I 19 1 --1 CON-. CL.-H------------tAT--------------t--------------+ 2 +----+----CU. -YD---+------------------( 7023) PER---CU. YD . 1 -+- --------+--------------+ *-SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE kIGHT OF THE DOT ( DFCIMAL ) IN THE PRICE PFR UNIT COLUMN SHALL BE INTERPRETED AS CENTS. SR 405 GYPSY CRFEK DRAINAGE IMPROVEMENT 8RW1151 PAGE 2 88W051/ 7 +----+-------------+------------------------+----------------+-------------- I I ITEM DESCRIPTION + ITTEMI PLAN PRICE PER UNIT TOTAL AMOUNT I NO. 1 QUANTITY (STANDARD ITEM NUMBER) I I I DOLLARS * DOLLARS i +----+-------------+------------------------t----------------+--------------+ !1 I ST. REINF. BAR I AT 120 1 105 POUND 17030) IPER POUND t +----+--------2---+-�-----------------------+----------------+--------------+ 1 I I REMOVING AND RESETTING IAT 1 21 I 0 i CHAIN LINK FEKE t 1 1 LIN. FT. ( I ) PER LIN. FT . +----+-------------+-------------- ------ +----------- ----+--------------+ I 1 1 MANHOLE UNDER 12 FT. IAT 122 I 1 f( 120 IN. DIAM. TYPE 3 ff I 1 EACH I l ) I P ER EACH t +----+-------------+------------------------+----------------+--------------+ I I MODIFIED MANHCLE UNDER IAT J 23 12 I EACH TYPET3 120 IN. DI{M• PER EACH I t ! ---------------1 CONCRETE WEIR 24 -------+----------------I+--------------+ 1 i LUMP SUM i ( ) LUMP SUM i t +----+--- ---+-- -------------------+----------------+--------------+ I I TRIMMING AND CLEANUP 25 LUMP SUM ( 7490) I LUMP SUM t +----+-------------+------------------------+----------------+------------ + I I ! CONSTRUCTION GEOTEXTILE AT 126 i 110 I FOR PERMANENT EROSION t I I SO. YD. I CONTROL ( 7554 ) PER S0 . YD. t +----+-------------�------------------------CONTRACT TOTAL--$+----------®---4+ I i f +--------------------------------------------------------+ cop D 4 *-SHOW PRICE PER UNIT IN FIGURES OILY. FIGURES WRITTEN TO THE RIGHT OF THE OnT ( DECIMAL ) IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS. SR 405 GYPSY CRFEK ORAINAGF IMPROVEMENT 88W051 I PAGE 3 88W051/ 7 FEDERAL AID PROPOSAL NOTICES NOTICE TO PROSPECTIVE FEDERAL-AID CONSTRUCTION CONTRACTORS 1. CERTIFICATION OF NONSEGREGATED If. IMPLEMENTATION OF CLEAN AIR ACT AND FACILITIES FEDERAL WATER POLLUTION CONTROL ACT v, (a) A Certification of Nonsegregated Facilities, as (a) By signing this bid,the bidder will be deemed to required by the May 9, 1967,Order of the Secretary of have stipulated as follows: Labor(32)F.R.7439,May 19, 1967)on Elimination of (1) That any facility to be utilized in the perform- Segregated Facilities is included in the proposal and ance of this contract,unless such contract is must be submitted prior to the award of a Federal-aid exempt under the Clean Air Act, as amended highway construction contract exceeding $10,000 (42 U.S.C. 1857 at seg..as amended by Pub which is not exempt from the provisions of the Equal L.91-604,and under the Federal Water Pollu- Opportunity clause. tion Control Act, as amended(33 U.S.C. 125 eg seg.,as amended by Pub L.92-500).Exec- (b) Bidders are cautioned as follows:By signing this utive Order 11738, and regulations in imple- bid, the bidder will be deemed to have signed and mentation thereof(40 C.F.R., Part 15), is not agreed to the provisions of the"Certification of Non- listed on the U.S. Environmental Protection segregated Facilities"in this proposal.This certifiea- Agency(EPA) List of Violating Facilities pur- tion provides that the bidder does not maintain or suant to 40 C.F.R. 15.20. provide for his employee facilities which are segre- (2) That the State Department of Transportation gated on a basis of race,creed,color,or national ori- shall be promptly notified prior to contract gin, whether such facilities are segregated by award of the receipt by the bidder of any com- directive or on a de facto basis.The certification also munication from the Director,Office of Federal provides that the bidder will not maintain such segre- Activities,EOA,indicating that a facility to be gated facilities. utilized for the contract is under consideration to be listed on the EPA List of Violating Facili- (c) Bidders receiving Federal-aid highway construc- ties. tion contract awards exceeding$10.000 which are not exempt from the provisions of the Equal Opportunity FEDERAL AID CERTIFICATION clause,will be required to provide for the forwarding of the following notice to prospective subcontractors for CERTIFICATE OF NONSEGREGATED FACILITIES construction contracts and material suppliers where the subcontracts or material supply agreements ex- (Applicable to Federal-aid construction contracts and ceed$10,000 and are