Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract vo
�.. Award Date: 8/7/2006 CAG 06-124
Awarded to: Dennis R. Craig, Construction
P.O. Box 595
6 E N T O N Rahmd, WA 98073-0595
$363, 823.15
Bidding Requirements, City of Renton �Y O�
Forms, Contract Forms, Conditions of . ,
r the Contract, Plans and Specifications —
�NTO
F MMUT ,
' .
2006 CITYWIDE SIDEWALK
PROJECT
City of Renton L
1055 South Grady Way w�F
Renton, WA 98055
General Bid Information: (425)430-7200
City Contact: Jason Fritzler (425)430-7243
A 12040
�O 4'kGIRti� 4,4i
O L
�SSI�NAL �
..
EXPIRES:9/30/
1`r
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
2006 CITYWIDE SIDEWALK PROJECT
' Project No. CAG-06-124
July 2006
1 BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
CITY OF RENTON
i
Table of Contents
I. CALL FOR BIDS
II.INTRODUCTION
I. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF
RENTON
4. SCOPE OF WORK
III.PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. NON-COLLUSION/ANTITRUST/MINMUM WAGE
IV. CONTRACT DOCUMENT FORMS
I. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CITY OF RENTON STANDARD ENDORSEMENT FORM
V. CONTRACT SPECIFICATIONS
I. AMENDMENTS TO THE STANDARD SPECIFICATIONS
2. SPECIAL PROVISIONS
APPENDIX A-HOURLY MINIMUM WAGE RATES
APPENDIX B-STANDARD PLANS
VI. CONTRACT PLANS
i
"' I. CALL FOR BIDS CITY OF RENTON
F'
CALL FOR BIDS
----------
ik
j
f?
S
i
A.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
iw
CITY OF RENTON
JUN 3 0 2006
Transportation Systems Div. CALL FOR BIDS
2006 CITYWIDE SIDEWALK PROJECT
Sealed bids will be received until 2:30 p.m.,Tuesday, July 18, 2006 at the City Clerk's office, 7"'floor
and will be opened and publicly read in conference room#521 on the 5"'floor, Renton City Hall, 1055
South Grady Way,Renton WA 98055.
The work to be performed within 60 Working days from the date of commencement under this contract
shall include, but not be limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by
Owner or others), and performing all Work as required by the Contract in accordance with the
Contract Documents, all of which are made a part hereof.
l The Work shall include but is not limited to the construction of sidewalk curb and gutter, curb ramps,
reinforced concrete barriers, drainage installation,traffic markings,traffic control,roadway
excavation and haul,removal of structures and obstructions,roadside cleanup and other work
necessary to complete the Work as specified and as shown in the Contract Documents.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. The
engineer's estimate is in the range of$300,000 to $400,000.
Bid Documents will be available Monday,July 3,2006. Plans specifications, addenda, and plan holders
list for this project are available on-line through Builders Exchange of Washington,Inc., at
http://www.bxwa_com. Click on "bxwa.com"; "Posted Projects'; "Public Works'; "City of
Renton";"Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder,"in order to
receive automatic email notification of future addenda and to be placed on the Bidders List.") Contact
Builders Exchange of Washington at 425-258-1303 should you require further assistance.
If a bidder has any questions regarding the project,please contact the Project Manager, Jason Fritzler, at
1055 South Grady Way, Renton, WA 98055 or(425)430-7243.
A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany
each bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
Bonnie Walton, City Clerk
Published:
Daily Journal of Commerce July 3, 2006
Daily Journal of Commerce July 10, 2006
i
II. INTRODUCTION CITY OF RENTON
f
II
` INTRODUCTION
4
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents, whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
AO 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment ofretainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
' 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly,paragraph by paragraph, or not.
1. WSDOT/APWA "2006 Standard Specifications for Road,Bridge and Municipal Construction"
and "Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton,"unless specifically referring to a standard specification or test
method.
# B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09,Measurement and
Payment(added herein) shall govern.
22. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
23 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
..
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
.. ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national
origin, ethnic background, g ender, marital status, religion, age or disability, the City of Renton
can reasonably accommodate the disability, of employees and applicants for employment and fair,
non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion, training,
retention and separation are conducted in a manner which is based on job-related
criteria which does not discriminate against women, minorities and other protected
classes. Human resources decisions will be in accordance with individual
performance, staffing requirements, governing civil service rules, and labor contract
agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS -The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate
equitable representation with the City work force and to assure equal employment
opportunity to all. It shall be the responsibility of elected officials, the Mayor, the
Affirmative Action Offider, department administrators, managers, supervisors,
Contract Compliance Officers and all employees to carry out the policies, guidelines
and corrective measures set forth in the Affirmative Action Plan and Equal
Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to
the Fair Practices and Non-discrimination policies set forth by the law and in the
City's Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7rhday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
N(ayor Council President
Attest:
City Cler
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
CITY OF RENTON
SUARdARY OFAMF_RICANS WITH DISABILTlIES ACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and Iocal laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements,and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITYqW RENTON RENTON CITY COUNCIL:
Mayor ouncil President
Attest:
City Clerk
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
t
CITY OF RENTON
2006 CITYWIDE SIDEWALK PROJECT
SCOPE OF WORK
I The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting
any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or
others), and performing all Work as required by the Contract in accordance with the Contract .
Documents,all of which are made a part hereof.
The Work shall include but is not limited to the construction of sidewalk curb and gutter, curb ramps,
reinforced concrete barriers, drainage installation, traffic markings, traffic control, roadway excavation
and haul,removal of structures and obstructions, roadside cleanup and other work necessary to complete
the Work as specified and as shown in the Contract Documents.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of
this contract document.A total of 60 working days will be allowed for the completion of this project.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
III. PROJECT PROPOSAL CITY OF RENTON
PROJECT: 2006 CITYWIDE SIDEWALK PROJECT
CAG NO.: 06-124
COMPANY: BID AMOUNT:
ADDRESS: TEL. NO.:
d >
t
All,
PROJECT PROPOSAL
iF
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
° JULY 2006
III. PROJECT PROPOSAL CITY OF RENTON
PROJECT: 2006 CITYWIDE SIDEWALK PROJECT
CAG NO.: 06-124
COMPANY: Dennis R. Craig Cctivtruction, Im. �✓,.
BID AMOUNT•
� J
ADDRESS: � TEL. N0.:
' III
PROJECT PROPOSAL
1
1
1
1
1
1
1
2006 CITYWIDE SIDEWALK PROJECT
' CITY OF RENTON
JULY 2006
Page 13 3. Project Proposal
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
1. BIDDER'S CHECKLIST
1• PROJECT PROPOSAL COVER SHEET
2. BIDDER'S CHECKLIST
3. PROPOSAL FORM
4. SCHEDULE OF PRICES
5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6. BID BOND FORM
7. NON-CULLUSION/ANTITRUST/MMIMUM
8. SUBCONTRACTOR LIST FORM
Above documents must be executed by the Contractor, President and Vice-President or Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly
authorized to execute contracts, a copy of the corporation minutes establishing this authority must be
attached to the bid document.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Page 14 Bidders Checklist
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
CITY OF RENTON
2006 CITYWIDE SIDEWALK PROJECT
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement,and the method by which payment will be made for said work,and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans,specifications and contract and
the following schedule of rates and prices:
(Note: Unit prices for all items,all extensions,and total
amount of bid should be shown. Show unit prices both in
writing and in figures.)
Printed Name: Janie r i , President
' Signature:
Address: J i
' Names of Members of Partnership:
OR
' Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
'age 15 Proposal
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Note: Unit prices for an items,all extentions,and total amount of bid must be shown. Show unit prices in both words
and figures and where conflict occurs the written or typed words shall prevail)
-F-
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
1 1 Mobiliz tion
LS $ lltr A
Min; -91111ilm-v 422 1
r Lum u ( r ( ures) (fig s)
2 1 Contra for Suppl' Sury ing
LS $ o . � X/V�o��ni�
�� (figures)pe Sum 91- words (fi (figures)
3 1 Traffic Control
LS $ r�
r Lum Su ords)� (figures) (figures)
4 1 Roadside Cleanup
FA $ //.L; 2000 2000
per Force Account (words) (figures) (figures)
5 2,280 Remove Curb and Gutter
LF 9� 7�/UD (i�a9s �� /
per Linear Foot (words) (figtxes
( gures)
6 1,062 Remove ement Co ete Sidewalk and Driveway
SY $ /S/lam r�yI.UGS
per Square Ya (words) (figures)
(figures)
7 506 Remove Asphalt Concrete Pavement
$ V- /O �
SY /O� �Y C.4P 5 �,
per Square Yard (words) (figures) (figures)
8 873 Crushed Surfacing Top Course
TON $ 9� °fib
per Ton (words) (figures) (figures)
9 120 H.M.A.Cl.1/2"PG 64-22
TON
r o
(figures) (fig es)
10 6 Adjusfisting,Catch Basin Inlet
per 70� ( es (figures) (figures)
11 24 Adjust E ting Valve Box
EA 1�-_ D 4"?)per Each s e5 (figures) (figures)
12 8 Inlet P i
EA
$
per E
p c (words)
(figures) (figures)
'age 16 Schedule of Prices
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
C1,520 eeding and Fe�Iilrig by Hand
(/ , /Gr Square Yar (words)
(figures) (figures)
ps � pe A
y- �5 7S D� da
r Cubic Y r (words) c (figures) (figures)
dration
SY
per Square Yard ' (words) (figures) (figures)
16 335 Cement onc-Approach 3 Day
SY $
per are and (words)
(figures) (figures)
17 1,130 Ceme nc.Sidewalk
SY $ r X�i `3irD �l cJ es 00
per Square Yo 1d (words
(figures) (figures)
18 4 Curb mp
EA $ D J S �`'o
Per 5 ° (figures) (figures)
19 2,280 C!emTenLConcrete Bard rrCC rb nd Gutter
LF 96 i �80 rJd per Linear Foot (words) (figures)
TO S HEDULE A
(figures)
7r#0 Y- vjo GI '
,age 17
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
N0. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
SCHEDULE B-9th and Harrington
1 1 Mobilizati
LS $ tt�r
pe u word
(figures) (figures)
2 1 Con 'ctor u plied Surveying
LS $
per m D-
g- � (W0 5 (figures) (figures)
3 1 Traffic Control
LS $
Per (wor fi
qL ( gures) (figures)
4 1 Roa a Cl anup
FA $ fe— l�a�LL14>e� 1000
1000
per Force Account words) (figures) (figures)
5 205 Rem ement Co ete Sidewalk and Driveway
SY $ //�tPil� � 9� /�i�Or3 —/
per Square Y d (words)
(figures) (figures)
6 100 Remove Asphalt Concrete Pavement
SY J�/ i�T�l,cv tr1
per Square Yard— (words) (figures) (figures) '
7 100 �Cruu Surfacing T P Course
TON —,[ - VD /, c�,ge J G�
per Tor (words) (figures)
(figures)
® 8 20 H.M.A.Cl. 112"PG 64-22
TON $ , 6V Ale)
per Ton (words)
_ (figures) (figures)
9 1 Adjus isting atch Basin Inlet
EA $ Z &,— tv
per Eac(r ', wor s (figures)
`W / (figures)
10 1 4Adjust ling alve Box EA
( or s) (figures) (figures)
11 2 Inlet Pr ion - _ --
EA $
per Ea (words) (figures) (figures) — —
12 200 Seedin nd Fertilizing by Hand
SY $
' per Square Yard (words) (figures) (figures)
gage 18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
13 4 To o' ype A
CY $
per Cubic Y (words) (figures) (figures)
14 14 Sod Insta ion
SY $ �Lp J soil to
per Square Yar (words) (figures) (figures)
15 17 Cemiont Concc..Approach 3 Day_
SY $ G�� Y�9` S��O� �GG�°S s�
per Wdare Y r (words) (figures
) (figures)
18 150 Cem nt Con .Sidewalk
SY $ 9� �O/r
per Square Yard
(words) (figures)
( gures)
17 3 Cu mp
EA $ os-
per Ea �
(word (figures)
(figures)
18 300 Cem nt Concrete Barrier Curb and Gutter
LF / 9e
$ r Oo 9L g'�/ba CL��S 6 �ro
per Li r Foot (words) (figures) (figures)
TOT SCHE ULE B
ff ures
'age 19
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
1 1
Mobilization
LS $ ��
pe limp Su word (figures) (figures)
2 1 Con ctor S plied Surveying
LS $ �
per Lump�Sup words 0
� 5 (figures) (figures)
3 1 Tra Control
LS $
(words)LPL S (figures) (figures)
4 1 Roa ide Cleanup O
FA $ ��� ��p �� 1000 1000
per Force Account (words) (figures) (figures)
5 23 Re!m9ye Cement Crete Sidew_al and Driveway /
Sy $ �� L� .eS J ��
pe Square Y r (words) (figures) (figures)
6 170 Remo a Asphalt Concrete Pavement
SY zper Square Yard (words) (figu (figures)
7 100 Crushed urfacing Top Course
o�
TON $
per Ton (words)
(figures) (figures)
8 20 H.M.A.Cl 2"__P�G64��22 Q
TON
per Ton 0 _
' (figures
(figures)
9 10 Corrugated Polyeth ne Storm Sewer Pipe 12-in.Diam.
LF $ � ed
0�LAS ,
' per Linear Foot (wor s) (fi ures) (figures)
10 2 Cat asin Ty e I
EA $ / dt)
' per Earh� (wor s (figures) (figures)
11 2 Solid Lo 'rig ver
EA $ , "o
per Ea I(words (figures) (figures)
12 1 Adju sting atch Basin Inlet
EA $ ea J 7d
kper Eac3i/ o, rdsa _� (figures) (figures)
1
'age 20
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
' 13 1 A YO-Existing Valve Box
EA 7
per-Each '(words) (figures) (figures)
' 14 1 Ad' .sting afar Valve
EA $ Dy
' per Each (w rds (figures) (figures)
15 2 Conn o Ex'sting Catch Basin
EA $
' per Each (words) (figures) (igures)
16 3 Inlet P`Ste n
' per Each (words)
(figures) (figures)
17 200 See " nd Fertilizing by Hand
SY $ 9/- �LL14e S
' per Square Yard (words) (figures) (figures)
18 4 Tops - ype A n
CY �[/ �GLO S/ Tld
per Cubic Y (words) ` (figures) (figures)
19 150 Ceme t Sonc Sidewalk
' SY $ l_ L, i 19`— 6—plbzD
per Square and (words) (figures) (figures)
20 300 Cerript Concrete Barrier Curb and Gutter
' $ / J
per Lm Foot (words) (figures) (figures)
TOT SCHEDULE C
ords (figures)
)age 21
Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com
PROJECT •
Total Schedule A: 0
figures)
Total Schedule B:
fi ures
Total Schedule C:
f ures
TOTAL PROJECT COST:
fi ures
s
t
gage 22
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. �� DATE
NO. DATE
' NO. DATE
r
SIGNED
TITLE Janie Gra" Presid
NAME OF COMPANY Dennis R. Crut,.Co c ction, Inc.
' ADDRESS
CITY/STATE/ZIP
TELEPHONE
' CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# o LICENSE#
2006 CITYWIDE SIDEWALK PROJECT
' CITY OF RENTON
JULY 2006
Page 23 Acknowledgement of Receipt of Addenda
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
Bond No. 104766263
KNOW ALL MEN BY THESE PRESENTS:
s
That we,the undersigned Dennis R. Craig Construction, Inc.
Travelers C sualt and Surety
as principal, and Company of America corporation organized and existing
under the laws of the State of_Connecticut as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety area jointly and severally held and firmly bound to the City of Renton in the
penal sum of 3 363,823-15 for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
do This obligation is entered into in pursuance of flit, statutes of the State of Washington, the Ordinance
of the City of Renton.
Dated at Bothell , Washington,this _ 24th day of July 2006
i
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG 06-124 providing for
construction of 2006 C11'YWIDE SImF,WALK PROJECT
(project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WI IEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, 'f HEREFORF if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and sliall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
40 carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negliguncc oxi the part of said
principal, or any subcontractor in,the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a perio of one year after its acceptance thereof by the City of
r Renton, then and in that event this obligatio shall be void; but otherwise it shall he and remain in full
force and effect.
r Dennis R. Craig C structio Inc. T X Casualty and Surety Company
1 Surety
Si rya Signature
' Viki Baum, Attorney-in-Fact
Title Title
' 7006 CITYWIDE SIDEWALK PRn.w.(,I,
CITY Ov tENTON
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
STPAUL POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company
Its Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 214672 Certificate No. 000527719
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Darlene Jakielski,Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle,
Lawrence J. Newton, Andy D. Prill, Viki Baum, and Theresa A. Lamb
r
of the City of Bothell State of Washington their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,busipess of"guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pe c in a ions or ceedings allowed by law.
1 IN WITNEFS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd
day of
Farmington Casualty Company St.Paul Guardian Insurance Company
' Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
G�SU,��� � stwEry RE
A.
L 6 o\�N.!MSG9 "P•, R 'q"t JpltY ANO �,p SURFt uTY
p.GOO'P�'Wr
5 �(\ NCDRPDRAiED� z jlt0av°rtArAS Qom` PPORA .�°, °e `9� 4
u 1982 0
1977 A �, z r -._ ;°; a NAArFOrw, s•w!�or3o,l'f� °��to�g
sD O 1951 <* E°r µ� �
' State of Connecticut By:
City of Hartford ss. G rge W ompson,Sell r Vic President
' 22nd February 2006
On this the day of ,before me personally appeared George W.Thompson,who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
' Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
' G TE'7 ^
In Witness Whereof,I hereunto set my hand and official seal. TM
My Commission expires the 30th day of June,2006. * Mane C.Tetreault,Notary Public
MZ
' 58440-9-05 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company,St. Paul Fire and Marine Insurance Company,
St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of '
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the '
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy '
thereof is filed in the office of the Secretary;and it 1s
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking '
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is '
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any '
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached. .
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc., Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 24th day of July _,20 06.
ir � •- a.
Kori M.Johans Assistant Secretary
C I.S(l,� p9t��Y �p SURETY �`o F1RE 4'N,�4 `�,M-•�9S '1�N4U/1�••'. J>�TY ANO R�jID SLflElY O(JITYA�
4
b ,o 1977 9192 7 f: --_
CONN. O,
J i CONN. r 8 �n 1896
SEALro3 o:.SB�f.L:'a w o o
a s� N,.�l' v........-.+y
ry �N qj 1•� T �`OF NEW �+"n,, .AM�
To verify the authenticity of,this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, '
the above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CITY OF RENTON
kA + Office of the City Attorney
Kathy Keolker,Mayor Lawrence J.Warren
INTO ECEIVED enior Assistant City Attorneys
Mark Barber
s AM — 8 200& Zanella L.Fontes
L Assistant City Attorneys
Ann S.Nielsen
Transportation Systems Div. Garmon Newsom 11
'° Shawn E. Arthur
s
MEMORANDUM
To: Jason Fritzler, Transportation Design
From: Lawrence J. Warren, City Attorney
Date: August 7, 2006
do Subject: 2006 Citywide Sidewalk Project
Construction Contract with Dennis R. Craig Construction
The contract is approved as to legal form.
(7e
Lawrence J. W en
s
LJW: scr
cc: Jay Covington
s
s
Post Office Box 626-Renton, Washington 98057-(425)255-8675/FAX(425)255-5474 R E N T O N
AHEAD OF THE CURVE
This papercontains 50%recycled material,30%post consumer
BID BOND FORM
Herewith find deposit in the form of a certified check,cashier's check,cash,or bid bond in the amount
of$ which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
That we, Dennis R. Craig Construction, Inc.
�ravelers Cg sue an ure as Principal, and
szmnany of AmPY,� ' yes Surety, are held and firmly bound unto the City of Renton,
as Obligee, in the penal sum of Five Percent (5%) of Total Bid Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,Jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
006 Ctywide Sidewalk
raec according to the terms of the proposal or bid made by the Principal
therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure
to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEAI,F.1) AND DATED THIS 18th Y OF u 2006
ai on c 'on, C.
Principal
Xelers C a y and Surety Company
meric
' Surety Viki Baum, Attorney-in-Fact
' Received return of deposit in the sum of
r
' 2006 C'ITYWtDE SIDEWALK PROJECI
C11Y OF kEYIPON
' JULY 2006
Page 24 Bid Bond Form
DrAvirl-4 fn R1Iilrlorc Gvnhnnno of WA In,, Fnr ucano r:nnrfitinnc Anroomont coo vjww hewn nnm
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
r STPAUL POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
r
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
+i1
Attorney-In Fact No. 214672 Certificate No. 000528287
do KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
0111 laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Darlene Jakielski,Julie M. Glover, M.J. Cotton, Nancy J.Osborne, S.M. Scott,Steven K. Bush, Michael A. Murphy,Jim W. Doyle,
.. Lawrence J. Newton,Andy D. Prill,Viki Baum, and Theresa A. Lamb
r
of the City of Bothell State of Washington their true and lawful Attome Y() •s- -Fact,
m
r each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,busipess of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pe in aDohoons okloceedings allowed by law.
k, 22nd
IN WITNESSrIlary WHEREOF,the Comp �6have caused this rt}dr#,t nc d Orate seals to be hereto affixed,this
day of rF bD LU 4Q {1+
Farmington Casualty Co�►Sypj St.Paul Guardian Insurance Company
Fidelity and Guaranty),us' bipat � St.Paul Mercury Insurance Company
Fidelity and Guaranty Insullte(Jnderw ers,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
r,,.SU,�tT SURETY• F,RE 6 ��N_INy.G .+"nsp p tY ANO
��5(,yq�P�t� � �4 * � ctr +y e0: ; `JP,...........q•�`t n�� •L ���� 4 M10
Z lfB2�O y��j '^^"�NWtN) f�rf�i g N Z ��OPPryRA�f CSy W!GORPORAT':�� `P 'P., g�+• 4�J
191/ 19Q/ K m i •m a E `^F } HARTFORD,
CONK. n n J NIIR'[FORq?f �' o
� �D � � 1951 N �'•S E A I.i n �; °� °1 1ij corm. L' N t 896�p-.
r o• of o=.SSAL:•'a
do
State of Connecticut By:
City of Hartford ss. 906ge W —pson,Sen' r Vic President
22nd February 2006
1 On this the day of ,before me personally appeared George W.Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
It
In Witness Whereof,I hereunto set my hand and official seal. TAO
My Commission expires the 30th day of June,2006. pIIB��G * Marie C.Tetreault,Notary Public
1 58440-9-05 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fddelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of '
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf '
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may '
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking '
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power '
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any '
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached. ,
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and 5064a men'. d United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Pow me%x b s, ompanies,which is in full force and effect and has not been
revoked. �'CC1122�� ++GG�
V01
IN TESTIMONY WHEREOF,I have hereunto set my hand�a� ��s dt S anies this 18th day of July 20 06
VA
S � �Q^ov.
Kori M.Johans Assistant Secretary
�r
C�SU,�� TYG/n. ^��j�, �,va••FtRF 6�ry, ATM �NfG j INSUq p�tV AHO SURF 1Y
2 O rL $,,�p4°'°"<p �• � J� +.H O:�.......•y /�q';...........q e� s� ,dly'n... )I•� �\OF?1 'N'0�,
Jt•SE
ALldo� oa:SEAL,;'n
fM.�w+.r
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number,
the above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid,
and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not
therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the
foregoing work or equipment to put in a sham bid,or any other person or corporation to refrain from bidding,and
that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage
over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations
are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for
such over-charges as to goods and materials purchased in connection with this order or contract, except as to
overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event
establishing the price under this order or contract. In addition, vendor warrants and represents that such of his
suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
1,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of
the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the
performance of such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as
specified in the principal contract: that I have read the above and foregoing statement and certificate, know the
contents thereof and the substance as set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
2006 CITYWIDE SIDEWALK PROJECT
p�
Name of Project
R. V : yc1 sir tiQ r
Inc.
Na f Bidde
Signatur of thortzed Representat a of ' er
Subscribed and sworn to before me on day f , 200
+�g51pN I'. o ary in and for the State of Washington
r P
NpTARy o• Notary(Print)
--0 My appointment expires: —C
PUBl1�
*4 Ott wasH� ��' 2006 CITYWIDE SIDEWALK PROJECT
611111111NWw CITY OF RENTON
JULY 2006
Dage 25 Non-Collusion Affidavit
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
IV
d
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN(10)DAYS FOLLOWING THE NOTICE OF AWARD.
1
V�
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
BOND TO THE CITY OF RENTON
r
KNOW ALL MEN BY THESE PRESENTS:
.. That we,the undersigned
as principal, and corporation organized and existing
under the laws of the State of as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of$ for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
r
Dated at , Washington,this day of , 200_.
r Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG 06-124 providing for
construction of 2006 CITYWIDE SIDEWALK PROJECT
(project name)
.r the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
.. the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
Principal Surety
Signature Signature
Title Title
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
aw
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this l(a day of , 200 . by and
�.. between THE CITY OF RENTON, Washington, a municipal corporation offhe State of Washington,
hereinafter referred to as "CITY" and Dennis R.Craig Construction, Inc, , hereinafter referred to as
"CONTRACTOR."
WITNESSETH:
�s 1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date
of commencement hereof as required by the Contract, of which this agreement is a component
part) perform all the work and services required to be performed, and provide and furnish all of
�r the labor, materials, appliances, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shall complete the construction and installation work in a
workmanlike manner, in connection with the City's Project (identified as No. CAG 06-124 for
improvement by construction and installation of:
Work as described in "Scope of Work" included in bid documents.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
.. codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
" installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Contractor agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
iMr agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,
or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of
his subcontractors should violate any of the provisions of this Contract, the City may then serve
" written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
"► made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate
in every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
+• and perform the Contract, provided, however, that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty (30) days from the date of serving such notice, the
•.r City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of
the Contractor, and his surety shall be liable to the City for any excess cost or other damages
up occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment, plants and other properties belonging to the Contractor as may be on site
„* of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
Nr
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of any work arising under or in connection with the Contract to be performed
hereunder, including loss of life, personal injury and/or damage to property arising from or out
of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise
apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
,. The City of Renton will be named as Additional Insured(s)on(CONTRACTOR'S)policy, with
that coverage being primary and non-contributory with any other policy(ies) available to the
City. In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor,then Contractor shall proceed and hold the City harmless
and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in
connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and
reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the
covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the
City, from claims, demands or suits based solely upon the conduct of the City, its officers or
employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents,
aw officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
.y
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
r
6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
depositing same in the United States mail, postage prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than
60 working days from the date of commencement. For each and every working day
of delay after the established day of completion, it is hereby stipulated and agreed that the
W damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard
Specifications as liquidated damages (and not as a penalty) for each such day, which shall be
paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect,
•
fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time period
set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
•M►
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous
data pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this Contract;
said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety
or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
11) T he Contractor shall veri fy, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The-total amount of this contract is the sum of �.2.3• ��
,"a ers
i
witten worn.
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
g by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-
written.
(41 Y F RENTON
C C TOR CITY O
r/ M athy Keolker
Pre ne O wner Mayor y
ATTEST
Sec etary Bonnie I. Walton City Clerk
dba " Cr .` Construction, Inc.
Firm Name
check one
❑ Individual ❑ Partnership Ft Corporation Incorporated in
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President
and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy
of the by-laws shall be furnished to the City and made a part of the contract document.
!�r If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as) and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed
by d/b/a and name of the company.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�ti`SY O� HUMAN RESOURCES/
R>%-- RISK MANAGEMENT DEPARTMENT+
IN M E M O R A N D U M
DATE: August 1, 2006
TO: J son ritzler, Civil Engineer I1I, PBPW/Transp. Systems
r
C
FROM: Webby, Administrator
SUBJECT: Insurance Review/Dennis R. Craig Construction
.. CAG-06-124
2006 Citywide Sidewalk Project
s
I have reviewed the certificate of insurance and supporting policy documents for the above-
mentioned contract. The insurance coverage,provided for this contract,meets the City's risk
management requirements.
"Please remember to forward all originals to the City Clerk's office,if on file there"
1
' iArisk documents\certificates of insurance\contract okay.doc
City of Renton
Received
AUG 0 12006
Human Resources&
�Y Risk Mangy-,
U� UANNING/BUILDING/
, , PUBLIC WORKS DEPARTMENT
s ra
M E M O R A N D U M
DATE: August 1, 2006
TO: Mike Webby, Risk Management j
FROM: Jason Fritzler, Transportation Design x724Y/,-
SUBJECT: 2006 Citywide Sidewalk Project
r Insurance Review For Dennis R. Craig
r I have attached the above subject insurance form for your review and approval. The
CAG number for this project is CAG 06-124. All of the required insurance revisions
have been made to the construction contract.
Should you have any questions or need additional information, please contact me at your
convenience.
Attachment
' H:\Division.s\TRANSPOR.TAT\DESIGN.ENGUASON\Projects\2006 Sidewalks\Memo for Insurance Update.doc
ACORD CERTIFICATE OF LIABILITY INSURANCE CSR LY DATE(MM/DD/YYYY)
DRCRA01 07/21/06
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Hub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
P. 0. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bothell WA 98041-3018 City Ot R
Phone: 425-489-4500 Fax:425-489-4501 ecei``'INSURERS AFFORDING COVERAGE NAIC#
INSURED IN RA: NIC Insurance Company
AUGO IN URER B: Alaska National Insurance Co.
Dennis R. Craig Construction INSURER C:
P.O. Box 595 Human Res
Redmond WA 98073-0595 Risk Mona.
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFF I E P LI Y XPIRATI N
DATE MM/DD/YY DATE MM/DD/YY LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
A 4WACOMMERCIAL GENERAL LIABILITY GNW500006 07/21/06 07/21/07 PREMISES(Ea occurence) $ 50000
CLAIMS MADE �OCCUR MED EXP(Any one person) $
STOP GAP PERSONAL&ADV INJURY $ 1000000
do X Per Proj/Per Loc GENERAL AGGREGATE $2000000
GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2 0 0 0 0 0 0
POLICY[X7 ECT LOC
Emp Ben. 1000000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000
as B ANY AUTO 05GAS31374 07/21/06 07/21/07 (Ea accident)
ALL OWNED AUTOS BODILY INJURY $
X SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNEDAUTOS (Per accident)
PROPERTY DAMAGE $
9 (Per accident)
do GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO
OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1000000
A X OCCUR CLAIMSMADE XS501216 07/21/06 07/21/07 AGGREGATE $ 1000000
DEDUCTIBLE $
X RETENTION $3.0000 $
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
IT IS AGREED THAT THE CITY OF RENTON IS INCLUDED AS ADDITIONAL INSURED AS
REQUIRED BY WRITTEN CONTRACT/AGREEMENT. COVERAGE AFFORDED IS PRIMARY AND
NON-CONTRIBUTORY PER ATTACHED ENDORSEMENT.
RE: 2006 CITYWIDE SIDEWALK PROJECT, PROJECT NO. CAG06-124.
CERTIFICATE HOLDER CANCELLATION
CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
1 DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
CITY OF RENTON
1055 S. GRADY WAY IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
RENTON WA 98055 REPRESENTATIVES.
AUTIJORIZED REPRES�NTATIf
ACORD 25(2001/08) ���� j ©ACORD CORPORATION 1988
KAVIGAT9?S ChLIFDRNIA
THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREF LILLY.\
BLANKET ADDITIONAL INSURED ENDORSEMEWT
(c.XCLUDING RESIDENTIAL AND HASITATIONAL)
This endorsement ntodfi°s Insurance provided unciertha following:
COMMERCIAL GENERAL_LIABILITY COVERAGE Pr,RT
LESSEES�,r, .•r,r,rranr-TnRQ 1;=nRM BI
ADtXfIONAL IfsSURE D-OWNERS, 0 1 o f r 85,.,,v+v
SCHEAtRLF:
blame of Person or Organization:
p,ny parson or organixatlon that the named Insured is obligated by virtue of a
wri,don contract or agroerment t,o provide Insurance such as is afforded b;,thie
polLy,pmW--d the company 1;notified in writing within 30 days of lire
inception of the cort'sact or agreement,or the Inception of this polic",
wWchover Is titer.
WHO IS AN INSURED(Sedjan 11)is amended to indud0 as an insured the pert on or
oryantzatian shown In the Schedule.but only with respect to Gablftty arising out i 9—your wort,'"
for fist insured by or for you.
the fotlawir►g addifional provi:iiorts apply to any entity that is an insured by the terms of thi;
endo'aernent, --
1. Prlmecy Warditb7
If required i)y written contra or as esment Such insurance B5 is afforded by this
policy shaft be primay Insurance, and any insurance or self-insuratr-e iraintained by
the above additional insured(s) shall be excess of the insurance afforded to the: married
incurod and shall not contribute to it
2. V�`a 5 °clartrt2Il
if required by wrttten (*ntract or agreement: We waive any right of rw 7v" w;3 may
have againzt an entity that is an additional insured ptr the terms of this endP-.?csemant
bemuse of payments we make for Injury or damage arising out of "you work" done
under a contrazi with thEd perron or organization.
3. Nedhor the cavetages pravided by this insurance policy nor bme MAsior.-= t-,f !.rtis
endorsement shall apply, to any claim arising out of the sole negll)sr� of.any
additional Insured or any of their agentslempioyan.
' d. Thia ondorsametnt does not apply to any work tnvotving or related to prope l aS
intended for permanwit residential or habitatlonal oc:.•upancy.
The words`you"and'your'refer to the Named insured shown in the Dectarauon;,
our worie rneanz work or operations periormod by you or on your behatt, end materials,
parts or oqulpment fufnlshod In connection wlttt such work or operations.
ANF 160(9120D3)
Verify Workers' Comp Premium Status - Employer Liability Certificate Page 1 of 1
Washington State Department of Sit 7 Employer Liability
Labor and Industries
Certificate
.. ,
1889
Department of Labor and Industries
Employer Liability Certificate
® Date: 08/01/2006
UBI #: 600 357 430
Business Name: DENNIS R CRAIG CONSTRUCTION INC
Legal Business Name: DENNIS R CRAIG CONSTRUCTION INC
Account#: 349,660-00
'Doing Business As'Name: DENNIS R CRAIG CONSTRUCTION
Quarterly Premium Reports: Quarter 2 of Year 2006
Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and
paid their premiums.