not exempt from the provisions related subcontracts exceeding $10.000 which are of the Equal Opportunities clause. not exempt from the Equal Opportunity clause.) NOTICE TO PROSPECTIVE SUBCONTRACTORS By the submission of this bid, the execution of this AND MATERIAL SUPPLIERS OF REOUIREMENT contract or subcontract,or the consummation of this FOR CERTIFICATION OF NONSEGREGATED material supply agreement,as appropriate,the bidder, FACILITIES Federal-aid construction contractor, subcontractor,or material supplier, as appropriate, certifies that he (a) A Certification of Nonsegregated Facilities as re- does not maintain or provide for his employees any ` quired by the May 9, 1967,Order of the Secretary of segregated facilities at any of his establishments,and Labor(32 F.R. 7439,May 19, 1967)on Elimination of that he does not permit his employees to perform their Segregated Facilities, which is included in the pro- services at any location,under his control,where seg- posal,or attached hereto,must be submitted by each regated facilities are maintained. He certifies further s bcontractor and material supplier prior to the award that he will not maintain or provide for his employees f h ontract or consummation of a material sup- any segregated facilities at any of his establishments, g such subcontract or agreement ex- and that he will not permit his employees to perform ee $10 0 t exempt from the provisions their services at any location,under his control,where f q r t se. segregated facilities are maintained.He agrees that a breach of this certification is a violation of the Equal ( Su n n up i s e cau- Opportunity clause in this contract. As used in this boned as n' be r ct r- certification, the term "segregated facilities" means i n g into a m a a me t t any waiting rooms,work areas, restrooms and wash- subcontractor or mate 1 r d ad o ro s, restaurants and other eating areas, time- • have signed and agreed to the r i of o k ocker rooms and other storage or dressing tification of Nonsegregated Facilities" i t sub o - r ar i lot , drinking fountains, recreation or tract or material supply agreement. This ce tific t' in are transportation,and housing facil- provides that the subcontractor or material supplier i r ' for ployees which are segregated by does not maintain or provide for his employees facili- e p ci tiv are in fact segr d on the ba- ties which are segregated on the basis of race,creed, si f ce re color,or nationa i ,b se Of color, or national origin, whether such facilities are habit,loc u t ,or otherwise. s segregated by directive or on a de facto basis. The cept where he obtained id is I if' ti certification also provides that the subcontractor or from proposed subcontractors e i p s material supplier will not maintain such segregated fa- for specific time periods),he will i nt' I cilities. fications from proposed subcontractor t rial suppliers prior to the award of subcontracts the (c) Subcontractors or material suppliers receiving consummation of material supply agreements, ex- subcontract awards or material supply agreements ex- ceeding$10,000 which are not exempt from the provi- ceeding$10,000 which are not exempt from the provi- sions of the Equal Opportunity clause,and that he will sions of the Equal Opportunity clause will be required retain such certifications in his files. to provide for the forwarding of this notice to prospec- tive subcontractors for construction contracts and ma- terial suppliers where the subcontracts or material supply agreements exceed $10,000 and are not ex empt from the provisions of the Equal Opportunity Note: The penalty for making false statements in of- clause. fors is prescribed in 18 U.S.C. 1001. DOT REVISED'a 85D Fg t of 2 O%A203 SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT 88WO51 Page 4 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPOR- TUNITY (EXECUTIVE ORDER 11246) (1) The Offeror's or Bidder's attention is called to (4) As used in this Notice, and in the contract re- the "Equal Opportunity Clause" and the sulting from this solicitation, the "covered • "Standard Federal Equal Employment Specifi- area" is as designated in the Special Provi- cations" set forth herein. sions for this project. (2) The goals and timetables for minority and fe- male participation, expressed in percentage The goals and timetables for female and mi- terms for the Contractor's aggregate work nority utilization shall be included in all Fed- force in each trade on all construction work in eral and federally assisted construction the covered area, are as follows: contracts and subcontracts