Licensed Contractor? Yes
License: DENNII*201D4
Expire Date: 12/6/2008
�. Account Representative: T6/CASSANDRA SMITH (360)902-4652 - Email:
SMCA235 @lni.wa.gov
Industrial Insurance Information
The information above shows the employer's industrial insurance(workers' compensation)
premium status with the Department of Labor and Industries.
Employers report and pay premiums each quarter based on hours of employee work already
performed, and are liable for premiums found later to be due. Industrial insurance accounts have
no policy periods, cancellation dates or limitations of coverage. (See RCW 51.12.050 and
51.16.190.)
https:H fortress.wa.gov/lni/crpsi/AcctInfoPrint.aspx?Accountld=34966000&AccountManage... 8/l/2006
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
o6�Y o� City of Renton
, ri Human Resources & Risk Management Department
O� Insurance Information Form
FOR:2006 CITYWIDE SIDEWALK PROJECT
PROJECT NUMBER: CAG 06-124 STAFF CONTACT: JASON FRITZLER
1P Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No
Occurrence Form or Equivalent?
as (If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No
Additional Insured wording provided?* ❑ Yes ❑ No
1W Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No
Waiver of Subrogation Clause applies?* ❑ Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No
�r *To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL Auto Umb Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
r declaration pages FROM awarded bidder prior to execution of contract.
Agency/Broker Completed By(Type or Print Name)
•r Address Completed By(Signature)
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
M
r 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
r
� !
l
i
1
1
1
1
i
1
t
f
1
1
1
1
1
0
0
4W
ENDORSEMENT 1
Im In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by
Insurance Company, is amended to include the following terms and conditions as respects Contract
Number issued by the(OWNER).
err
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED; or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or(c) premises
leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary
,�. insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
,r increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a)
the OWNER and(b)the CONTRACTOR.
+r
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
Date Authorized Representative
Signature
a.
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
_ -�
� I
t
1
1
1
i
1
t
1
1
1
1
1
f
4
t
1
%W
CITY OF RENTON
CONSTRUCTION CONTRACTS
~ INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number CAG 05-144. The (CONTRACTOR) shall
assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
Zn
s
• Premises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
Independent Contractors
4 • Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
Non-Owned Vehicles
.r
Hired Vehicles
(3) Workers'Compensation
,W • Statutory Benefits(Coverage A)- Show WA L&I Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in
the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
w
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1
i
t
1
t
1
1
1
1
1
i
1
1
1
t
f
VW
LIMITS REQUIRED
"W The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) S 5,000
Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
.v
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
a. (Each Accident)
Workers' Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
W Umbrella Liability
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
i Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
w
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
,,. Aggregate $ 1,000,000
m.
I"
..
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1
t
f
A
1
1
t
1
1
1
i
1
1
t
1
1
1
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
Lpolicies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
Mr
+r
W
Ir
r
L2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1
1
1
t
1_
1
1
1
1
i
1
i
i
1
1
V. CONTRACT SPECIFICATIONS CITY OF RENTON
v
CONTRACT SPECIFICATIONS
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
AMMENDMENTS TO THE STANDARD
SPECIFICATIONS
...............
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
_,'ar
1 CONTENTS
2
3
4
5 INTRODUCTION -------------------------------------------------------------------------------------- 1
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7 SECTION 1-04, SCOPE OF THE WORK------------------------------------------------------- 1
8 SECTION 1-06, CONTROL OF MATERIAL----------------------------------------------------- 1
9 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC --2
10 SECTION 1-08, PROSECUTION AND PROGRESS -----------------------------------------3
11 SECTION 1-09, M EAS U RE M E NT AN D PAYMENT-------------------------------------------9
12 SECTION 2-09, STRUCTURE EXCAVATION--------------------------------------------------9
13 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION ----------------9
14 SECTION 5-05, CEMENT CONCRETE PAVEMENT----------------------------------------11
15 SECTION 6-02, CONCRETE STRUCTURES-------------------------------------------------11
16 SECTION 6-03, STEEL STRUCTURES -------------------------------------------------------14
17 SECTION 6-11, REINFORCED CONCRETE WALLS---------------------------------------15
18 SECTION 6-12, NOISE BARRIER WALLS ----------------------------------------------------18
19 SECTION 6-13, STRUCTURAL EARTH WALLS---------------------------------------------18
20 SECTION 7-02, CULVERTS-----------------------------------------------------------------------19
21 SECTION 7-04, STORM SEWERS--------------------------------------------------------------19
22 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL------19
23 SECTION 8-02, ROADSIDE RESTORATION-------------------------------------------------19
24 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS -----------------------------------20
25 SECTION 8-08, RUMBLE STRIPS---------------------------------------------------------------20
26 SECTION 8-09, RAISED PAVEMENT MARKERS -------------------------------------------20
27 SECTION 8-11, GUARDRAIL ---------------------------------------------------------------------21
28 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL21
29 SECTION 8-21, PERMANENT SIGNING-------------------------------------------------------21
30 SECTION 8-22, PAVEMENT MARKING--------------------------------------------------------22
31 SECTION 9-00, DEFINITIONS AND TESTS --------------------------------------------------24
32 SECTION 9-02, BITUMINOUS MATERIALS --------------------------------------------------24
33 SECTION 9-09, TIMBER AND LUMBER -------------------------------------------------------25
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
A
PAGE
1 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING-------------------26
2 SECTION 9-16, FENCE AND GUARDRAIL ---------------------------------------------------31
3 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL ---------------------------------31
4 SECTION 9-33, CONSTRUCTION GEOTEXTILE-------------------------------------------34
5 SECTION 9-34, PAVEMENT MARKING MATERIAL-----------------------------------------34
6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS----------------------35
7
I
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
B
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2006 Standard Specifications for Road, Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
14
15
16
17
18
19
20
21
22
23
24 SECTION 1-04, SCOPE OF THE WORK
25 April 3, 2006
26 1-04.6 Variation in Estimated Quantities
27 The paragraph beginning with if the adjusted final quantity of any items, is revised to read:
28
29 If the adjusted final quantity of any item does not vary from the quantity shown in the
30 proposal by more than 25%, then the Contractor and the Contracting Agency agree that
31 all work under that item will be performed at the original contract unit price.
32
33 SECTION 1-06, CONTROL OF MATERIAL
34 April 3, 2006
35 1-06.1 Approval of Materials Prior To Use
36 The second sentence in the first paragraph is revised to read:
37
38 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source
39 Approval (ASA) Database, or the Request for Approval of Material (RAM) form.
40
41 Number 1 under the second paragraph is revised to read:
42
43 1. Shall be new, unless the Special Provisions or Standard Specifications permit
44 otherwise;
45
46 1-06.1(1) Qualified Products List (QPL)
47 This section is supplemented with the following:
48
49 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm
50
51 The following new sub-section is inserted to follow 1-06.1(2).
52
53 1-06.1(3) Aggregate Source Approval (ASA) Database
54 The ASA is a database containing the results of WSDOT preliminary testing of
55 aggregate sources. This database is used by the Contracting Agency to indicate the
56 approval status of these aggregate sources for applications that require preliminary
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1
1 testing as defined in the contract. The ASA 'Aggregate Source Approval Report'
2 identifies the currently approved applications for each aggregate source listed. The
3 acceptance and use of these aggregates is contingent upon additional job sampling
4 and/or documentation.
5
6 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report'
7 not conforming to the specifications, not fulfilling the acceptance requirements, or
8 improperly handled or installed, shall be replaced at the Contractor's expense.
9
10 For questions regarding the approval status of an aggregate source, contact the
11 WSDOT Regional Materials Engineer for the Region the source is located in. The
12 Contracting Agency reserves the right to make revisions to the ASA database at
13 anytime.
14
15 If there is a conflict between the ASA database and the contract, then the contract shall
16 take precedence over the ASA database in accordance with Section 1-04.2. The ASA
17 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA
18
19 1-06.2(2)D Quality Level Analysis
20 Item 9 under the first paragraph is revised to read:
21
22 9. Determine the Composite Pay Factor (CPF) for each lot.
23
24
25 CPF = f1(P1=1) + f2) + + fi(PFD)
26 1 1
27 i = 1toj
28
29 where: fi = price adjustment factor listed in these
30 Specifications for the applicable material
31
32 j = number of constituents being evaluated
33
34 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
35 January 3, 2006
36 1-07.10 Worker's Benefits
37 The fourth paragraph is revised to read:
38
39 The Public Works Contract Division of the Washington State Department of Labor and
40 Industries will provide the Contractor with applicable industrial insurance and medical
41 aid classification and premium rates. After receipt of Revenue Release from the
42 Washington State Department of Revenue, the contracting agency will verify through the
43 Department of Labor and Industries that the Contractor is current with respect to the
44 payments of industrial insurance and medical aid premiums.
45
46 1-07.15 Temporary Water Pollution/Erosion Control
47 The first paragraph is revised to read:
48
49 In an effort to prevent, control, and stop water pollution and erosion within the project,
50 thereby protecting the work, nearby land, streams, and other bodies of water, the
51 Contractor shall perform all work in strict accordance with all Federal, State, and local
52 laws and regulations governing waters of the State, as well as permits acquired for the
53 project.
54
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT 1�
CITY OF RENTON
JULY 2006
2
1 SECTION 1-08, PROSECUTION AND PROGRESS
2 April 3, 2006
3 1-08.3 Progress Schedule
4 This section is revised to read:
5
6 1-08.3 Progress Schedule
7 1-08.3(1) General Requirements
8 The Contractor shall submit Type A or Type B Progress Schedules and Schedule
9 Updates to the Engineer for approval. Schedules shall show work that complies
10 with all time and order of work requirements in the contract. Scheduling terms and
11 practices shall conform to the standards established in Construction Planning and
12 Scheduling, Second Edition, published by the Associated General Contractors of
13 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet
14 these General Requirements, and provide the following information:
15
16 1. Include all activities necessary to physically complete the project.
17
18 2. Show the planned order of work activities in a logical sequence.
19
20 3. Show durations of work activities in working days as defined in Section 1-
21 08.5.
22
23 4. Show activities in durations that are reasonable for the intended work.
24
25 5. Define activity durations in sufficient detail to evaluate the progress of
26 individual activities on a daily basis.
27
28 6. Show the physical completion of all work within the authorized contract
29 time.
30
31 The Contracting Agency allocates its resources to a contract based on the total
32 time allowed in the contract. The Contracting Agency may accept a Progress
33 Schedule indicating an early physical completion date but cannot guarantee the
34 Contracting Agency's resources will be available to meet an accelerated schedule.
35 No additional compensation will be allowed if the Contractor is not able to meet
36 their accelerated schedule due to the unavailability of Contracting Agency's
37 resources or for other reasons beyond the Contracting Agency's control.
38
39 If the Engineer determines that the Progress Schedule or any necessary Schedule
40 Update does not provide the required information, then the schedule will be
41 returned to the Contractor for correction and resubmittal.
42
43 The Engineer's approval of any schedule shall not transfer any of the Contractor's
44 responsibilities to the Contracting Agency. The Contractor alone shall remain
45 responsible for adjusting forces, equipment, and work schedules to ensure
46 completion of the work within the time(s) specified in the contract.
47
48 1-08.3(2) Progress Schedule Types
49 Type A Progress Schedules are required on all projects that do not contain the bid
50 item for Type B Progress Schedule. Type B Progress Schedules are required on all
51 projects that contain the bid item for Type B Progress Schedule. Weekly Look-
52 Ahead Schedules and Schedule Updates are required on all projects.
53
54 1-08.3(2)A Type A Progress Schedule
55 The Contractor shall submit five copies of a Type A Progress Schedule no later
56 than the first working day of the contract as defined in Section 1-08.5. The
57 schedule may be a critical path method (CPM) schedule, bar chart, or other
58 standard schedule format. The Engineer will evaluate the Type A Progress
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
3
1 within corrections r wi
1 Schedule and approve or return the schedule for t 5
2 calendar days of receiving the submittal.
3
4 1-08.3(2)6 Type B Progress Schedule
5 The Contractor shall submit a preliminary Type B Progress Schedule no later
6 than five calendar days after the date the contract is executed. The
7 preliminary Type B Progress Schedule shall comply with all of these
8 requirements and the requirements of Section 1-08.3(1), except that it may be
9 limited to only those activities occurring within the first 60 working days of the
10 project.
11
12 The Contractor shall submit five copies of a Type B Progress Schedule no later
13 than 30 calendar days after the date the contract is executed. The schedule
14 shall be a critical path method (CPM) schedule developed by the Precedence
15 Diagramming Method (PDM). Restraints may be utilized, but may not serve to
16 change the logic of the network or the critical path. The schedule shall display
17 at least the following information:
18
19 Contract Number and Title
20 Construction Start Date
21 Critical Path
22 Activity Description
23 Milestone Description
24 Activity Duration
25 Predecessor Activities
26 Successor Activities
27 Early Start (ES) and Early Finish (EF) for each activity
28 Late Start (LS) and Late Finish (LF) for each activity
29 Total Float (TF) and Free Float (FF) for each activity
30 Physical Completion Date
31 nata Date
32
33 The Engineer will evaluate the Type B Progress Schedule and approve or
34 return the schedule for corrections within 15 calendar days of receiving the
35 submittal.
36
37 1-08.3(2)C Vacant
38
39 1-08.3(2)D Weekly Look-Ahead Schedule
40 Each week that work will be performed, the Contractor shall submit a Weekly
41 Look-Ahead Schedule showing the Contractor's and all subcontractors'
42 proposed work activities for the next two weeks. The Weekly Look-Ahead
43 Schedule shall include the description, duration and sequence of work, along
44 with the planned hours of work. This schedule may be a network schedule,
45 bar chart, or other standard schedule format. The Weekly Look-Ahead
46 Schedule shall be submitted to the Engineer by the midpoint of the week
47 preceding the scheduled work or some other mutually agreed upon submittal
48 time.
49
50 1-08.3(3) Schedule Updates
51 The Engineer may request a Schedule Update when any of the following events
52 occur:
53
54 1. The project has experienced a change that affects the critical path.
55
56 2. The sequence of work is changed from that in the approved schedule.
57
58 3. The project is significantly delayed. '
59
60 4. Upon receiving an extension of contract time.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
4
1
2 The Contractor shall submit five copies of a Type A or Type B Schedule Update
3 within 15 calendar days of receiving a written request, or when an update is
4 required by any other provision of the contract. A "significant' delay in time is
5 defined as 10 working days or 10 percent of the original contract time, whichever is
6 greater.
7
8 In addition to the other requirements of this Section, Schedule Updates shall reflect
9 the following information:
10
11 1. The actual duration and sequence of as-constructed work activities,
12 including changed work.
13
14 2. Approved time extensions.
15
16 3. Any construction delays or other conditions that affect the progress of the
17 work.
18
19 4. Any modifications to the as-planned sequence or duration of remaining
20 activities.
21
22 5. The physical completion of all remaining work in the remaining contract
23 time.
24
25 Unresolved requests for time extensions shall be reflected in the Schedule Update
26 by assuming no time extension will be granted, and by showing the effects to
27 follow-on activities necessary to physically complete the project within the currently
28 authorized time for completion.
29
30 1-08.3(4) Measurement
31 No specific unit of measurement shall apply to the lump sum item for Type B
32 Progress Schedule.
33
34 1-08.3(5) Payment
35 Payment will be made in accordance with Section 1-04.1, for the following bid item
36 when it is included in the proposal:
37
38 "Type B Progress Schedule", lump sum.
39 The lump sum price shall be full pay for all costs for furnishing the Type B
40 Progress Schedule and preliminary Type B Progress Schedule.
41
42 Payment of 80 percent of the lump sum price will be made upon approval of
43 the Progress Schedule.
44
45 Payment will be increased to 100 percent of the lump sum price upon
46 completion of 80 percent of the original total contract award amount.
47
48 All costs for providing Type A Progress Schedules and Weekly Look-Ahead
49 Schedules are considered incidental to other items of work in the contract.
50
51 No payment will be made for Schedule Updates that are required due to the
52 Contractors operations. Schedule Updates required by events that are
53 attributed to the actions of the Contracting Agency will be paid for in
54 accordance with Section 1-09.4.
55
56 1-08.4 Prosecution of Work
57 The first sentence is revised to read:
58
59 The Contractor shall begin work within 21 calendar days from the date of execution of
60 the contract by the Contracting Agency, unless otherwise approved in writing.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
5
1 1
2 1-08.5 Time for Completion
3 This section is revised to read:
4
5 The Contractor shall complete all physical contract work within the number of "working
6 days" stated in the Contract Provisions or as extended by the Engineer in accordance
7 with Section 1-08.8. Every day will be counted as a "working day" unless it is a
8 nonworking day or an Engineer determined unworkable day. A nonworking day is
9 defined as a Saturday, a Sunday, a day on which the contract specifically suspends
10 work, or one of these holidays: January 1, the third Monday of January, the third
11 Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving
12 Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall
13 on a Sunday, the following Monday shall be counted a nonworking day. When the
14 holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day.
15 The days between December 25 and January 1 will be classified as nonworking days.
16
17 An unworkable day is defined as a half or whole day the Engineer declares to be
18 unworkable because of weather or conditions caused by the weather that prevents
19 satisfactory and timely performance of the work shown on the critical path of the
20 Contractor's approved progress schedule. Other conditions beyond the control of the
21 Contractor may qualify for an extension of time in accordance with Section 1-08.8.
22
23 Contract time shall begin on the first working day following the 21st calendar day after
24 the date the Contracting Agency executes the contract. If the Contractor starts work on
25 the project at an earlier date, then contract time shall begin on the first working day
26 when onsite work begins. The contract provisions may specify another starting date for
27 contract time, in which case, time will begin on the starting date specified.
28
29 Each working day shall be charged to the contract as it occurs, until the contract work is
30 physically complete. If substantial completion has been granted and all the authorized
31 working days have been used, charging of working days will cease. Each week the
32 Engineer will provide the Contractor a statement that shows the number of working
33 days: (1) charged to the contract the week before; (2) specified for the physical
34 completion of the contract; and (3) remaining for the physical completion of the contract.
35 The statement will also show the nonworking days and any half or whole day the
36 Engineer declares as unworkable. Within 10 calendar days after the date of each >�
37 statement, the Contractor shall file a written protest of any alleged discrepancies in it.
38 To be considered by the Engineer, the protest shall be in sufficient detail to enable the
39 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed
40 protest in that period, the Contractor shall be deemed as having accepted the statement
41 as correct.
42
43 The Engineer will give the Contractor written notice of the physical completion date for
44 all work the contract requires. That date shall constitute the physical completion date of
45 the contract, but shall not imply the Secretary's acceptance of the work or the contract.
46
47 The Engineer will give the Contractor written notice of the completion date of the
48 contract after all the Contractor's obligations under the contract have been performed by
49 the Contractor. The following events must occur before the Completion Date can be
50 established:
51
52 1. The physical work on the project must be complete; and
53
54 2. The Contractor must furnish all documentation required by the contract and
55 required by law, to allow the Contracting Agency to process final acceptance of
56 the contract. The following documents must be received by the Project
57 Engineer prior to establishing a completion date:
58
59 a. Certified Payrolls (Federal-aid Projects)
60 b. Material Acceptance Certification Documents
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
6
1 c. Annual Report of Amounts Paid as MBE/WBE Participants or
2 Quarterly Report of Amounts Credited as DBE Participation, as
3 required by the Contract Provisions.
4 d. FHWA 47 (Federal-aid Projects)
5 e. Final Contract Voucher Certification
6
7 1-08.8 Extensions of Time
8 This section is revised to read:
9
10 The Contractor shall submit any requests for time extensions to the Engineer in writing
11 no later than 10 working days after the delay occurs. The requests for time extension
12 shall be limited to the affect on the critical path of the Contractor's approved schedule
13 attributable to the change or event giving rise to the request.
14
15 To be considered by the Engineer, the request shall be in sufficient detail (as determined
16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time
17 requested. The request shall include an updated schedule that supports the request
18 and demonstrates that the change or event: (1) had a specific impact on the critical
19 path, and except in cases of concurrent delay, was the sole cause of such impact, and
20 (2) could not have been avoided by resequencing of the work or by using other
21 reasonable alternatives. If a request combined with previous extension requests,
22 equals 20 percent or more of the original contract time then the Contractor's letter of
23 request must bear consent of Surety. In evaluating any request, the Engineer will
24 consider how well the Contractor used the time from contract execution up to the point
25 of the delay and the effect the delay has on any completion times included in the special
26 provisions. The Engineer will evaluate and respond within 15 calendar days of
27 receiving the request.
28
29 The authorized time for physical completion will be extended for a period equal to the
30 time the Engineer determines the work was delayed because of:
31
32 1. Adverse weather causing the time requested to be unworkable, provided that
33 the Engineer had not already declared the time to be unworkable and the
34 Contractor has filed a written protest according to Section 1-08.5.
35
36 2. Any action, neglect, or default of the Contracting Agency, its officers, or
37 employees, or of any other contractor employed by the Contracting Agency.
38
39 3. Fire or other casualty for which the Contractor is not responsible.
40
41 4. Strikes.
42
43 5. Any other conditions for which these Specifications permit time extensions
44 such as:
45
46 a. In Section 1-04.4 if a change increases the time to do any of the work
! ' 47 including unchanged work.
48
49 b. In Section 1-04.5 if increased time is part of a protest that is
50 found to be a valid protest.
51
JIM 52 c. In Section 1-04.7 if a changed condition is determined to exist that
53 caused a delay in completing the contract.
54
55 d. In Section 1-05.3 if the Contracting Agency does not approve properly
56 prepared and acceptable drawings within 30 calendar days.
57
58 e. In Section 1-07.13 if the performance of the work is delayed as a
59 result of damage by others.
60
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
7
f. In Section 1-07.17 if the removal or the relocation of an b
1 Y utility Y
2 forces other than the Contractor caused a delay.
3
4 g. in Section 1-07.24 if a delay results from all the right of way
5 necessary for the construction not being purchased and the special
6 provisions does not make specific provisions regarding unpurchased
7 right of way.
8
9 h. In Section 1-08.6 if the performance of the work is suspended,
10 delayed, or interrupted for an unreasonable period of time that proves
11 to be the responsibility of the Contracting Agency.
12
13 i. In Section 1-09.11 if a dispute or claim also involves a delay in
14 completing the contract and the dispute or claim proves to be valid.
15
16 j. In Section 1-09.6 for work performed on a force account basis.
17
18 6. If the actual quantity of work performed for a bid item was more than the
19 original plan quantity and increased the duration of a critical activity.
20 Extensions of time will be limited to only that quantity exceeding the original
21 plan quantity.
22
23 7. Exceptional causes not specifically identified in items 1 through 6, provided the
24 request letter proves the Contractor had no control over the cause of the delay
25 and could have done nothing to avoid or shorten it.
26
27 Working days added to the contract by time extensions, when time has overran, shall
28 only apply to days on which liquidated damages or direct engineering have been
29 charged, such as the following:
30
31 If substantial completion has been granted prior to all of the authorized working
32 days being used, then the number of days in the time extension will eliminate an
33 equal number of days on which direct engineering charges have accrued. If the
34 substantial completion date is established after all of the authorized working days
35 have been used, then the number of days in the time extension will eliminate an
36 equal number of days on which liquidated damages or direct engineering charges
37 have accrued.
38 The Engineer will not allow a time extension for any cause listed above if it resulted
39 from the Contractor's default, collusion, action or inaction, or failure to comply with
40 the contract.
41 The Contracting Agency considers the time specified in the special provisions as
42 sufficient to do all the work. For this reason, the Contracting Agency will not grant a
43 time extension for:
44
45 0 Failure to obtain all materials and workers unless the failure was the result of
46 exceptional causes as provided above in subsection 7;
47
48 0 Changes, protests, increased quantities, or changed conditions (Section 1-04)
49 that do not delay the completion of the contract or prove to be an invalid or
50 inappropriate time extension request;
51
52 0 Delays caused by nonapproval of drawings or plans as provided in Section
53 1-05.3;
54
55 0 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9;
56
57 0 Correction of thickness deficiency as provided in Section 5-05.5(1)6.
58
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
8
1 The Engineer will determine whether the time extension should be granted, the reasons
2 for the extension, and the duration of the extension, if any. Such determination will be
3 final as provided in Section 1-05.1.
4
5 SECTION 1-09, MEASUREMENT AND PAYMENT
6 January 3, 2006
7 1-09.9(1) Retainage
8 The fourth paragraph is revised to read:
9
10 Release of the retainage will be made 60 days following the Completion Date (pursuant
11 to RCW 39.12, and RCW 60.28) provided the following conditions are met:
12
13 1. On contracts totaling more than $20,000, a release has been obtained from the
14 Washington State Department of Revenue.
15
16 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file
17 with the Contracting Agency (RCW 39.12.040).
18
19 3. A certificate of Payment of Contributions Penalties and Interest on Public
20 Works Contract is received from the Washington State Employment Security
21 Department.
22
23 4. Washington State Department of Labor and Industries (per section 1-07.10)
24 shows the Contractor is current with payments of industrial insurance and
25 medical aid premiums.
26
27 5. All claims, as provided by law, filed against the retainage have been resolved.
28 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are
29 met, the Contractor will be paid such retained percentage less an amount
3Q ci iifFiripnt to pay any such claims together with a sum determined by the
31 Contracting Agency sufficient to pay the cost of foreclosing on claims and to
32 cover attorney's fees.
33
34 SECTION 2-09, STRUCTURE EXCAVATION
35 January 3, 2006
36 2-09.3(1)E Backfilling
37 Item 1 of the first paragraph under Compaction is revised to read:
38
�- 39 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill
40 providing lateral support for noise barrier wall foundations, luminaire poles, traffic
41 signal standards, and roadside and overhead sign structure foundations — placed
42 in horizontal layers no more than 6 inches thick with each layer compacted to
43 95 percent of the maximum density determined by the Compaction Control Test,
44 Section 2-03.3(14)D.
Ir 45
1W 46 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
47 April 3, 2006
48 5-01.3(2)6 Portland Cement Concrete
49 The third paragraph is supplemented with the following:
50
51 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
52 protect concrete cylinders in cure boxes from excessive vibration and shock waves
53 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure
54 boxes shall be in accordance with Section 6-02.5.
55
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
9
1 5-01.3(6) Dowel Bar Retrofit
2 The sixth paragraph is revised to read:
3
4 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall
5 remove all slurry, parting compound, and other foreign materials prior to installation of
6 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to
7 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been
8 removed.
9
10 5-01.3(10) Pavement Smoothness
11 This section is revised to read:
12
13 Perform the work described in Section 5-05.3(12), and the following:
14
15 Where the pavement is ground, calculation of the profile index shall exclude dips
16 and depressions in the existing roadway. The profilograph generated reports shall
17 be provided to the Engineer prior to payment.
18
19 5-01.5 Payment
20 This section is revised to read:
21
22 Payment will be made in accordance with Section 1-04.1, for each of the following bid
23 items that are included in the proposal:
24
25 "Testing Cement Concrete Pavement Slabs For Subsealing", per each.
26 The unit contract price per each, when multiplied by the number of units measured, shall
27 be full payment for all costs to complete the testing of all joints located in the areas
28 shown in the Plans. The costs of any retesting required by the specifications shall also
29 be included.
30
31 "Drill Hole for S�ubsealing", per each.
32 "Pavement Subseal", per cubic foot.
33 "Replace Cement Concrete Panel", per square yard.
34 The unit contract price per square yard shall be full payment for all costs to complete the
35 work as specified, including saw cutting full depth, removal and disposal of the existing
36 panels off of the State's right-of-way, preparing the surfacing below the new panel,
37 provide, place and compact the crushed surfacing or hot mix asphalt, furnishing and
38 placing polyethylene film, furnishing and placing the portland cement concrete, drilling
39 the holes, providing and anchoring the dowel bars and tie bars, and for all incidentals
40 required to complete the work as specified.
41
42 "Retrofit Dowel Bars", per each.
43 The unit contract price per each shall be full payment for all costs to complete the work
44 as specified, including furnishing and installing parting compound, dowel bar expansion
45 caps, caulking filler, foam core insert material, cement patch where pavement is
46 removed for dowel bar retrofit and for all incidentals required to complete the work as
47 specified.
48
49 "Partial Depth Spall Repair", by force account as provided in Section 1-09.6.
50 To provide a common proposal for all bidders, the Contracting Agency has entered an
51 amount in the proposal to become a part of the total bid by the Contractor.
52
53 "Sealing Existing Concrete Random Crack", per linear foot.
54 The unit contract price per linear foot for "Sealing Existing Concrete Random Crack"
55 shall be full payment for all costs to complete the work as specified, including removing
56 incompressible material, preparing and sealing existing random cracks where existing
57 random cracks are cleaned and for all incidentals required to complete the work as
58 specified.
59
60 "Sealing Transverse and Longitudinal Joints", per linear foot.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
10
+r
1 The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints",
2 shall be full payment for all costs to complete the work as specified, including removing
3 incompressible material, preparing and sealing existing transverse and longitudinal
4 joints where existing transverse and longitudinal joints are cleaned and for all incidentals
5 required to complete the work as specified.
6
7 "Cement Concrete Pavement Grinding", per square yard.
w 8 The unit contract price per square yard for "Cement Concrete Pavement Grinding",
9 when multiplied by the number of units measured, shall be full payment for all costs to
10 complete the work as specified. The costs of any additional pavement grinding and
11 profiling required to complete the work as specified is also included in this payment.
12
13 "Replace Uncompactable Material", by force account as provided in Section 1-09.6
14 Payment for "Replace Uncompactable Material" will be by force account as provided in
15 Section 1-09.6. For the purpose of providing a common proposal for bidders, the
16 Contracting Agency has entered an amount in the proposal to become a part of the total
17 bid by the Contractor.
18
r► 19 All costs associated with the containment, collection and disposal of concrete slurry and
20 grinding residue shall be included in the applicable concrete grinding or cutting items of
21 work.
22
23 SECTION 5-05, CEMENT CONCRETE PAVEMENT
24 April 3, 2006
25 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
26 The ninth paragraph is supplemented with the following:
27
28 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
29 protect concrete cylinders in cure boxes from excessive vibration and shock waves
3n r1i iirinn the ri winn norinrl in arrnrdanre with SeCtinn 6-Q2.3(Rlrl Payment for cure
I r , . �m
31 boxes shall be in accordance with Section 6-02.5.
32
33 5-05.3(7) Placing, Spreading, and Compacting Concrete
34 The second paragraph is revised to read:
35
s 36 The average density of the cores shall be at least 97 percent of the approved mix
37 design density or the actual concrete density when determined by the Contractor using
38 AASHTO T 121 with no cores having a density of less than 96 percent.
39
40 SECTION 6-02, CONCRETE STRUCTURES
41 April 3, 2006
42 6-02.3(2)A Contractor Mix Design
43 The following new sentence is inserted after the first sentence in the fourth paragraph.
44
45 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also
,.. 46 be used.
47
48 6-02.3(4)A Qualification of Concrete Suppliers
49 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced
50 with the following:
51
52 Batch Plant Prequalification may be obtained through one of the following methods:
53
54 1. Certification by the National Ready Mix Concrete Association (NRMCA).
55 Information concerning NRMCA certification may be obtained from the NRMCA
56 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org.
57 The NRMCA certification shall be good for a two year period. When this
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
11
he following documentation shall be submitted
1 method of certification is used t g
2 to the project engineer.
3
4 a. A copy of the current NRMCA Certificate of Conformance, the
5 concrete mix design(s) (WSDOT Form 350-040), along with copies of
6 the truck list, batch plant scale certification, admixture dispensing
7 certification, and volumetric water batching devices (including water
8 meters) verification.
9
10 2. Independent evaluation certified by a Professional Engineer using NRMCA
11 checklist. The Professional Engineer shall be licensed under title 18 RCW,
12 state of Washington, qualified in civil engineering. The independent certification
13 using the NRMCA checklist shall be good for a two year period. When this
14 method of certification is used the following documentation shall be submitted
15 to the engineer.
16
17 a. A copy of the Professional Engineer's stamped and sealed NRMCA
18 Verification of Inspection and Application for Certificate page from the
19 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350
20 040), along with copies of the truck list, batch plant scale certification,
21 admixture dispensing certification, and volumetric water batching
22 devices (including water meters) verification.
23
24 3. Inspection conducted by the Plant Manager, defined as the person directly
25 responsible for the daily plant operation, using the NRMCA Plant Certification
26 checklist. The Plant Manager certification shall be done prior to the start of a
27 project, and every six months throughout the life of the project, and meet the
28 following requirements:
29
30 a. The Agreement to Regularly Check Scales and Volumetric Batching
31 ni-n, n$P.rS page in the NRMCA Plant Certification checklist shall be
32 signed by the Plant Manager and notarized.
33
34 b. The signed and notarized Agreement to Regularly Check Scales and
35 Volumetric Batching Dispensers page and a copy of the NRMCA
36 Plant Certification checklist cover page showing the plant designation,
37 address and Company operating plant shall all be submitted to the
38 Project Engineer with the concrete mix design (WSDOT Form 350-
39 040), along with copies of the truck list, batch plant scale certification,
40 admixture dispensing certification, and volumetric water batching
41 devices (including water meters) verification.
42
43 c. The NRMCA Plant Certification checklists shall be maintained by the
44 Plant Manager and are subject to review at any time by the
45 Contracting Agency.
46
47 e. Volumetric water batching devices (including water meters) shall be
48 verified every 90 days.
49
50 6-02.3(5)H Sampling and Testing for Compressive Strength
51 This section including title is revised to read: j
52
53 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial
54 Curing
55 Acceptance testing for compressive strength shall be conducted at the same frequency
56 as the acceptance tests for temperature, consistency, and air content.
57
58 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders.