in excess of $10,000.The goals are applicable to the Con- Time- Goals for minority Goals for female tractor's aggregate onsite construction Tables participation for each participation in each workforce whether or not part of that trade trade workforce is performing work on a Federal or federally-assisted construction contract or (See Special Provisions) subcontract. These goals are applicable to all the Contac- tor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area lo- cated outside of the covered area, it shall ap- ply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Execu- tive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirm- ative action obligations required by the speci- fications set forth in 41 CFR 60.4.3(a),and its efforts to meet the goals. The hours of minor- ity and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the c n ror shall make a good faith effort to IYYYY m n es and women evenly on each i r j cts. r sfer of minority or fe- I 'e e r t . s m Contractor o C n ctor f o r t for the sole po 1 g tra r' goals shall b i I t tr , th Executive Order an t r i11� F Part 60-4. Compliance wit e o I b measured against the total wor u p formed. (3) The Contractor shall provide written notifica- tion to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction t subcontract in excess of $10,000 at any tier for construction work under the contract re- sulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer identi- fication number of the subcontractor, esti- mated dollar amount of the subcontract, estimated starting and completion dates of the subcontract, and the geographical area in which the subcontract is to be performed. SR 405 GYPSY CREEK DOT REVI6 D&I" PAGE20F2 DRAINAGE IMPROVEMENT 88WO51 Paqe 5 NON-COLLUSION AND DEBARMENT AFFIDAVIT State of Washington- ) ** County of ) I, the undersigned, an authorized representative of *** being first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further 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 administra- tion of federal funds; is not currently under suspension, debarment, voluntary exclusion, or de- termination of ineligibility by any federal agency; has not been suspended, debarred, voluntar- ily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against said person, firm, association or corporation by a court of compe- tent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. 1 further acknowledge that by signing the signature page of the proposal, I am deemed t g and have agreed to the provisions of this affidavit. I t 1' NOTE: Exceptions will not e it It i eni 1 o d, ut will be considered in determining bidder responsibility. For any exception no a in at bo t t ies initiating agency, and dates of action. Providing false information may result in crr i pr c r ist e s ctions. "A suspending or debarring official may grant an excepti e a arred, suspen or excluded person to participate in a particular transaction upon a writte d r i n by such offi 1 t ti a reasons) for deviating from the Presidential policy established by Executive Or e 49..."(49 29.215). l * If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON and enter appropriate State. ** Fill in county where notarization of proposal takes place. *** Fill in firm name. SR 405 GYPSY CREEK DRAINAGE IMPROVEMENT DOT Form 272-036H 88WO51 Paae 6 Revised 3/88 PROPOSAL - CONTINUED • The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%)of the total bid,based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ❑ IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) 8 SIGNATURE OF AUTHORIZED OFFICIAL(S) NCO SSG fJ s , D FIRM NAME P I DDRESS) Signed and sworn to (or affirmed) before me on NOTARY PUBLIC My appointment expires (Seal or Stamp) Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal,"or"Article 4"of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication SR 405 GYPSY CREEK DOT FORM 272-036D DRAINAGE IMPROVEMENT Revised 12/86 88WO51 Paqe 7 1 T.24N. R.5E. W. M. /a ' ° ,II T24N.R5E.W.M ti 4 SE 7240 5T EX.4l/A7E 7I> VlA77JJ \ \ I C W5T.CLk A/EL. INSTALL I Ot /a-�v PL-P LLB rR/L M H 3 Mp.Z I b p i// BOO 0 BGb /LAD r .SLIEST 4 . I § -..,Sr sG/�/ Sc4L£/A/FEET r N6 5D7vg• C 5TRGYT CQ . 3' S-?FYI,a . _ _ I \ .� � PROJECT DETAIL bHEFr_4 —i1'/LOG — �O �/ / S> LCx478oN 240' MP 7.63 /ZS' " =a W \ Q I �rj I-405-3(704) a C3ti' 9E'19TM A� U SE ST m \ z 2 \ oui C/AL MN-I - PROV/SIONS) �e Tt O- N 9TT1 T S JW Se 'liN •;ce SAJ6TAl1. 21pI2AP I � I / PE�2 IaETA1L SHEET 4 N ENTMYDALE N �N r � T ex1 7 Cl141A A 1' FE�/CE �1 arse V4KT 20 0 30 4a VICINITY MAP SC.4L E /N F££T MODIFIED M.H. TIPS 3 IZO IN.D M TES T HOLE \ e ----.._-........................