�I 59 The Contractor shall also provide, maintain and operate all necessary power sources
60 and connections needed to operate the curing box. Concrete cylinders shall be cured in
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
12
1 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall
2 maintain a temperature between 60°F and 80°F for concrete with specified strengths
3 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of
to 4 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure
5 the internal temperature of the cure box. The thermometer shall be readable from
6 outside of the box and be capable of recording the high and low temperatures in a 24-
7 hour period. The cure boxes shall create an environment that prevents moisture loss
8 from the concrete specimens. The top shall have a working lock and the interior shall be
9 rustproof. A moisture-proof seal shall be provided between the lid and the box. The cure
10 box shall be the appropriate size to accommodate the number of concrete acceptance
11 cylinders necessary or the Contractor shall provide additional cure boxes. Once
12 concrete cylinders are placed in the cure box, the cure box shall not be moved until the
13 cylinders have been cured in accordance with these specifications. When concrete is
14 placed at more than one location simultaneously, multiple cure boxes shall be provided.
.k. 15
16 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration
17 and shock waves during the curing period in accordance with Section 6-02.3(6)D.
18
19 6-02.3(16) Plans for Falsework and Formwork
20 The address for FEDEX delivery following the fourth paragraph is revised to read:
21
22 Washington State Department of Transportation
23 Bridge and Structures Engineer
24 7345 Linderson Way SW
25 Tumwater, WA 98501-6504
+ . 26
27 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
28 The address for FEDEX delivery following the first paragraph is revised to read:
29
30 Washington State Department of Transportation
31 BrirAr— and Structures Tres Engineer
32 7345 Linderson Way SW
33 Tumwater, WA 98501-6504
34
35 6-02.3(16)B Preapproved Formwork Plans
36 The address for FEDEX delivery following the second paragraph is revised to read:
37
38 Washington State Department of Transportation
39 Bridge and Structures Engineer
40 7345 Linderson Way SW
41 Tumwater, WA 98501-6504
42
43 6-02.3(26)A Shop Drawings
44 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read:
45
46 Washington State Department of Transportation
47 Bridge and Structures Engineer
48 7345 Linderson Way SW
49 Tumwater, WA 98501-6504
50
51 6-02.3(28)A Shop Drawings
52 The first paragraph is revised to read:
53
54 Before casting the structural elements, the Contractor shall submit:
55
56 1. Seven sets of shop drawings for approval by the Department of Transportation
57 Bridge and Structures Engineer, Construction Support, addressed as follows:
58
59 Via US Postal Service,
60
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
13
1 P. O. Box 47340
2 Olympia, WA 98504-7340
3
4 Via FedEx,
5
6 7345 Linderson Way SW
7 Tumwater, WA 98501-6504; and
8
9 2. Two sets of shop drawings to the Project Engineer.
10
11 6-02.4 Measurement
12 This section is supplemented with the following:
13
14 No specific unit of measure will apply to the lump sum item for cure box.
15
16 6-02.5 Payment
17 This section is supplemented with the following:
18
19 "Cure Box", lump sum.
20 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing,
21 operating, maintaining, moving and removing the cure boxes and providing, maintaining
22 and operating all necessary power sources and connections needed to operate the
23 curing boxes.
24
25 SECTION 6-03, STEEL STRUCTURES
26 April 3, 2006
27 6-03.3(7) Shop Plans
28 The first two sentences in the first paragraph are revised to read:
29
30 The Contractor shall Submit for approval all shop detail plank for fabricating the steel,
31 These shall be sent to the Department of Transportation Bridge and Structures
32 Engineer, Construction Support, addressed as follows:
33
34 Via US Postal Service,
35
36 P. O. Box 47340
37 Olympia, WA 98504-7340
38
39 Via FedEx,
40
41 7345 Linderson Way SW
42 Tumwater, WA 98501-6504
43
44 6-03.3(33) Bolted Connections
45 The first sentence in the second paragraph is revised to read:
46
47 All bolted connections are slip critical.
48
49 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
50 January 3, 2006
51 This section including title is revised to read:
52
53 SECTION 6-11, REINFORCED CONCRETE WALLS
54 6-11.1 Description
55 This work consists of constructing reinforced concrete retaining walls, including those
56 shown in the Standard Plans, L walls, and counterfort walls.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
14
ws
1
2 6-11.2 Materials
3 Materials shall meet the requirements of the following sections:
4
5 Cement 9-01
6 Aggregates for Portland Cement Concrete 9-03.1
7 Gravel Backfill 9-03.12
8 Premolded Joint Filler 9-04.1(2)
9 Steel Reinforcing Bar 9-07.2
10 Epoxy-Coated Steel Reinforcing Bar 9-07.3
11 Concrete Curing Materials and Admixtures 9-23
12 Fly Ash 9-23.9
13 Water 9-25
14
15 Other materials required shall be as specified in the Special Provisions.
16
17 6-11.3 Construction Requirements
18
19 6-11.3(1) Submittals
20 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
21 accordance with Section 2-09.3(3)D.
22
23 The Contractor shall submit all falsework and formwork plans to the Engineer for
24 approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
25
26 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
27 following information shall be submitted to the Engineer for approval in accordance with
28 Sections 6-01.9 and 6-02.3(28)A:
29
30 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
31 steel reinforcing bars, joint and joint filler details, s��rface finish details, lifting
32 devices with the manufacturer's recommended safe working capacity, and
33 material specifications.
34
35 2. Working drawings and design calculations for the erection of the wall stem
36 panels showing dimensions, support points, support footing sizes, erection
r. 37 blockouts, member sizes, connections, and material specifications.
38
39 3. Design calculations for the precast wall stem panels, the connection between
40 the precast panels and the cast-in-place footing, and all modifications to the
41 cast-in-place footing details as shown in the Plans or Standard Plans.
42
43 The Contractor shall not begin excavation and construction operations for the retaining
44 walls until receiving the Engineer's approval of the above submittals.
45
46 6-11.3(2) Excavation and Foundation Preparation
47 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
48 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
49 replaced in accordance with Section 2-09.3(1)C.
50
51 6-11.3(3) Precast Concrete Wall Stem Panels
�lr 52 The Contractor may fabricate precast concrete wall stem panels for construction of
53 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
54 concrete wall stem panels may be used for construction of non-Standard Plan retaining
55 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
56 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
57
58 The precast concrete wall stem panels shall be designed in accordance with the
59 requirements for Load Factor Design in the following codes:
60
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
15
1 1. For all loads except as otherwise noted -AASHTO Standard Specifications for
p p
2 Highway Bridges, latest edition and current interims. The seismic design shall
3 use the acceleration coefficient and soil profile type as specified in the Plans.
4
5 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
6 Sound Barriers, latest edition and current interims.
7
8 The precast concrete wall stem panels shall be fabricated in accordance with the
9 dimensions and details shown in the Plans, except as modified in the shop drawings as
10 approved by the Engineer.
11
12 The precast concrete wall stem panels shall be fabricated full height, and shall be
13 fabricated in widths of 8 feet, 16 feet, and 24 feet.
14
15 The construction tolerances for the precast concrete wall stem panels shall be as
16 follows:
17
18 Height ±1/4 inch
19 Width ±1/4 inch
20 Thickness ±1/4 inch
21 -1/8 inch
22 Concrete cover for steel reinforcing bar ±3/8 inch
23 -1/8 inch
24 Width of precast concrete wall stem panel joints ±114 inch
25 Offset of precast concrete wall stem panels ±1/4 inch
26 (Deviation from a straight line extending 5 feet on each side of the panel joint)
27
28 The precast concrete wall stem panels shall be constructed with a mating shear key
29 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
30 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
31 1/2 inches maximum. The shear key shall be continuous and shall be of uniform wirlth
32 over the entire height of the wall stem.
33
34 The Contractor shall provide the specified surface finish as noted, and to the limits
35 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
36 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
37 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
38 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
39 both sides of the wall stem panel.
40
41 The precast concrete wall stem panel shall be rigidly held in place during placement and
42 curing of the footing concrete.
43
44 The precast concrete wall stem panels shall be placed a minimum of one inch into the
45 footing to provide a shear key. The base of the precast concrete wall stem panel shall
46 be sloped '/2 inch per foot to facilitate proper concrete placement.
47
48 To ensure an even flow of concrete under and against the base of the wall panel, a form
49 shall be placed parallel to the precast concrete wall stem panel, above the footing, to
50 allow a minimum one foot head to develop in the concrete during concrete placement.
51
52 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
53 concrete wall stem panel by 1-1/2 inches minimum.
54
55 All precast concrete wall stem panel joints shall be constructed with joint filler installed
56 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
57 below the final ground level in front of the wall to the top of the wall. The joint filler shall
58 be a nonorganic flexible material and shall be installed to create a waterproof seal at
59 panel joints.
60
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
16
1 The soil bearing pressure beneath the falsework supports for the precast concrete wall
2 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
3 the retaining wall.
4
5 6-11.3(4) Cast-In-Place Concrete Construction
6 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
7 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
8 and Standard Plans. All cast-in-place concrete shall be Class 4000.
9
10 The Contractor shall provide the specified surface finish as noted, and to the limits
11 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
12 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
13 Special Provisions.
14
15 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
16 joints) shall be formed and placed separately, with a minimum 12 hour time period
17 between concrete placement operations.
18
19 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
20 expansion joints in accordance with Section 6-01.14.
21
22 6-11.3(5) Backfill, Weepholes and Gutters
23 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
24 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
25 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
26 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
27 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
28 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
29
30 Cement concrete gutter shall be constructed as shown in the Standard Plans.
31
32 6-11.3(6) Traffic Barrier and Pedestrian Barrier
33 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
34 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
35 and Standard Plans.
36
37 6-11.4 Measurement
38 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
39
40 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
41 retaining wall will be measured as specified in Section 6-02.4.
42
43 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
44 cast-in-place concrete barrier.
45
46 6-11.5 Payment
47 Payment will be made in accordance with Section 1-04.1 for each of the following bid
48 items when they are included in the proposal:
49
50 "Conc. Class 4000 For Retaining Wall", per cubic yard.
51 All costs in connection with furnishing and installing weep holes and premolded
52 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class
53 4000 for Retaining Wall".
54
55 "St. Reinf. Bar For Retaining Wall", per pound.
56 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
57
58 "Traffic Barrier", per linear foot.
59 "Pedestrian Barrier", per linear foot.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
17
1 The unit contract price per linear foot for _ Barrier" shall be full pay for
2 constructing the barrier on top of the retaining wall, except that when these bid
3 items are not included in the proposal, all costs in connection with performing the
4 work as specified shall be included in the unit contract price per cubic yard for
5 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for
6 "_ Bar For Retaining Wall".
7
8 SECTION 6-12, NOISE BARRIER WALLS
9 January 3, 2006
10 6-12.3(6) Precast Concrete Panel Fabrication and Erection
11 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6.
12 ,
13 The below new item 5 is inserted ahead of renumbered item 6:
14
15 5. Precast concrete panels shall not be erected until the foundations for the panels
16 have attained a minimum compressive strength of 3,400 psi.
17
18 SECTION 6-13, STRUCTURAL EARTH WALLS
19 April 3, 2006
20 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
21 This section is supplemented with the following:
22 i
23 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-
24 12.3 and 6-13.3(5).
25
26 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
27 This section is revised to read:
28
29 The Contractor, iii conjunction with the structural earth wa!! manufacturer, shall design
30 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with
31 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The
32 barrier working drawings and supporting calculations shall include, but not be limited to,
33 the following:
34
35 1. Complete details of barrier cross section geometry, including the portion below
36 ground, and accommodations necessary for bridge approach slabs, PCCP,
37 drainage facilities, underground utilities, and sign support, luminaire pole,
38 traffic signal standard, and other barrier attachments.
39
40 2. Details of the steel reinforcement of the barrier, including a bar list and bending
41 diagram in accordance with Section 6-02.3(24), and including additional
42 reinforcement required at sign support, luminaire pole, traffic signal standard,
43 and other barrier attachment locations.
44
45 3. Details of the interface of, and the interaction between, the barrier and the top
46 layers of structural earth wall reinforcement and facing.
47
48 4. When the Plans specify placement of conduit pipes through the barrier, details
49 of conduit pipe and junction box placement.
50
51 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
52 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural
53 earth wall working drawings as approved by the Engineer.
54
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
18
.k
1 SECTION 7-02, CULVERTS
2 January 3, 2006
3 7-02.2 Materials
4 The fifth and seventh paragraphs are deleted:
5
6 SECTION 7-04, STORM SEWERS
7 January 3, 2006
8 7-04.2 Materials
9 The fourth and sixth paragraphs are deleted:
10
11 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
12 April, 3, 2006
13 8-01.3(1) General
14 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and
15 replaced with the following:
16
17 Erodible soil not being worked, whether at final grade or not, shall be covered within the
18 following time period, using an approved soil covering practice, unless authorized
19 otherwise by the Engineer:
20
21 In western Washington (west of the Cascade Mountain crest):
22
23 October 1 through April 30 2 days maximum
24 May 1 to September 30 7 days maximum
25
26 In eastern Washington (east of the Cascade Mountain crest.):
27
28 October 1 through June 30 5 days maxi
�m�u�"m�
29 July 1 through September 30 10 days maximum
30
31 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
32 The third paragraph under East of the summit of the Cascade Range is deleted.
33
34 8-01.4 Measurement
35 This section is supplemented with the following:
36
37 Coir log will be measured by the linear foot along the ground line of the completed
38 installation.
39
40 8-01.5 Payment
41 The following bid item is inserted after"Compost Sock", per linear foot:
42
43 "Coir Log", per linear foot
44
45 SECTION 8-02, ROADSIDE RESTORATION
46 April 3, 2006
47 8-02.3(8) Planting
48 The seventh and eighth paragraphs are deleted and replaced with the following:
49
50 All burlap, baskets, string, wire and other such materials shall be removed from the hole
51 when planting balled and burlapped plants. The plant material shall be handled in such
52 a manner that the root systems are kept covered and damp at all times. The root
53 systems of all bare root plant material shall be dipped in a slurry of silt and water
I 54 immediately prior to planting. The root systems of container plant material shall be
55 moist at the time of planting. In their final position, all plants shall have their top true root
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
19
1
1 (not adventitious root) no more than 1" below the soil surface, no matter where that root
2 was located in the original root ball or container. After planting, the backfill material and
3 root ball shall be thoroughly watered in within 24 hours.
4
5 8-02.3(9) Pruning, Staking, Guying, and Wrapping
6 The first paragraph is revised to read:
7
8 Plants shall be pruned at the time of planting, only to remove minor broken or damaged
9 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in
10 such a manner as to retain or to encourage natural growth characteristics of the plants.
11 All other pruning shall be performed only after the plants have been in the ground at
12 least one year.
13
14 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
15 January 3, 2006
16 8-04.4 Measurement
17 The first paragraph is revised to read:
18
19 All curbs, gutters, and spillways will be measured by the linear foot along the line and
20 slope of the completed curbs, gutters, or spillways, including bends. Measurement of
21 cement concrete curb and cement concrete curb and gutter, when constructed across
22 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp.
23 '
24 SECTION 8-08, RUMBLE STRIPS
25 April 3, 2006
26 8-08.1 Description
27 The first sentence is revised to read: t
28
29 1 1715 work consists of constructing centerline and shoulder rumble Strips by grinding hot
30 mix asphalt.
31
32 8-08.3 Construction Requirements
33 The first sentence in the first paragraph is revised to read:
34
35 The equipment shall have a rotary type cutting head or series of cutting heads capable
36 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard
37 Plans.
38
39 The third sentence in the third paragraph is revised to read:
40
41 All cuttings and other debris shall become the property of the Contractor and be
42 disposed of outside the project limits.
43
44 SECTION 8-09, RAISED PAVEMENT MARKERS
45 April 3, 2006
46 8-09.3(5) Recessed Pavement Marker
47 This section is revised to read:
48
49 Construct recesses for pavement markers by grinding the pavement in accordance with
50 the dimensions shown in the Standard Plans. This work shall include cleanup and
51 disposal of cuttings and other resultant debris. Prepare the surface in accordance with
52 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard
53 Plans and Section 8-09.3(4).
54
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT '
CITY OF RENTON
JULY 2006
20
1 SECTION 8-11, GUARDRAIL
2 April 3, 2006
3 8-11.3(4) Removing Guardrail
4 This section including title is revised to read:
5
6 8-11.3(4) Removing Guardrail and Guardrail Anchor
7 Removal of the various types of guardrail shall include removal of the rail, cable
8 elements, hardware, and posts, including transition sections, expansion sections and
9 terminal sections. Removal of the various types of guardrail anchors shall include
10 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel
11 tubes and any other appurtenances in the anchor assembly. All holes resulting from the
12 removal of the guardrail posts and anchors shall be backfilled with granular material in
13 layers no more than 6-inches thick and compacted to a density similar to that of the
14 adjacent material. The removed guardrail items shall become the property of the
15 Contractor.
16
17 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
18 ELECTRICAL
19 April 3, 2006
20 8-20.3(2) Excavating and Backfilling
21 The third paragraph is revised to read:
22
23 The excavations shall be backfilled in conformance with the requirements of Section 2-
24 09.3(1)E, Structure Excavation.
25
26 8-20.3(4) Foundations
27 The second paragraph is revised to read:
28
29 T.ie bottom of concrete foundations shall rest of firm ground. if the portion of the
30 foundation beneath the existing ground line is formed or cased instead of being cast
31 against the existing soil forming the sides of the excavation, then all gaps between the
32 existing soil and the completed foundation shall be backfilled and compacted in
I 33 accordance with Section 2-09.3(1)E.