__..._.- -- ................ ....... ... ::::::: ...... ..... :.... .. ...... :...... ...... I ....� .:....... ` ..... : : ... v - ..... -. --- . - (-- —.. ........ ... .. .... ......... ........ H ......o o; 3 ::::::: :.::::::: ..... o:....... . ..... ... ....... ......... ..........!......... ......... . ... ...�+.wr.!.. .... W. .. ..! -- - -- - -- --- - -:... _.... -.__.._. .................__ _...............- .... — ... I. .... ......... ` ....... ....... ........... � ',I::::.... 2 W'� ,,,...... .. q ........: ....... .... ....... ....... I ,. ... — — I �► I ti ::.. — nz :::.. ....... ....... o......: .. ....... ....... . '.�. { ......... ......... .........i........ ....... ...... ... ....... ....... !. H J i ......... .........i......... ......... ...... .. a ,�... I. r,. :� .:. ::::: ...... .......'I'..... ...... ....... �:....... : . _..._ - - —- ..... ......... - -- -- - ---- ------ .....-.:... ....._.......... _ .. .................. __. ........ ......... ......... ....... �..... ..... - ...... ....... ..... .........{......... .......:. ....... ! .........� .. ., ..!.� ::::I::::::�!r9/ : ..::I ....... ;..... . .... ..... is ' 26:} _ j.. ..... liuF:. is ! t� ........ .........I.:.:.:.::I:.......:I`:.......!. __: - ::::� -. y- . ZS.TS ...... I I — ..... I: F 2'!� .....: .....- .. __..._...... __._. -1 -- . - _............... _ ........--- ---= - .: ...... I...:. '.:....... ...... ....... .... I wL:� o rGry Tw. .... ....1......... ......... ........ I.... .... ......... .... j......... ......... ITS SSSP:! — t ......... dL 0... - ... ...... ..... i:. I: I: ;. �: is .......::1:....:...1 .......I..-.:. ... i:::c:::::�. 4s:SSS F:. iiV.�DfAA'f..........'..... .....:: :::. ..i.........;...:..... .... ...'' :' ::46 S rtrc e-4$1,S:48/Ad DIAM.!'. I.TWIN T i .. :I: .... ....... ....0 6A 1:..... I:. i:. ... ..... ...... I: I:. ..... �I I:. ..... b.#6zi:.. . .. ........:i: :.. .... is ... .. I. ..... ...I. ... .. .:: ...... �Z ...... ... ...i .... .... .:1: .. .... .. ... ... ...... .. .. .. ..i. ... .. .. 0CI:: :I ......... ...... .......: ...... :::: .. .. .. .... .. .... ..... ..... ... . . .... ......... .........i.... .:.� .....::. .... ..�I' .... .. .. .. I ...... ..... ...... ,..i..:..... . ___._..._._... __._. _J............ ... .� _ _ _ _ _ ..... ..... .. .... .. ....... ..... ...... .... :.: .... .. .... .. I. ' .......i .. Bench Mork Elev. 41.4.2 :..' I: ......... ... .... ... .........I: o zn ! ..... ....." J ::::::: P! I':: :: : P'cfure Fb/nf P ht Sh/ r. ---_ ...--- .i..__.._.._._._. .._............_..-.__ I:.......:j:. ..... ....... !"... 9 d —-- i. ... --.':'.. -..--- -- j-----..... -- ._.._.. - - .-. �....- -- - _ OF NB Off-Rom r 44T - 150Fr. South 0tP TN ...:::i.. .. ... ..... j::: .. . : i' .. L } I.' Dr}Tl/ .. ..I:::: I .: .. . .....! j.. .. ! :...... " .:::: __.......... .:::: _._. ........._ .:._:.. i I .. � I i F >4 'EN ON STATE fED.AID PROD.NO. No. s�°e,s H F DIVISION OF HIGHWAYS V i�'`•Xf'�G_ ALL SHEETS OF THESE PLANS SHALL ® Washington State SR 405 DRAWN 10 WASH _ 'fy SIE DEEMED D STAMP ON THIS SHEET GYPSY CREEK " SIGNATURE TUREAED APPROVED BY THE ® Department of Transportation REVIEWED J. G. KERR I-405-3(704) :l � CHECKED L. R. BOYLAN roe NUMBER �•cn+' `, p p DRAINAGE IMPROVEMENT s.EF' 4 W PROJ.ENGR. N. N. STORg9E 88W051 �Pool�s� I 1h.j Y DIST. ADM. R. E. SOcK$TRuG BE ..Aen Zik R ir � CONTRACT N0. ne OA REVISION 8Y APPp J"Aly988 VM ThWaT DEVELOPMENTENGINEER - DRAINAGE PLAN AND PROFILE 4 SUMMARY OF QUANTITIES 88W051/07 PROJECT LIMITS NO LENGTH. 1-406-3(704) SR 405 emtc a rune STR. 8+43 TO STR. 10+32 MP 7.63 SR 405 GROUP 1 STATIONS ITEM TOTAL STD. UNIT ITEM L B*43 NO. QUANTITY ITEM TO L 10+32 NO. CS 174401 PREPARATION LUMP SUM 0001 L.S. MOBILIZATION L.S. -" --j DRAINAGE 2 21 1069 C.Y. FILTER BLANKET 21 — 3 79 TON HAND PLACED RIPRRP 79 STORM SEWER 4 621 3151 .F• TESTING STORM SEWER PIPE 621 5 366 L.F. TR. 5 ST. STORM SEWER PIPE 0.064 IN. TH. 42 IN. DIRM• 366 6 52 L.F. TR. 5 ST. STORM SEWER PIPE 0.109 IN. TH. 66 IN. DIRM• 52 7 200 L.F. STEEL CASING 48 IN. DIRM• 200 8 200 L.F. JACKING OR RUGERING 200 9 EST. 2,500 DOLLAR ENCOUNTERING FOREIGN MATERIAL EST. 2.500 WATER LINES 10 286 3815 C.Y. BANK RUN GRAVEL FOR TRENCH BRCKFILL 266 SURFACING 11 111 5120 TON CRUSHED SURFACING TOP COURSE III 1 I ASPHALT CONCRETE PAVEMENT 12 1 55 6765 1 TON ASPHALT CONC. PAVEMENT CL. B 55 TRAFFIC 13 37C 6979 HOUR TRAFFIC CONTROL LABOR 370 14 68 6982 S•F• CONSTRUCTION SIGNS CLASS A 68 15 LUMP SUM 6985 L.S. I MAINTENANCE AND PROTECTION OF TRAFFIC L.S. OTHER ITEMS I 16 920 7006 C.Y. STRUCTURE EXCAVATION CLASS B INCL• HAUL 920 17 4,450 7010 S.F. SHORING AND CRIBBING OR EXTRA EXCAVATION CLASS B 4.4SO 18 103 7013 C.Y. GRAVEL BRCKFILL FOR PIPE BEDDING 103 19 2 7023 C.Y. CONC. CL• B 2 i 20 105 7030 LB. ST. REINF. BAR 105 21 200 L.F. REMOVING AND RESETTING CHAIN LINK FENCE 2CO 22 1 1 EACH I MANHOLE UNDER 12 FT. 120 IN. DIRM• TYPE 3 1 23 1 EACH MODIFIED MANHOLE UNDER 12 FT. 120 IN. DIRM. TYPE 3 1 24 LUMP SUM L.S. CONCRETE WEIR L.S. 25 LUMP SUM 7490 L.S. TRIMMING AND CLEANUP L.S. — 26 110 7554 S.Y. CONSTRUCTION GEOTEXTILE FOR PERMANENT EROSION CONTROL 110 I NOTE: FOR SPECIRL FERTURES SEE SPECIRL PROVISIONS REGION STATE FED-RID PROJ•N0. TOTRL n T DIVISION OF H I GH W R Y S SR 405 10 WASH � Washington State MAP Department of Transportotlon GYPSY CREEK 08 MBER I-405-3(704) DRAINAGE IMPROVEMENT -SHEET BBW061 �F P�T Rev QL4 IFem Uo G CO TRACT 0. 14 SUMMARY OF QUANTITIES REVISION BY RP D RPP VED H«Ts STRUCTURE NOTES z NOTE: a Q J � Z O a . Q I J THE FIRST NUMBER OF W 04 � Z 3 Z c J \ j Q IV O 11lJ O OnC "CODE" REFERS TO THE y Lu - - 41 II J Z 2 W SHEET NUMBER OF THE Z \ll w Q Y V V w Z O Z -� Lai CONTRACT PLANS. THE Q 4 Z ti Q V _ W a � IZ Z Q CC ENEf? L N o rE s SECOND NUMBER REFERS ~ ?_ ¢ W v Z I` ~ O V C Lkj TO THE CONSTRUCTION m Q v ��� m a v to Q N j w O Z I• ,4ccEPrABLE ALTER/VATC /5 lj FEATURE FOUND ON THE �C ? LA p V 0 Or Z k Z Z ki kN ? - `7 T-REiq rlvlEtq 7- 5 AL UM I N U�1 SroRM PARTICULAR SHEET. Q 3 W 2 W cL �Q 0�'Q Q 4 Z Z 0 4� Z x �► a SEWER PIPE O.OloO/N. rHic K �/Z lN, 2. A�GEP04 TABGE ALTERNATE /s 71Z6pTMEN"r CODE STATION C To/V L F 4 F L F �-� '�-F C Y C S, F. C Y C Y L B Acl1 EAGN �-S 5 5 ALUMINIUN SroR/)l sEtJER PIPE O,135-14. 3� 2vo zoo �- 30 Z /v5 / �D ?N/vK aR o.o75/N rF//Ck, ul/Z � X yZ AND . / - foX / Co9RUCAT/oNs AESP, 6P& /N, Dltlm, Ot z 7 T1 3, AC6E'P7'A8LE ALTERNATE IS f z Z 7 ' T O 3!0 ?!c 22 7�1 33 5 S 13 S/o -rREgTMENT 5 ALUMIAlI Z ED STEEL / 8 7 STORIA SEWER PIPE 0. 010 4 /N. TI-I ICX 42 IN D/H IVI iZ 410 55 675 2 ° z 4. ACC EPTABL.E AL TER/VATE' 15 f /43,P,-r -rREAT-MENr 5 ALUMINIZ5D STEEL STORM SEWER PIPE 0. 0&4 tN/GK (via IN DIArn WI3x1 COP-AUGAnonlS 5 ACC E PTA 6 Lc Al-T \NA rE I 'S �'LRlnl ALUMIN(JM SP/Rl9L Rib STORM SEWER PIPE 0 . o (oo IN. TN/CK 4Z/N. D1AM �p AccEFrA6LE ALTERnIArE lS PL9/A/ ALUN\IN/ZED �TEt L 5P1 RAL- Rib STORM SEWER PIPE O. Olo l /A/, THICK 9 Z/N. DIAN\. 7. ACCEEPrABLt AL 7TE RNATE IS YRFATIVIENT' Z GALVAN/ ZED STEEL SPIRAL R 18 STORM SEWER PI PE O. O !o 4 IN THIC!C 422 /N Dll- m- 8• No ACCEPT-ABLE- ALTERNATE b 0 of y� 2 UlJS M 2 I 3O � z (O LS 20 14450t ) i0 ._ v /O ASTATE FEO.AIDPROJ.NO ,�.., HIGHWAY DIVISION SR 405 t0 wASH DRAWN A I-405-3(704) Washington State GYPSY CREEK CHECKED Joe NUMBER ®® Department of Transportation DRAINAGE IMPROVEMENT SHEET w PROJ.ENGR. �7Z) 88WO51 o- f • DIST.ADM. K TR 6-e ¢✓ f .TR.SSS.P ¢ 6(oln•l��ein CONTRACT NO APPROVED STRUCTURE NOTES ,,,E T, IDATEI REVISION laylki,514 rtC%Y FORM 221.036 UPPER SOCKET NOTE: _ REINFORCEMENT FOR L.IUDWALLAND 0TWE2 DETAILS 514ALL BE IN CONFORMANCE WITU 5TD.PLAN 5-9 1/2"WOOD 5LIIM5 51-IOLLO BE U5ED 'WEADWAL5 Fb2 STEEL AND ALUMINUM PIFES+ TO KEEP PIPE E 5OCKET5 PARAUEL USE ASTM A-55 GALVANIZED STEEL PIPE,fv2 e A2S• DURING CONS1RUCTION PERIOD. 3"PIPE(5AR) STEEL PIPE QD(IN) I-D(W) �FT)X LOWER SOCX>=T' STANDARD 3 w 3.0Gb 15 \ EXTRA STRONG 3.500 2.900 20 \ - FLOW PIPE 5AR REMOVAL DDuBLE _ _ __ NT5 EXRZA5T23\6 a5w 2�00 WIgo T-5 SSSP 421N.DIA PIPE INSTALLATION i. 12" I �TO C.M.H. LINE i FLOW 6 1CLIT ELLIPTICAL OPENIMG IN CULVE2f CONCRETE uEADWALL T-5 SSSP 42 IN. DIAM, \i [ 1 PER STANDARD PLAN 5-9 TO ACCOMODATE PIPE SDCKET(TYP) 3"DIAMETER DEL PIPE '••tt=- _• ~ ^ /Z• / ,`` 3'DIAMETER 5TEELPIPEIMAX 5FYKING MODIFY B- uEADWALL TO 6 TLIICyNE55 9 — CUl VE2r CROWN BAR AND 5CCKET5 MUST I • I2' 24 ' I 31 z I PLUG SAID OF PIPE BE 51ZED AND PLACED TO ALLOW BARS TO BE EA51LY 24" 12" REMOVED. I 3.5 PIGMENTED -j CULVERrINVEiZr SEALER I I N�I (SEE SPECIAL =__ __� I RODRLIFJ OYDOFA6Aj� O PROVISIONS) ------ ------ BOLT 5ERVES A5 FEAR STOP OPENING FOR CLEAUOUT I�=•{ FRONT VIEW FDR 48"d CULVE2r WITU L IUDWALL MANHOLE UNDER 12 FT a"5TAn:DARD STEEL PIPE(SrxKET) SAFETY BAR FOR 12 0 I N. DIAM. TYPE 3 4.9D o.D.,arn(o LD.