34
35 The thirteenth paragraph is revised to read:
36
37 Both forms and ground which will be in contact with the concrete shall be thoroughly
38 moistened before placing concrete; however, excess water in the foundation excavation
39 will not be permitted. Foundations shall have set at least 72 hours prior to the removal
40 of the forms. All forms shall be removed, except when the Plans or Special Provisions
41 specifically allow or require the forms or casing to remain.
42
43 8-20.3(14)E Signal Standards
44 The second paragraph is revised to read:
45
46 Signal standards shall not be erected on concrete foundations until the foundations
47 have attained 2400 psi or 14 days after concrete placement. Signal standards without
48 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be
49 erected but the messenger cable (span wire) shall not be placed until the foundation has
50 attained 2400 psi or 14 days after concrete placement.
51
52 SECTION 8-21, PERMANENT SIGNING
53 January 3, 2006
54 8-21.3(9)F Bases
55 The second paragraph is revised to read:
56
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
21
1 The excavation and backfill shall be in conformance with the requirements of Section 2-
2 09.3(1)E.
3
4 The fifth paragraph is revised to read:
5
6 The bottom of concrete foundations shall rest on firm ground. If the portion of the
7 foundation beneath the existing ground line is formed or cased instead of being cast
8 against the existing soil forming the sides of the excavation, then all gaps between the
9 existing soil and the completed foundation shall be backfilled and compacted in
10 accordance with Section 2-09.3(1)E.
11
12 The fourteenth paragraph is revised to read:
13
14 Both forms and ground which will be in contact with the concrete shall be thoroughly
15 moistened before placing concrete; however, excess water in the foundation excavation
16 will not be permitted. Forms shall not be removed until the concrete has set at least
17 three days. All forms shall be removed, except when the Plans or Special Provisions
18 specifically allow or require the forms or casing to remain.
49
20 SECTION 8-22, PAVEMENT MARKING
21 April 3, 2006
22 8-22.3(2) Preparation of Roadway Surfaces
23 The following new sentence is inserted after the first sentence in the second paragraph:
24
25 The temperature requirement may be superseded by the material manufacturers written
26 installation instructions.
27
28 8-22.3(3) Marking Application
29 The second paragraph is revised to read:
30
31 Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in '
32 the increasing mile post direction so they are in cycle with existing skip pattern lines at
33 the beginning of the project. Skip patterns applied to multi-lane or divided roadways
34 shall be applied in cycle in the direction of travel.
35
36 Where paint is applied on centerline on two-way roads with bituminous surface
37 treatment or centerline rumble strips, the second paint application shall be applied in the
38 opposite (decreasing mile post) direction as the first application (increasing mile post)
39 direction. This will require minor skip pattern corrections for curves on the second
40 application.
41
42 The fourth paragraph, beginning with "Lines with skip patterns", is deleted.
43
44 The first sentence in the sixth paragraph is revised to read:
45
46 Pavement markings shall be applied at the following base line thickness measured
47 above the pavement surface or above the slot bottom for inset markings in thousandths
48 of an inch (mils):
49
50 In the sixth paragraph, the final line in the chart Marking Material Application is revised to
51 read:
52
53 Type D — inset/long line extruded 230 230 230
54
55 In the seventh paragraph, the final line in the chart for Liquid pavement marking material
56 yield per gallon is revised to read:
57
58 230 21 7
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006 VW 22
•
1
2 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type
3 A) yield is revised to read:
4
5 230 —flat inset 47 15
6
7 The third, fourth, fifth and sixth sentences in the eleventh paragraph are revised to read:
8
9 For Type C material the slot shall be cut with equipment to produce a smooth square
10 slot with a width in accordance with the material manufacturer's recommendation. The
11 slot depth for Type C material shall be 100 mils, plus or minus 10 mils. The slot depth
12 for Type A or D material shall be 250 mils minimum. Slots for Type A or D material shall
13 be filled with material so that the top of the material with glass beads is 20 mils, +/- 10
14 mils, below the pavement surface.
15
16 This section is supplemented with the following:
17
18 When two or more spray applications are required to meet thickness requirements for
19 Type A and Type D materials, top dressing with glass beads is only allowed on the last
20 application. The cure period between successive applications shall be in accordance
21 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall
22 be swept or blown off the line prior to application of each successive application.
23 Successive applications shall be applied squarely on top of the preceding application.
24
25 8-22.3(5) Installation Instructions
w 26 This section including title is revised to read:
27
28 8-22.3(5) Plastic Installation Instructions
29 Installation instructions for plastic markings shall be provided for the Engineer. All
30 materials including glass beads shall be installed according to the manufacturer's
31 recommendations. A manufacturer's technical representative shall be present at the
32 initial installation of plastic material to approve the installation procedure or the material
33 manufacturer shall certify that the Contractor will install the plastic material in
34 accordance with their recommended procedure.
35
36 8-22.4 Measurement
37 The following is inserted after the fifth paragraph:
38
39 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
40 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
41 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
42 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
43 the square foot of marking installed.
44
45 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
46 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
47 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
48 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
49 regardless of the number of arrow heads.
50
51 The last paragraph is revised to read:
52
53 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
54 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
55 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
56 bump symbol will be measured per each. Removal of crosswalk lines will be measured
57 by the square foot of lines removed.
58
59 8-22.5 Payment
60 The following items are deleted:
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
23
1 11 1
2 "Painted HOV Lane Symbol Type
3 "Plastic HOV Lane Symbol Type
4
5 SECTION 9-00, DEFINITIONS AND TESTS
6 January 3, 2006
7 9-00.8 Sand Equivalent
8 The second paragraph is revised to read:
9
10 For acceptance, there must be a clear line of demarcation. If no clear line of
11 demarcation has formed at the end of a 30 minute sedimentation period, the material
12 will be considered as failing to meet the minimum specified sand equivalent.
13
14 SECTION 9-02, BITUMINOUS MATERIALS
15 January 3, 2006
16 9-02.1(4) Asphalt Binders ,
17 This section including title is revised to read:
18
19 9-02.1(4) Performance Graded Asphalt Binder(PGAB)
20 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the
21 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T
22 314) of M 320 is not a specification requirement. '
23
24 9-02.1(4)A Performance Graded Asphalt Binder
25 This section including title is revised to read:
26 '
27 9-02.1(4)A Quality Control Plan
28 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance
�Q with WSDOT nr, 2 °Standard Practice for Asphalt Suppliorc That Certify p��orrrance
L.J
with V \(V J l 16.IJ L Il I 1 fill II 1
30 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the
31 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to
32 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that
33 PGAB meets the specification requirements of the contract.
34
35 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P
36 This section is revised to read:
37 '
38 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer
39 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion.
40 The asphalt CRS-2P shall meet the following specifications:
41
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122°F, SFS T 59 100 400
Storage Stability 1 day % T 59 --- 1
Demulsibility 35 ml. 0.8% Dioctyl T 59 40 ---
Sodium Sulfosuccinate
Particle Charge T59 positive ---
Sieve Test % T 59 --- 0.30
Distillation
Oil distillate by vol. of emulsion % T 59note 1 0 3
Residue T 59 note 1 65 ---
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
24
r
Test on the Residue From
Distillation
Penetration @77°F T49 100 250
Torsional Recovery % note 18 ---
or
Foughness/Tenacity in-lbs note 50/25 ---
1
2 note 1Distillation modified to use 300 grams of emulsion heated to 350OF ± 90F and
3 maintained for 20 minutes.
4
5 note 2The Torsional Recovery test shall be conducted according to the California
6 Department of Transportation Test Method No. 332. The residue material for this
7 test shall come from California Department of Transportation Test Method No. 331.
8
9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 771F,
10 20 in. per minute pull. Tension head 7/8 in. diameter.
11
12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of
13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity
14 method is used for acceptance the supplier must supply all test data verifying
15 specification conformance.
16
17 SECTION 9-09, TIMBER AND LUMBER
18 January 3, 2006
19 9-09.2(3) Inspection
20 This section is revised to read:
21
22 Timber and lumber requiring a grade stamp shall be marked with a certified lumber
23 grade stamp provided by one of the following agencies:
24
25 West Coast Lumber Inspection Bureau (WCLIB)
26 Western Wood Products Association (WWPA)
27 Pacific Lumber Inspection Bureau (PLIB)
28 Any lumber grading bureau certified by the American Lumber Standards Committee
29
30 Timber and Lumber requiring a grading certificate shall have a certificate that was
31 issued by either the grading bureau whose stamp is shown on the material, or by the
32 lumber mill, which must be under the supervision of one of the grading bureaus listed
33 above. The certificate shall include the following:
34
35 Name of the mill performing the grading
36 The grading rules being used
37 Name of the person doing the grading with current certification
38 Signature of a responsible mill official
39 Date the lumber was graded at the mill
40 Grade, dimensions, and quantity of the timber or lumber
41
42 For Structures:
43 All material delivered to the project shall bear a grade stamp and have a grading
44 certificate. The grade stamp and grading certificate shall not constitute final acceptance
45 of the material. The Engineer may reject any or all of the timber or lumber that does not
46 comply with the specifications or has been damaged during shipping or upon delivery.
47
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
25
1 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and '
2 Mailbox Posts:
3 Material delivered to the project shall either bear a grade stamp on each piece or have a
4 grading certificate. The grade stamp or grading certificate shall not constitute final
5 acceptance of the material. The Engineer may reject any or all of the timber or lumber
6 that does not comply with the specifications or has been damaged during shipping or
7 upon delivery.
8
9 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
10 January 3, 2006
11 9-14.2 Seed
12 This section is revised to read:
13 ,14 Grasses, legumes, or cover crop seed of the type specified shall conform to the
15 standards for "Certified" grade seed or better as outlined by the State of Washington
16 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be
17 furnished in standard containers on which shall be shown the following information:
18
19 (1) Common and botanical names of seed,
20 (2) Lot number,
21 (3) Net weight,
22 (4) Pure live seed
23
24 All seed installers and vendors must have a business license issued by the Washington
25 State Department of Licensing with a "seed dealer" endorsement. Upon request, the
26 contractor shall furnish the Engineer with copies of the applicable licenses and
27 endorsements.
28 .
29 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a
30 statement signed by the vendor Certify inn that each lot of seen has been tested by a
31 recognized seed testing laboratory within six months before the date of delivery on the '
32 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage
33 will not be accepted.
34
35 9-14.4(1) Straw
36 This section is revised to read: i
37
38 All straw material shall be in an air dried condition free of noxious weeds and other '
39 materials detrimental to plant life. Straw mulch so provided shall be suitable for
40 spreading with mulch blower equipment.
41
42 9-14.4(3) Bark or Wood Chips
43 This section is supplemented with the following:
44
45 Sawdust shall not be used as mulch.
46
47 9-14.4(4) Sawdust
48 This section including title is revised to read:
49
50 9-14.4(4) Vacant
51
52 9-14.4(7) Tackifier
53 The first sentence in the first paragraph is deleted. ,
54
55 9-14.4(8) Compost
56 This section is revised to read: '
57
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
26
�r
1 Compost products shall be the result of the biological degradation and transformation of
2 plant-derived materials under controlled conditions designed to promote aerobic
3 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
4 dioxide generation. Compost shall be mature with regard to its suitability for serving as
5 a soil amendment or an erosion control BMP as defined below. The compost shall have
6 a moisture content that has no visible free water or dust produced when handling the
7 material.
8
9 Compost production and quality shall comply with Chapter 173-350 WAC.
10
11 Compost products shall meet the following physical criteria:
12
13 1. Compost material shall be tested in accordance with Testing Methods for the
14 Examination of Compost and Composting (TMECC) Test Method 02.02-B,
15 "Sample Sieving for Aggregate Size Classification".
16
17 Fine Compost shall meet the following:
18
19 Min. Max.
20 Percent passing 2" 100%
21 Percent passing 1" 99% 100%
22 Percent passing 1/2" 90% 100%
23 Percent passing %4" 75% 100%
24 Maximum particle length of 6 inches
25
26 Coarse Compost shall meet the following:
27 Min. Max.
28 Percent passing 3" 100%
29 Percent passing 1" 90% 100%
30 Percent passing 3/4" 70% 100%
31 Percent passing '/4" 40% 60%
32 Maximum particle length of 6 inches
33
34 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
35 04.11-A, 1:5 Slurry pH".
36
37 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
38 less than 0.5 percent on a dry weight or volume basis, whichever provides for
39 the least amount of foreign material.
40
41 4. Minimum organic matter shall be 40 percent dry weight basis as determined by
42 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
43
44 5. Soluble salt contents shall be less than 3.Ommhos/cm tested in accordance
45 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis".
46
47 6. Maturity shall be greater than 80% in accordance with TMECC 05.05A,
48 "Germination and Root Elongation".
49
50 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon
51 Dioxide Evolution Rate"
52
53 8. The compost product must originate a minimum of 65 percent by volume from
54 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
55 maximum of 35 percent by volume of other approved organic waste and/or
56 biosolids may be substituted for recycled plant waste. The supplier shall
57 provide written verification of feedstock sources
58
59 9. Samples may be tested using the Solvita Compost Maturity Test by the
60 Contracting Agency at the Engineer's discretion. Fine Compost shall score a
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
27
1 number 6 or above on the Solvita Compost Maturity Test. Coarse Compost
2 shall score a 5 or above on the Solvita Compost Maturity Test.
3 '4 The compost supplier will test all compost products within 90 calendar days prior to
5 initial application. Samples will be taken using the Sea] of Testing Assurance (STA) sample
6 collection protocol. (The sample collection protocol can be obtained from the U.S.
7 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
8
9 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an
10 independent STA Program approved lab. The compost supplier will pay for the test. A
11 copy of the approved independent STA Program laboratory test report shall be
12 submitted to the Contracting Agency prior to initial application of the compost. Seven
13 days prior to application, the Contractor shall submit a sample of each type compost to
14 be used on the project to the Engineer.
15
16 Compost not conforming to the above requirements or taken from a source other than
17 those tested and accepted shall be immediately removed from the project and replaced
18 at no cost to the Contracting Agency. ,
19
20 The contractor shall either select a compost supplier from the Qualified Products List, or
21 submit the following information to the Engineer for approval:
22
23 1. A Request for Approval of Material Source.
24
25 2. A copy of the Solid Waste Handling Permit issued to the supplier by the
26 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
27 Standards for Solid Waste Handling).
28
29 3. The supplier shall verify in writing, and provide lab analyses that the material
30 complies with the processes, testing, and standards specified in WAC 173-350
31 and these specifications. An independent STA Program certified laboratory
32 shall perform the analysis.
33
34 4. A list of the feedstock by percentage present in the final compost product.
35
36 5. A copy of the producer's Seal of Testing Assurance certification as issued by
37 the U.S. Composting Council.
38
39 Acceptance will be based upon a satisfactory Test Report from an independent STA
40 program certified laboratory and the sample(s) submitted to the Engineer.
41
42 9-14.5(5) Wattles
43 This section is revised to read:
44
45 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir,
46 compost, or wood shavings encased within biodegradable or photodegradable netting.
47 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing '
48 material shall be clean, evenly woven, and free of encrusted concrete or other
49 contaminating materials such as preservatives. Encasing material shall be free from
50 cuts, tears, or weak places and shall have a lifespan greater than 6 months.
51
52 Compost filler shall meet the material requirements as specified in Section 9-14.4(8),
53 and shall be Coarse Compost.
54
55 9-14.5(6) Compost Sock
56 This section is revised to read:
57
58 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly ,
59 woven, and free of encrusted concrete or other contaminating materials and shall be
60 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
28
as
1 compost sock shall consist of extra heavy weight biodegradable fiber which has not
2 been treated with any type of preservative. Compost for compost socks shall meet the
3 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost
4
5 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or
6 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in
7 length, unless otherwise indicated in the Plans.
8
9 Section 9-14.5 is supplemented with the following new section.
10
11 9-14.5(7) Coir Log
12 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted
13 within an outer netting. Log segments shall have a maximum length of 20 feet, with a
14 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater.
15
16 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine
17 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2
18 inch openings.
19
20 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a
21 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially
22 available hemp rope.
23
24 9-14.6(1) Description
25 This section is revised to read:
26
27 Bareroot plants are grown in the ground and harvested without soil or growing medium
28 around their roots.
29
30 Container plants are grown in pots or flats that prevent root growth beyond the sides
31 and bottom of the container.
32
33 Balled and burlapped plants are grown in the ground and harvested with soil around a
34 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire
35 basket or other supportive structure.
36
37 Cuttings are live plant material without a previously developed root system. Source
38 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with
39 a sharp instrument. Written permission shall be obtained from property owners and
40 provided to the Engineer before cuttings are collected. The Contractor shall collect
41 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the
42 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings
43 include the following forms:
44
45 A. Live branch cuttings shall have flexible top growth with terminal buds and may
46 have side branches. The rooting end shall be cut at an approximate 45 degree
47 angle.
48
49 B. Live stake cuttings shall have a straight top cut immediately above a bud. The
50 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes
51 are cut from one to two year old wood. Live stake cuttings shall be cut and
52 installed with the bark intact with no branches or stems attached, and be '/2 to
53 1 '/2 inch in diameter.
54
55 C. Live pole cuttings shall have a minimum 2inch diameter and no more than
56 three branches which shall be pruned back to the first bud from the main stem.
57
58 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the
59 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two
60 growth points.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
29
ill
1 1
2 E. Tubers shall be a thickened and short subterranean branch having numerous
3 buds or eyes.
4
5 9-14.6(2) Quality
6 This section is revised to read:
7
8 All plant material furnished shall meet the grades established by the latest edition of the
9 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and
10 acceptable conditions as listed in the contract, and shall be free of all foreign plant
11 material.
12
13 All plant material shall comply with State and Federal laws with respect to inspection for
14 plant diseases and insect infestation.
15
16 All plant material shall be purchased from a nursery licensed to sell plants in
17 Washington State.
18
19 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall
20 be vigorous, well formed, with well developed fibrous root systems, free from dead
21 branches, and from damage caused by an absence or an excess of heat or moisture,
22 insects, disease, mechanical or other causes detrimental to good plant development.
23 Evergreen plants shall be well foliated and of good color. Deciduous trees that have
24 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees
25 shall have only one leader (growing apex) and one terminal bud, and shall not be
26 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y-
27 crotches shall be rejected.
28
29 Root balls of plant materials shall be solidly held together by a fibrous root system and
30 shall be composed only of the soil in which the plant has been actually growing. Balled
31 and burlapped rootballs shall be securely wrapped with jute burlap or other packing
32 material not injurious to the plant life. Root balls shall be free of weed or foreign plant
33 growth.
34
35 Plant materials shall be nursery grown stock. Plant material, with the exception of
36 cuttings, gathered from native stands shall be held under nursery conditions for a
37 minimum of one full growing season, shall be free of all foreign plant material, and meet
38 all of the requirements of these Specifications, the Plans, and the Special Provisions.
39
40 Container grown plants must be plants transplanted into a container and grown in that ,
41 container sufficiently long for new fibrous roots to have developed so that the root mass
42 will retain its shape and hold together when removed from the container, without having
43 roots that circle the pot. Plant material which is root bound, as determined by the
44 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant
45 growth.
46
47 Container sizes for plant material of a larger grade than provided for in the container '
48 grown specifications of the ASNS shall be determined by the volume of the root ball
49 specified in the ASNS for the same size plant material.
50
51 All bare root plant materials shall have a heavy fibrous root system and must be
52 dormant at the time of planting.
53
54 Average height to spread proportions and branching shall be in accordance with the
55 applicable sections, illustrations, and accompanying notes of the ASNS.
56
57 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks,
58 full and symmetrical branching, central leader, and be developed, grown, and ,
59 propagated with a full branching crown. A "Street Tree Grade" designation requires the
60 highest grade of nursery shade or ornamental tree production which shall be supplied.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT '
CITY OF RENTON
JULY 2006
30 '
1
2 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure
3 shall be rejected. In all cases, whether supplied balled and burlapped or in a container,
4 the root crown (top of root structure) of the tree shall be at the top of the finish soil level.
5 Trees supplied and delivered in a nursery fabric bag will not be accepted.
6
7 Plants, which have been determined by the Engineer to have suffered damage as the
8 result of girdling of the roots, stem, or a major branch; have deformities of the stem or
9 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or
10 have any defect, injury, or condition which renders the plant unsuitable for its intended
11 use, shall be rejected.
12
13 Plants that are grafted shall have roots of the same genus as the specified plant.
14
15 9-14.6(3) Handling and Shipping
16 The last sentence in the sixth paragraph is deleted.
17
18 9-14.6(6) Substitution of Plants
19 The second paragraph is revised to read:
20
21 Container or balled and burlapped plant material may be substituted for bare root plant
22 material. Container grown plant material may be substituted for balled and burlapped
23 plant materials. When substitution is allowed, use current ASNS standards to determine
24 the correct rootball volume (container or balled and burlapped) of the substituted
25 material that corresponds to that of the specified material. These substitutions shall be
26 approved by the Engineer and be at no cost to the Contracting Agency.
27
28 9-14.6(7) Temporary Storage
29 The third paragraph is revised to read:
30
31 Cuttings shall continually be shaded and protected from wind. Cuttings must be
32 protected from drying at all times and shall be heeled into moist soil or other insulating
33 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored
34 for later installation shall be bundled, laid horizontally, and completely buried under
35 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90%
36 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in
37 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than
38 50°F shall not be stored for later use. Cuttings that already have developed roots shall
39 not be used.
40
41 The fourth paragraph is deleted.
42
43 SECTION 9-16, FENCE AND GUARDRAIL
44 April 3, 2006
45 9-16.1(1)A Post Material for Chain Link Fence
46 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM
47 F1043".
48
49 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is
50 revised to "ASTM F1043".
51
52 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
53 January 3, 2006
54 9-29.2(1) Standard Junction Box
55 This section including title is revised to read:
56
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
31
1 9-29.2(l) Standard Duty nd Heavy Duty unction Box
2 Concrete junction boxes shall have a minimum compressive strength of 6000 psi when
3 reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire '
4 fabric or fiber reinforcement. The frame shall be anchored to the box by welding the
5 wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as
6 specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs
7 and frame with standard tie practices. The box shall contain ten studs located near the
8 centerline of the frame and box wall. The studs shall be placed one anchor in each
9 corner, one at the middle of each width and two equally spaced on each length of the
10 box. For Standard Duty Junction boxes the steel frame, lid support, and lid shall be ,
11 painted with a black paint containing rust inhibiters or painted with a shop applied,
12 inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in
13 accordance with ASTM A 111. For Heavy Duty Junction Boxes the steel frame, lid
14 support and lid shall be painted with a shop applied, inorganic zinc primer in accordance '
15 with Section 6-07.3
16
17 Non-concrete junction boxes shall be gray in color and shall have an open bottom ,
18 design with approximately the same inside dimensions as concrete junction boxes.
19 Non-concrete junction box lids shall include a pull slot and shall be secured with two 1/2
20 inch stainless steel hex-head bolts factory coated with anti-seize compound and
21 recessed into the cover. The tapped holes for the securing bolts shall extend
22 completely through the box to prevent accumulation of debris. Bolts shall conform to
23 ASTM F 593, stainless steel.
24
25 This section is supplemented with the following new sections: '
26
27 9-29.2(1)A Standard Duty Junction Boxes
28 Standard Duty Junction Boxes are defined as Type 1, 2, 3, 7 and 8 concrete and non- '
29 concrete junction boxes and shall have a minimum load rating of 22,500 pounds,
30 applied through a 10 inch. x 10 inch x 1 inch steel plate centered on the lid.
32 Type 1 non-concrete junction boxes with the same approximate interior dimensions are ,
33 considered to be equivalent to any Type 1 concrete junction box. The Type 2 and 3
34 non-concrete junction boxes respectively are considered as equivalent to the type 2 and
35 3 concrete junction boxes with the approximate same interior dimensions.
36
37 Currently approved Type 1, 2, and 3 junction boxes shall remain approved, unless the
38 design is modified. Any modification to approved junction boxes will require review or
39 retesting for acceptance. The non-concrete junction boxes require testing by an ,
40 independent testing lab, as described below.
41
42 Material for Type 1, 2, 3, 7 and 8 concrete junction boxes shall conform to the following:
43 '
44 Concrete Section 6-02
45 Reinforcing Steel Section 9-07
46 Fiber Reinforcing ASTM C 1116, Type III
47 Lid ASTM A786 diamond plate steel
48 Frame ASTM A786 diamond plate steel or
49 ASTM A36 flat steel
50 Lid Support & Handle ASTM A36 steel
51 Anchors (studs) Section 9-06.15 '
52
53 9-29.2(1)B Heavy Duty Junction Boxes
54 Heavy Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and lids shall ,
55 have a minimum vertical load rating of 46, 000 pounds without permanent deformation
56 and 60,000 pounds without failure.
57
58 Material for type 4, 5, and 6 concrete junction boxes shall conform to the following: ,
59
60 Concrete Section 6-02
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT '
CITY OF RENTON
JULY 2006
32 '
1 Reinforcing Steel Section 9-07
2 Lid ASTM A786 diamond plate steel, rolled
3 from plate complying with ASTM A572,
4 grade 50 or ASTM A588 with min. CVN
5 toughness of 20 ft-lb at 40 degrees F
6 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with
7 min. CVN toughness of 20 ft-lb at 40 degrees F
8 Handle ASTM A36 steel
9 Anchors (studs) Section 9-06.15
10 Bolts, Nuts, Washers ASTM F 593 or 193, type 304 or 316
11
12 The lid stiffener plates shall bear on the frame. Mill so that there is full even contact,
13 around the perimeter, between the bearing seat and lid stiffener plates, after fabrication
14 of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt
15 and other foreign debris that would prevent solid seating. Bolts and nuts shall be
16 liberally coated with anti-seize compound. Bolts shall be installed snug tight. The
1' bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the
18 bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a
19 feeler gage. The bearing area percentage will be measured for each side of the lid as it
20 bears on the frame.
21
22 9-29.2(1)C Testing Requirements
23 For fabrication approval by the Contracting Agency, junction boxes shall be tested, and
24 a test report from an independent materials testing facility shall be provided showing
25 compliance with the load test.
26
27 The test report shall certify that the box and cover meet or exceed the loading
28 requirements and shall document the results of the load test. Three copies of the test
29 report shall. be furnished to the Contracting Agency. The report shall include the
30 following information:
31
32 1. Product identification.
33 2. Date of testing.
34 3. Description of testing apparatus and procedure.
35 4. All load, deflection and failure data.
36 5. Weight of box and cover tested.
37 6. A brief description of type and location of failure.
38 7. Upon completion of the required test(s) the box shall be loaded to failure.
39 8. A brief description of type and location of failure.
40
41 Prior to installation of junction boxes, the contractor shall provide a certified test report,
42 prepared by an independent testing lab which documents results of testing done by the
43 independent testing lab for the manufacturer. The test report shall certify that the boxes
44 meet or exceed the loading requirements and shall document the results of the load test
45 listed below. The independent testing lab shall meet the requirements of AASHTO R
46 18. Representatives of the State Materials Lab shall witness the test and sign the test
47 report. The Contractor shall give the Engineer 30 days notice prior to testing.
48
49 Testing for Standard Duty Junction Boxes
50 Standard Duty Junction Boxes shall be load tested to 22,500 pounds. At each
51 interval the test box shall be inspected for lid deformation, failure of the lid/ frame
52 welds, vertical and horizontal displacement of the lid/ frame, cracks, and concrete
53 spalling. The test load shall be applied uniformly through a 10 inch x 10 inch x 1
54 inch steel plate centered on the lid.
55
56 Concrete junction boxes will be considered to have withstood the test if none of the
57 following conditions are exhibited:
58
59 1. Permanent deformation of the lid or any impairment to the function of the
60 lid.
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
33
1 2. Vertical or horizontal displacement of the lid frame. ,
2 3. Cracks wider than 0.012 inches that extend 12 inches or more.
3 4. Fracture or cracks passing through the entire thickness of the concrete. '
4 5. Spalling of the concrete.
5
6 Non concrete junction boxes will be considered to have withstood the test if none of
7 the following conditions are exhibited:
8
9 1. Permanent deformation of the lid or lid frame or any impairment to the
10 function of the lid. ,
11 2. Vertical or horizontal displacement of the lid frame.
12 3. Fracturing of the sidewall or lid.
13 4. Displacement of lid or junction box side.
14 '15 Testing for Heavy Duty Junction Boxes
16 Heavy duty junction boxes shall be load tested to 46,000 pounds and then to
17 60,000 pounds. The test load shall be applied in both longitudinal and transverse ,
18 orientations. At each interval the test box shall be inspected for lid deformation,
19 failure of the lid/ frame welds, vertical and horizontal displacement of the lid frame,
20 cracks, and concrete spalling. The test load shall be applied uniformly through a
21 10-inch x 20-inch x 1-inch steel plate centered on the lid.
22
23 Heavy duty junction boxes will be considered to have withstood the 46,000 pounds
24 test if none of the following conditions are exhibited:
25
26 1. Permanent deformation of the lid or any impairment to the function of the
27 lid.
28 2. Vertical or horizontal displacement of the lid frame. ,
29 3. Cracks wider than 0.012-inches that extend 12-inches or more.
30 4. Fracture or cracks passing through the entire thickness of the concrete.
31. 5. Spalling of the concrete.
32 '33 Heavy duty junction boxes will be considered to have withstood the 60,000 pounds
34 test if none of the following conditions are exhibited:
35
36 1. The lid is operational. '
37 2. The lid is securely fastened.
38 3. The welds have not failed.
39 4. Permanent dishing or deformation of the lid is 1/4 inch or less. '
40 5. No buckling or collapse of the box.
41
42 9-29.6(2) Slip Base Hardware
43 The last sentence in the first paragraph is revised to read: '
44
45 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness
46 tolerances specified in AASHTO M 293 for circular washers.
47
48 SECTION 9-33, CONSTRUCTION GEOTEXTILE
49 April 3, 2006
50 9-33.2(3) Prefabricated Drainage Mat
51 The final line of Table 8 is revised to read as follows:
52
53 Geotextile — Grab Strength ASTM D 4632 Nonwoven — 100 lb. min.
54
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
34
1 SECTION 9-34, PAVEMENT MARKING MATERIAL
2 April 3, 2006
3 9-34.2 Paint
4 This section is revised to read-
5
6 White and yellow paint shall comply with the specifications for high volatile organic
7 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC
8 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall
9 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed
10 Standard 595, color 15090 and the tolerance of variation shall match that shown in the
11 FHWA"Highway Blue Color Tolerance Chart."
12
13 9-34.3 Plastic
14 This section is revised to read:
15
16 White and yellow plastic pavement marking materials shall comply with the
17 specifications for:
18
19 Type A— Liquid hot applied thermoplastic
20 Type B — Pre-formed fused thermoplastic
21 Type C —Cold applied pre-formed tape
22 Type D — Liquid cold applied methyl methacrylate
23
24 Blue plastic pavement marking material for "Access Parking Space Symbol with
25 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color
26 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match
27 that shown in the FHWA"Highway Blue Color Tolerance Chart."
28
29 9-34.4 Glass Beads
30 In the first sentence the reference to AASHTO M 247-81, Type 1 IC revised to AASHTO M
31 247, Type 1. J
32
33 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
34 April 3, 2006
35 9-35.2 Construction Signs
36 The first paragraph is supplemented with the following:
37
38 Post mounted Class A construction signs shall conform to the requirements of this
39 section and additionally shall conform to the requirements stated in section 9-28.
40
41 The second paragraph is revised to read:
42
43 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall
44 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches.
45
46 The first sentence in the fourth paragraph is revised to read:
47
48 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs,
49 and any other previously approved sign materials except aluminum is prohibited. Any
50 sign which otherwise meets the requirements of this section and was purchased prior to
51 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall
52 have been fabricated with Type VI reflective sheeting.
53
2006 AMENDMENTS 4-06 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
35
SPECIAL PROVISIONS
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
dw
'w SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS.............................................................................................6
1-01.1 General.............................................................................................................................6
1-01.3 Definitions......................................................................................................................6
•• 1-02...BID PROCEDURES AND CONDITIONS......................................................................7
1-02.6 Preparation of Proposal..............................................................................................7
,. 1-02.6(1) Proprietary Information..........................................................................................8
1-02.12 Public Opening of Proposals..................................................................................8
1-03 AWARD AND EXECUTION OF CONTRACT...............................................................8
1-03.1 Consideration of bids..................................................................................................8
1-03.2 Award of Contract.........................................................................................................8
1-03.3 Execution of Contract.................................................................................................8
1-04 SCOPE OF WORK............................................................................................................9
1-04.2 Coordination of Contract Documents....................................................................9
1-04.3 Contractor-Discovered Discrepancies....................................................................9
1-04.4 Changes..........................................................................................................................9
1-04.8 Progress Estimates and Payments................................................................ .......10
1-04.11 Final Cleanup.............................................................................................................10
1-05 CONTROL OF WORK....................................................................................................10
1-05.4 Conformity With and Deviation from Plans and Stakes...................................10
1-05.4(3) Contractor Supplied Surveying.........................................................................11
1-05.4(4) Contractor Provided As-Built Information......................................................12
1-05.7 Removal of Defective and Unauthorized Work...................................................12
1-05.11(3) Operational Testing.............................................................................................12
r
1-05.14 Cooperation with Other Contractors...................................................................13
1-05.18 Contractor's Daily Diary.........................................................................................13
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use.........................................................................14
1-06.2(1) Samples and Tests for Acceptance...................................................................14
1-06.2(2) Statistical Evaluation of Materials for Acceptance.......................................14
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC........................14
1-07.1 Laws to be Observed.................................................................................................14
,. 1-07.6 Permits and Licenses................................................................................................15
1-07.9(5) Required Documents............................................................................................15
SPECIAL PROVISIONS 1 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1-07.11(11) City of Renton Affidavit of Compliance.......................................................15
1-07.12 Federal Agency Inspection....................................................................................15
1-07.13(1) General...................................................................................................................16
1-07.16(1) Private/Public Property......................................................................................16
1-07.17 Utilities and Similar Facilities...............................................................................17
1-07.17(1) Interruption of Services.....................................................................................18
1-07.18 Public Liability and Property Damage Insurance............................................19
s
1-07.22 Use of Explosives....................................................................................................22
1-07.23(1) Construction Under Traffic...............................................................................22
1-08 PROSECUTION AND PROGRESS..............................................................................23
1-08.0 Preliminary Matters....................................................................................................23
1-08.0(1) Preconstruction Conference ...............23
...............................................................