(TYQ) CULVERT uEADWALL 1 STA. L 10+26.2 (77'RT.) " MANHOLE ACCESS FOR DETAILS NOT SHOWN SEE STD. PLAN B-23c. 40 0 40 BO 3k'DIAMETE12TUREADED SCALE IN INCHES RED WrrU LW5 OR 514'A(' AW-W02 BOLT5,1YP) 50CKt7 DETAILS �5- ` CULVERT HEADWALL r , FLOW_ - �� PIPE ; �-' T-5 SSSP 42 IN.DIAM. ti STA. L 10+32 ( 12 2.19' LT.) 30 PIPE INSTALATION �CTOC.M.H. LINE PIPE FLOWa T-5 SSSP 42 IN.DIAM. 2'Hand Placed Riprop UNREINFORCED CONC. CL. B WEIR Exist.Ditch I 4' 6 INCHES THICK. Profile Point TOP ELEVATION OF I WIER IS 25.00 _a FOR DETAILS NOT SHOWN SEE STD. PLAN B-23c. 1 6" Filter Blanket I 2 Z Construction Geotextile For U) I a Permanent Erosion Control I a I 1 U i I 6'12 F- 2 MODIFIED MANHOLE UNDER 12 FT RIPRAP DETAIL 120 IN. DIAM, TYPE 3 L, STA. L8+43 (88'RT) O v REGION STATE FED.AID PROJ.NO. S No.T SHEETS DIVISION OF HIGHWAYS Amok Washington State SR 405 DRAWN 10 WASH " I-405-3(704) GYPSY CREEK ' w JOB NUMBER � Department of Transportation DRAINAGE IMPROVEMENT CHECKED L. R. BOYLAN 5HEET PROJ.ENGR. N. N. STORMS 88WO51 4 DIST. ADM. R.E. 1aOC.KSTRV1-K CONTRACT NO. OF JDATE1 REVISION BY APPD APPROVED DRAINAGE DETAILS 4 SHEETS Sign Spacing = X END Freeways + GENERAL NOTES CONSTRUCTION czo - z Expressways 50/55 MPH l000- �, Rural Roads Floodlights shall be provided to mark 4 Urban Arterials 40/55 MPH 500+- flogger stations at night as needed. Urban Streets 25/35 MPH 250t * Residential & If entire work area is visible from one Business Districts station, one flogger may be used. t Steady burning warning lights (TYPE C, MUTCD) should be used to mark channelizing devices at night as needed. Channelizing devices are to be extended to O �P� a point where they are visible to approaching FL ,goo traffic. .�O Sign sequence is the same for both directions of travel. W20 - 7a W20 - 4 � � o a � ONE LANE ROAD AHEAD W20 - I `hoo ROAD CONSTRUCTION AHEAD G20 - 2 END CONSTRUCTION LEGEND 0 a o CHANNELIZING DEVICES TRAFFIC CONTROL PLAN FLAGGER40 M1S14Y,TON 5717E DEPARTMENT OF TRANSPORTATION OLYMPIA.NASMMTON TYPICAL APPLICATION OF TRAFFIC CONTROL DEVICES ON A TWO-LANE o h� HIGHWAY WHERE ONE LANE IS CLOSED AND FLAGGING IS PROVIDED. PROJECT DEVELOPMENT ENG.WEER APPROVED February 6, 1987 STANDARD PLAN K - 2 t T O O WORK o O AREA � 1000, 1000' 1000' 330' Buffer vehicle T NOTE: ROAD SHOULDER RIGHT No encroachment on traveled lane. ONSTRUCTION WORK SHOULDER If encroachment is necessary, lane must be closed. CLOSED AHEAD AHEAD W21 - 5 W20 - I TRAFFIC CONTROL PLAN RA%MTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA.WASNNOTON ` LEGENDS e o e CHANNELIZING DEVICES / PROJECT DEVELOPMENT ENODEER TYPICAL APPLICATION - SHOULDER WORK ON FREEWAY OR EXPRESSWAY. APPROVED February 6, 1987 STANDARD PLAN K - 17 J � , l q K `� >- I I. 11 11 p � ,50uo RWA/D L lD R/W EL. 28.00 t 0 , � 2 IIII r: • D /� I TOP EL 27 GYM -� lL Z I ,,. -p ' V ` 0' .. x 79"X4v', / 7YPE 7z \ o o ,4,PG1-1 P/PE l /202)1A �CW 4451AI \ a Tk \ I ,�)� I ,h, / D,.. \ � s :o �/C<01���LOVV M-r-1/� �•�5� Q,y� ca ��ie 3�:R.C.P. ` J W-47W' ' I \ _ E3CCAt/ATE 70 /t/IATC,41 L � VA ✓E �aw�e / �/ : . NE - . /N5TAL L I ` 0❑ !W'11_T . EX/ST. C1-,/AN 4 2oD L.��¢8�p�PE .. . /20'� /�//�/�Afa A5 �/i�E.G T�E� o � STE6� s�GN /� 6-�neY EUCO//t/E�/e . AC,� �� I o ��/ i/ /4:Z- lOLW 0 COrUSTUCT COAIC. �- - 0 ) ,-- / 1E /9.931. . HEADWALL PER /2''/�PG — G I� S DA,QD PLAN/ 5-9 E TOP !�/��V , .a I c •- . ;• . fi. 2�O' oCe� / `�^ Q �/ GJ i PEIL / O " J I I I �1 L Zfg PIPE � �� o . � OETA/L C.�TG11'&a. A/0 2 w i \ o � I R � NO SCALE • o � � � ?< , k Q \ I \L�f �j E (vP t�4 Sv k t\ �� O arlorJ I i N07�: �7C/57- /Z'/,�/.P�A5 y // MA/it/ // N /. ALL CONSTic(/CT/O/V S//�1LL //t/ACCORDAit/GE l�t//71/ ; N64 STAN,D4R0 SPEC/.F/CAT/ON5 /" 'X ROAD. ZW/Z Lr� �;ce o ply, SE �zuo AND MUN/C/PAL. CON5TiPUCT/O/ )M122 C/7Y51d RENTO/V I 1 F/G4T/ONES. I SCALE /'=800' `0 N F�AN5 AND 5F"�/ TC11 eAS/N5 .S1/AJL I-/Q✓E 5DL/D /C'OU1VZ) L/DS• '� 2, CA E//5T CI-/A/AJL/il/Z Q ? NE �r 5T 3 C0A17",2AC70g eWALL. CONTACT' ALL UT/L/7Y CC�YI✓/'A,,J12'-3 PEAJCE 1� rn�gr�,e 1 V.4vzT 38 D�� �P 55� � v ' TO Y�,�i� Lc�A71- Q�/o 17nr- z oP UT/UT/E5 A 4+ IP N`�� 0 -o P��ECr' s - �r sr- ''55LF- 'X49 aZ� L c ►��oO `��,��' etJr,1Y's 5E?7714 N' tp Q2C�/PIPE \ Qom. > _ .3f8 CB /�/0.2 `S f�ESTAURL1uT5e �8 0 STA, .3 1 52' _ 14 SEE DETQ/ R m 1Z NE 5 '� :. ............. . . .... ..... ..>J�-43• ........................... ......,5u. r.,....... If , _ :....................................... .......................... . . . PL.A/l/ /l/STALL .... /P.-SIP................... ............................... . . . . . . ........................:....................... .............•... / : . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . : . . . . . . . . . : . : :..:..:•� : : : ......................................:......... : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . ......................................:......................................... : : . . . . . . . . . . .....................:......................................... ,QE TED BY . . . . . . .....................:...................... . . . . . . . . 0,01� ...............................................................................:...................... . . . . . . . . . . / � : : A5;IJ/ C : . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . . . . . . ,r /L. ✓CAL . . . . . . . . . . . . . . . . z . ,.. . . I . ; . . . . . . . . . . . . . . . . . . . . . . . . . . . . �. .� h . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . /I— / . . . . . . . . . . . . . . . . . . it • ... • . . . . . . . . . . . . . . . . . . . . . . . . .....•............... . . . . . . : ....... ................................. .............. . . . . . . . ........ i . . ............. . . . . . . . . ..... ....... . . . . . .. . . . . . . : N . � N:4t�T�4 5r� I � : 'y '� � . . . . Q :� o . . . . . . . . . f :� o C� . . . . . . . . . . . . ' _ . . . . . . . f. .i . . . . . . . . . . . . o. . . . . . . . . . . . . . . . . . . . . �l 'fir•' .�� : : • - . . . . . . . . .................... ... ................................. . . . . . • ; • • • • • • • ............. ....... .................................. • • : • . . . . . .. ................ . . . . . . . . . . . . . . v. . . . . . . . . . . . . . ...... rJ..:.. Bi ........ z.... o . . . . . . . ......... ... .............. . . . . . I I . . . . . . . . . . ................................. . . . . . . . . . . . . . . . , : . . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . .... V •......................................:............................ . ....:....... .. .. .... . ...:.....-................................................................... -,eaC . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . : .a .......................................:....................................... `.7 : . /5T/ram . . . . . m �. . . . . • : . . . . . . . . . : . . . . . . . . . : . . . . . . . . . .. : . . . . . . . . . . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : : : . ..BOA !�Y . . w 3�� . w ' :� : : ��� � SE-2�7.I?# 33.OD. .V . . . . . . . . . . . . . . �3.:c�J : . T �'` �,'i: I�ENNYbALE .Nsr - + . CSC T4 . . O �. . . : D . . . . . . O : . p. :.......................................:....................................... .............................. ;... ..... .. .......... . . . . . . . . . . _..................... ............................... . . . . . . . .. . . . . . . . . . / . . . . . . _ . .,... . . . . . . . . . , .......................:.......................................:.......................................: . . . . . . . . . . . ............ — . . . . . . . . . . . . . . L�CA}f'IQN hlQ ': . . . . . . . . . . : / �� . �.. . . . . � . . . . . . . . . \. . . . . . . . . . . . . . . . . . . . . . . . . . - �.-r--. -: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . o ._T-- . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . O . . . . . . . . . i�Y / : : � ;_ w • . . . . . . . . . . ......................... ............ ........... ....... . . . . . . . PC/ . . . . . . . . . . : . . . . . . . . . : . . . . . : : . . . . . . . . . : . . . . . . . . . : . . . . . 2....II..P...: A...S... ........... . . . . . . . c / ti: ......:... . . . . . . . . . . : . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . : _. . . . . . . I.83. LF�:" 9. �C49 ABC . . . . O,toCQl . . . . .D•l�l�/ .5�L F .79 . . . . . . . . . T T2FATi� lEtilT: 5J: y o . . . . . . . T/v1A✓ :f . . . . fQ . . . . -�--- . . . . . . . . . . . . i. U D . . - . . . E / : . . I .,, / `SLDP �T . . . . . . . . LF. . 4 .�PPEC� : . . . . . . . . . - . . . . . . . . . . . . . . . . . . . . . . 2w . . . . . . _ _. . . . . . . . . . Y . . . . . . . . . . . — . . . . . . . . . : . . - ................................ ................................. .............. : . .— -. . - . . . - —- - -- - — ........ _........ - ................................ . . . . . . . . . • . . . . . . . . . . : . . . . . . . . - -- _ ........... . . . . . . . . . . . . . , . __ - - - . . -- . T--.. - - O - - ..2 -- — - --- . - - - . . . . . . - - .�........................... ................................. _ _ --- - . T --- --- . . . . �_ __� -- . . . . . . . . . . . . . . . . . . . . . . . . . - - - : — ._ - . . . . . . . . . . . . . . . . . _ _ _ -r . . . . . . . . . . . . . ............................. • . .. , N ......... 1�J . . . . . . . . . . . . • . . . . ......................... ................................. ... ...... . . . . . . . . . . . . . . . . . . . . . . . N . . . . . . . . . . . . . . . . . . . . . .....................................................................:....... ... . . . . . . . . . . . . . . . . . . . �: . . . . . . . . . . . . . . . . . . . . . . .I . . . . . . . . . p . . . . Z` . . . . :g . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �, �; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ................................ ................................. . . . . . . . . . . . . . . . . . . . . ................................. ....................... ................... .�;.... .................. ..................-- : . . . . . . . . . : . . . . . . . . . �........................... . . . . . . . . . . . . . . . . . . • .................... ................................. Jpkf . . ' : ... .. .............:.......................... . . . . . . . . .. �J . . . . . . . . [�G i ...i... ...i... ...E... ... . . . ....... .. '•�..:. .... ...Y �. C . . . . . ......................... :.......................................:......................................... :............. r t..,.. . . . . . . . . . . i''� a.—, . ST 2z'. BTWE .STU.QN1 . . . . . -.,ti. �, G;y.. : : . : . . . . . . . . . : . . . . . . . . . : . . . . . . . . . : . . . . : . . . . . . . . . . . . . . . . . .. . . . . . . . : . . . . . . . . . . . . . . . . . . : . �- .5 �/lLl �45 'Dl2CTED 'DEA%ti GA �' �t : F RENTON y-: . . -"' •!, . :F•� T Y O . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . ............. .................................. .................................. .......... . : . ; . . . . . . . . . : . .................................... V DEPARTMENT OF PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . • . . . : . . . . . . . . . . . . . ..... ... . . . . . . . . . . . . ..........: ....:........................................ . . . . . . . . . . . . . �..... . . . . . . . . . . _ 6/�t/G• . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �= z 405 �raeM ol��N c� . . . . . . . . . . . �,�. .� . . . . . . . . . . . . . . . . . . . . . ._ .,, c . . . �/E. 7�-1 �T . . . . . . . . . . . . yl . �' JVOr271 OF . . . . . . . . . : : : . . . : : : : : : : : : : . . : : . . . . . . : . . . . . . . . . . . . . . . . . : : . . . . . : : : : : : : : : . : : : : : : : : - . : - : : : : : :...:...:...: :...:...:..:...:...:..:...:...: :...:...:...:...:...:...:...:..: :...:..........................: ............................:... o. . E . . . I . . . . . . . . . . . . . . . . . . . DATE FIL . . . ? . . . . . . . . . . : .. ................................. ................................. .. . i i... ... . . . . . . ... ..........................:......:.....:.......................................: . . . . . . . . . . . . :.......................................:.......................................:.......................................: ' . . . . . i i ' i ' • i . FIELD " " SC A . .. uDRAWN L r .G �WN . . . . . . . . . �� Cho CHECKED . . . . . . . . . . . . . . . . . . . . . / /ZEVl5E0 .O PIPE SIZE MLQ / l . . . . 's . . . . . . . . i SHEET / O F s . . . . . . . . . NO. REVISION BY APPR. DATE APPROVED . . . . . . . DIRECTOR O F P U 6LIC WORKS FERGUSON&SONS INC 81518 MOTE PIE II`1FORCEMENT FOR uEADWALL AND 0TuER DETAILS SHALL PEE IN CONFORMANCE WITH STD. PLAN b-q ''uEADWALLS FOR STEEL AND ALUMINUM PIPES'' USE ASTM A-55 GALVANIZED STEEL PIPE ff-)2 EA2S. UPPER SOCKET L(MAX. I f 2'I WOOD Sul MS 5�IOULD M USED STEEL PIPE O.D(I N) I.D(IN) (FT) 70 KEEP PIPE 4 SOCKETS PARALLEL DURING C.OlJS 12UCTION PEQIOD, STANDARD 3F.�00 3.0(a8 15 ' PIPE (EAR) E9QA STRONG 3.500 2.gDO 20 DOUBLE LOWER SOCKET EKT2A 5T2)N6 3.50D 2,500 30 5AR REMOVAL NT5 -7.00' 2 CUNGRETE lJffADWALL /2 PEQ STANDARD PLAN 5-9 ZINN°D CUT ELLIPTICALOPENING IN CULUEfZT 0 I / b •-' TO ACCOMODATE PIPE SOCKETTMF) 3 DIAMETER STEEL PIPE r. -- �, _ 3" DIAMETER jT�ELPIPE, MAX.5PAC1 NG MQDIFY B-q �IEADWALL TO 6 THICKNESS � ARS AND OC KETS MUST „ „ �II B S 4 I 2 BE SIZED AND PLACED TO IZ 24 z CULVERT CRDIMJ D:, , . ' o ALLOW BARS TO gE EASILY PLUG END OF PIPE /Z� �. REMOVED. C �• O CULVERT I NVEP-T ROD 02 HEAD OF ANCHOR BOLT 5E.2VE.S A515AR STOP N D •. d. OPENING FOR CLEA 1-FT D g" FzG dT VIEW FUR460 CULVERT WITIl I•-UDWALL SAFETY 5AR5 FOR 4" STAKIDARD STEEL PIPE(SOCKET) CU LVE�f' u EA OWALLS 4.50"0.D.)4.026. " I.D.(TYP) fir' �9 �- 3/4'' DIAMETE12 TIIREDFD Roo WFFk NUT5 OR 314"moll A`\1CU02 BDLT5(TYP) SOCKET DETAILS NT5 0 WAS CITY OF RENTON DEPARTMENT OF PUBLIC WORKS �0��4 I-405 57ORM DPA/1/ C,20551AI& VO,QTI-1 OF A.1 E. 4477/ ST. DESIGNED DATE 4 3`^" FILE NO. DRAWN L �j SCALE �`-' FIELD BOOK PAGE-- I CHECKED ,QEV. DIMEM51041 TU MATCU48"CUL . NJLQ v 30�6& J REVISION BY APPR. DATE APPROVED SHEET 2 OF NO DIRECTOR OF PUBLIC WORKS FERGUSON 8 SONS INC 81518