1-08.1 Subcontracting............................................................................................................24
1-08.2 Assignment..................................................................................................................24
1-08.3 Progress Schedule.....................................................................................................24
1-08.5 Time For Completion.................................................................................................25 ..
1-08.6 Suspension of Work..................................................................................................26
1-08.9 Liquidated Damages..................................................................................................26
1-08.11 Contractor's Plant and Equipment.......................................................................27
1-08.12 Attention to Work.....................................................................................................27
1-09 MEASUREMENT AND PAYMENT...............................................................................27
1-09.1 Measurement of Quantities......................................................................................27
r
1-09.3 Scope of Payment......................................................................................................28
1-09.6 Force Account.............................................................................................................29
1-09.7 Mobilization............................................................................. ............29
.........................
1-09.9 Payments......................................................................................................................29
1-09.9(1) Retainage.................................................................................................................30
1-09.11(2) Claims.....................................................................................................................30
1-09.13(3)6 Procedures to Pursue Arbitration................................................................30 ,.
1-10 TEMPORARY TRAFFIC CONTROL............................................................................30
1-10.1 General..........................................................................................................................31
1-10.2(1)6 Traffic Control Supervisor................................................................................32
1-10.2(2) Traffic Control Plans.............................................................................................32 _
1-10.3(3) Construction Signs...............................................................................................32
SPECIAL PROVISIONS 2 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
•
1-10.3(6) One-Way Piloted Traffic Control Through Construction.............................32
1-10.4 Measurement...............................................................................................................33
.. 1-10.5 Payment........................................................................................................................33
1-11 RENTON SURVEYING STANDARDS.........................................................................34
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP...........................................38
2-01.1 Description...................................................................................................................38
2-01.2 Disposal of Usable Material and Debris...............................................................38
2-01.5 Payment........................................................................................................................38
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS..............................................38
r
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs...............................................38
2-02.4 Measurement...............................................................................................................39
2-02.5 Payment....................... ..........39
.......................................................................................
2-03 ROADWAY EXCAVATION AND EMBANKMENT......................................................39
.. 2-03.3 Construction Requirements
2-03.4 Measurement...............................................................................................................40
.� 2-03.5 Payment........................................................................................................................40
2-04 HAUL.................................................................................................................................41
r 2-04.5 Payment........................................................................................................................41
2-06 SUBGRADE PREPARATION........................................................................................41
2-06.5 Measurement and Payment....................................................................................41
2-09 STRUCTURE EXCAVATION.........................................................................................41
2-09.1 Description...................................................................................................................41
2-09.3(1)D Disposal of Excavated Material.......................................................................41
2-09.4 Measurement...............................................................................................................41
2-09.5 Payment ...........42
.............................................................................................................
5-04 ASPHALT CONCRETE PAVEMENT............................................................................42
7-01 DRAINS.............................................................................................................................45
7-01.2 Materials........................................................................................................................45
.. 7-01.3 Construction Requirements....................................................................................46
7-01.4 Measurement...............................................................................................................46
7-02 CULVERTS.......................................................................................................................46
7-02.2 Materials........................................................................................................................46
7-04 STORM SEWERS ...........................................................................................................46
7-04.2 Materials........................................................................................................................46
SPECIAL PROVISIONS 3 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
7-04.4 Measurement...............................................................................................................47 ..
7-04.5 Payment........................................................................................................................47
7-05 MANHOLES, INLETS, AND CATCH BASINS...........................................................47
7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................47
7-05.3(2) Abandon Existing Manholes...............................................................................49
7-05.3(3) Connections to Existing Manholes...................................................................49
7-05.4 Measurement...............................................................................................................50
7-05.5 Payment........................................................................................................................50
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS................................................50
7-08.3(1)C Bedding the Pipe.................................................................................................50
7-08.3(2)A Survey Line and Grade......................................................................................50
7-08.3(2)B Pipe Laying General 51
7-08.3(2)E Rubber Gasketed Joints....................................................................................51
7-08.3(2)H Sewer Line Connections...................................................................................51
7-08.3(2)J Placing PVC Pipe.................................................................................................52
7-08.4 Measurement...............................................................................................................52
7-08.5 Payment........................................................................................................................52
7-12 VALVES FOR WATER MAINS......................................................................................52
7-12.3(1) Installation of Valve Marker Post.......................................................................53
7-12.3(2) Adjust Existing Valve Box to Grade..................................................................53
r
7-12.4 Measurement...............................................................................................................53
7-12.5 Payment........................................................................................................................53
7-17 SANITARY SEWERS......................................................................................................54
7-17.2 Materials........................................................................................................................54
7-17.3(1) Protection of Existing Sewerage Facilities.....................................................54
7-17.3(2)H Television Inspection.........................................................................................55
7-17.4 Measurement...............................................................................................................55
7-17.5 Payment........................................................................................................................55
8-09 RAISED PAVEMENT MARKERS.................................................................................55 ..
8-09.5 Payment........................................................................................................................55
8-13 MONUMENT CASES......................................................................................................56
8-13.1 Description...................................................................................................................56
8-13.3 Construction Requirements....................................................................................56
8-13.4 Measurement..............................................................................................................56
SPECIAL PROVISIONS 4 2006 CITYWIDE SIDEWALK PROJECT r
CITY OF RENTON
JULY 2006
�. 8-13.5 Payment.......................................................................................................................56
8-14 CEMENT CONCRETE SIDEWALKS...........................................................................56
.. 8-14.3(3) Placing and Finishing Concrete........................................................................56
8-14.3(4) Curing.......................................................................................................................57
8-14.4 Measurement...............................................................................................................57
8-14.5 Payment........................................................................................................................57
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL...................57
8-20.3(2) Excavating and Backfilling.................................................................................58
8-20.5 Payment........................................................................................................................61
8-22 PAVEMENT MARKING 62
..................................................................................................
8-22.1 Description...................................................................................................................62
ow 8-22.3(5) Installation Instructions.......................................................................................63
8-22.5 Payment........................................................................................................................63
8-23 TEMPORARY PAVEMENT MARKINGS .....................................................................63
8-23.5 Payment........................................................................................................................63
9-00(A) Recycled Materials (RC).........................................................................................63
9-02 BITUMINOUS MATERIALS...........................................................................................63
9-02.1(10) Loop Sealant (RC)...............................................................................................63
9-03.8(2) HMA Test Requirements........................................................................................64
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ..................................64
9-05.4 Steel Culvert Pipe and Pipe Arch (RC).................................................................64
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)................................................65
9-05.7(2)A Basis for Acceptance RC 65
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) .........................................................65
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints RC 65
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)...............................................................65
.� 9-05.12(3) CPEP Sewer Pipe.................................................................................................66
9-05.14 ABS Composite Sewer Pipe..................................................................................66
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.............................................................66
9-08 PAINTS..............................................................................................................................66
9-08.8 Manhole Coating System Products.......................................................................67
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES........................................67
9-23.9 Fly Ash (RC).................................................................................................................67
ow
SPECIAL PROVISIONS 5 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
_
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
_
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation,
Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference
shall be deemed to mean the City of Renton acting through its City Council, employees,
and duly authorized representatives for all contracts administered by the City of Renton.
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of god
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity
for the specific locality of the work, which might reasonably have been anticipated from
historical records of the general locality of the work, shall not be construed as an act of
god. ..
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal,
or in properly executed change orders.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be ..
understood to mean working days.
Engineer
The City Engineer or duly authorized representative who is a currently licensed =
registered engineer in the State of Washington, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public
works project.
Inspector
Owner's authorized representative assigned to make necessary observations of the
work performed or being performed, or of materials furnished or being furnished by �.
Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting
Agency on recommendation of the engineer, shall be the sole judge of the quality and
suitability of the proposed substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the =
Owner shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting
Agency.
SPECIAL PROVISIONS 6 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications.
Plans
The contract plans and/or standard plans which show location, character, and
dimensions of prescribed work including layouts, profiles, cross-sections, and other
details. Drawings may either be bound in the same book as the balance of the Contract
Documents or bound in separate sets, and are a part of the Contract Documents,
regardless of the method of binding. The terms "Standard Drawings" or "Standard
Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to Engineer's points, this shall mean all marks, bench
marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining
horizontal and vertical control of the work.
Provide
Means "furnish and install" as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The
chief executive officer to the Department shall also refer to the Department of
Planning/Building/Public Works Administrator.
Shop Drawings
Same as "Working Drawings" defined in the Standard Specifications.
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply
to an individual project. The special provisions may describe work the specifications do
not cover. Such work shall comply first with the special provisions and then with any
specifications that apply. The Contractor shall include all costs of doing this work within
the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to
The City of Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or
documents necessary, in the opinion of Engineer, for the proper execution of the work.
Such drawings and instructions are consistent with the Contract Documents.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power,
signals, or communications and shall be understood to include tracks, overhead and
underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.6 Preparation of Proposal
The third paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed. The proposal shall
include:
SPECIAL PROVISIONS 7 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1. A unit price for each item (omitting digits more than four places to the right of the
decimal point), each unit price shall also be written in words; where a conflict arises the
written words shall prevail.
1-02.6(1) is a new section.
1-02.6(1) Proprietary Information
Vendors should, in the bid proposal, identify clearly any material(s) which constitute
"(valuable) formula, designs drawings, and research data" so as to be exempt from
public disclosure, RCW 42.17.310, or any materials otherwise claimed to be
exempt, along with a Statement of the basis for such claim of exemption. The
Department (or State) will give notice to the vendor of any request for disclosure of
such information received within 5 (five) years from the date of submission. Failure
to so label such materials or failure to timely respond after notice of request for
public disclosure has been given shall be deemed a waiver by the submitting vendor
of any claim that such materials are, in fact, so exempt.,
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid
opening. Notification to bidder will be by addenda.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with h the foliowiiig:
All bids will be based on total sum of all schedules of prices. No partial bids will be
accepted unless so stated in the call for bids or special provisions. The City reserves the
right however to award all or any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to
be executed by the Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required
to be completed by the Contractor, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section
1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre-award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 10 calendar days after the award date, the Contracting
SPECIAL PROVISIONS 8 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Agency may grant up to a maximum of 10 additional calendar days for return of the
documents, provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with
a Contractor who is not registered or licensed as required by the laws of the state. In
addition, the Contracting Agency requires persons doing business with the Contracting
Agency to possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number, or both the Bidder shall insert such information in the
spaces provided. The Contracting Agency requires legible copies of the Contractor's
Registration and business license be submitted to the Engineer as part of the
Contracting Agency's post-award information and evaluation activities.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
I n ry i
5. AmenUrlients i�o Division 1-yynn n nin rlrvvrl Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
Construction
9. Contracting Agency's Standard Plans (if any)
10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
Section 1-04.3 is a new section:
1-04.3 Contractor-Discovered Discrepancies
Upon receipt of award of contract, Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all
field measurements. Contractor shall, prior to ordering material or performing work,
report in writing to Engineer any error, inconsistency, or omission in respect to design or
mode of construction, which is discovered. If Contractor, in the course of this study or in
the accomplishment of the work, finds any discrepancy between the Plans and the
physical condition of the locality as represented in the Plans, or any such errors or
omissions in respect to design or mode of construction in the Plans or in the layout as
given by points and instructions, it shall be Contractor's duty to inform Engineer
immediately in writing, and Engineer will promptly check the same. Any work done after
such discovery, until correction of Plans or authorization of extra work is given, if
Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work
is involved, the procedure shall be as provided in Section 1-04.4 of the Standard
Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but
will evaluate such proposals by the Contractor on a case-by-case basis.
SPECIAL PROVISIONS 9 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an
estimate of lump sum work accomplished to date. The Engineer's calculations and
decisions shall be final in regard to the actual percentage of any lump sum pay item
accomplished and eligible for payment unless another specific method of calculating
lump sum payments is provided elsewhere in the specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the discarded facilities
shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops.
Any cost incurred in salvaging and delivering such items shall be considered incidental
to the project and no compensation will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all
work, equipment and materials required to perform final cleanup. If this pay item does
not appear in the contract documents then final clean up shall be considered incidental
to the contract and to other pay item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
\ 1
If the project calls for Contractor supplied surveying, the Contractor shall provide all
required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-
05.4(2), 1-11 and elsewhere in these specifications as being provided by the Engineer.
All costs for this survey work shall be included in "Contractor Supplied Surveying," per
lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform
such work per Section 1-11. The Contractor shall assume full responsibility for detailed
dimensions, elevations, and excavation slopes measured from the Engineer or
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit construction
staking to proceed in a safe and orderly manner. The Contractor shall keep the
Engineer or Contractor supplied surveyor informed of staking requirements and provide
at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate
time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points,
including existing monumentation, set by Contracting Agency forces. The Contractor will
be charged for the costs of replacing stakes, markers and monumentation that were not
to be disturbed but were destroyed or damaged by the Contractor's operations. This
charge will be deducted from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction work allegedly due to error in the Engineer's line and grade, will not be
allowed unless the original control points set by the Engineer still exist, or unless other
satisfactory substantiating evidence to prove the error is furnished the Engineer. Three
consecutive points set on line or grade shall be the minimum points used to determine
any variation from a straight line or grade. Any such variation shall, upon discovery, be
SPECIAL PROVISIONS 10 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by
the Engineer. All survey work shall be done in accordance with Section 1-11
SURVEYING STANDARDS of these specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a
format set by the Engineer, per Section 1-11.1(4). These field notes shall include all
survey work performed by the Contractor's surveyor in establishing line, grade and
slopes for the construction work. Copies of these field notes shall be provided the
Engineer upon request and upon completion of the contract work the field book or books
shall be submitted to the Engineer and become the property of the Contracting Agency.
If the survey work provided by the Contractor does not meet the standards of the
Engineer, then the Contractor shall, upon the Engineer's written request, remove the
individual or individuals doing the survey work and the survey work will be completed by
the Engineer at the Contractor's expense. Costs for completing the survey work required
by the Engineer will be deducted from monies due or to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be included in
the prices bid for the various items which comprise the improvement or be included in
the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in
the contracts.
Section 1-05.4(3) is a new section:
1-05.4(3) Conbr aC or supplied .155'u^veyin
When the contract provides for Contractor Supplied Surveying, the Contractor shall
supply the survey work required for the project. The Contractor shall retain as a
part of the Contractor Organization an experienced team of surveyors under the
direct supervision of a professional land surveyor licensed by the State of
Washington. All survey work shall be done in accordance with Sections 1-05.4 and
1-11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the plans that prevent the Contractor and/or
Surveyor from constructing the project in a manner satisfactory to the Engineer. All
errors, discrepancies, and omissions must be corrected to the satisfaction of the
Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his
operations in a manner to protect all survey stakes from harm. The Contractor shall
inform the Surveyor of the Contractor's intent to remove any survey stakes and/or
points before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project.
The Contractor shall coordinate his operations and assist the Surveyor in
maintaining accurate As-Built records for the project.
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or
these plans and specifications, accurate As-Built records and other work the
Engineer deems necessary, the Engineer may elect to provide at Contractor
expense, a surveyor to provide all As-Built records and other work as directed by
the Engineer. The Engineer shall deduct expenses incurred by the Engineer-
.. supplied surveying from moneys owed to the Contractor.
SPECIAL PROVISIONS 1 1 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
i
Payment per Section 1-04.1 for all work and materials required for the full and ..
complete survey work required to complete the project and as-built drawings shall
be included in the lump sum price for"Contractor Supplied Surveying."
Section 1-05.4(4) is a new section:
1-05.4(4) Contractor Provided As-Built Information
It shall be the contractors responsibility to record the location prior to the backfilling
of the trenches, by centerline station, offset, and depth below pavement, of all
existing utilities uncovered or crossed during his work as covered under this project.
It shall be the contractors responsibility to have his surveyor locate by centerline
station, offset and elevation each major item of work done under this contract per
the survey standard of Section 1-11. Major items of work shall include but not be
limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends,
Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants,
Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
After the completion of the work covered by this contract, the contractors surveyor
shall provide to the City the hard covered field book(s) containing the as-built notes
and one set of white prints of the project drawings upon which he has plotted the
notes of the contractor locating existing utilities, and one set of white prints of the
project drawings upon which he has plotted the as-built location of the new work as .r
he recorded in the field book(s). This drawing shall bear the surveyors seal and
signature certifying it's accuracy.
All costs for as-built work shall be included in the contract item "Contractor Supplied
Surveying," lump sum.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented as follows:
Contractor shall promptly replace and re-execute work by Contractor forces, in
accordance with the intent of the Contract and without expense to Owner, and shall bear
the expense of making good all work of other contractors destroyed or damaged by such
removal or replacement.
If Contractor does not remove such condemned work and materials and commence re- •
execution of the work within 7 calendar days of notice from Engineer, Owner may correct
the same as provided in the Standard Specifications. In that case, Owner may store
removed material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days
from the date of the notice to Contractor of the fact of such removal, Owner may, upon
an additional 10 calendar days' written notice, sell such materials at public or private Aw
sale, and deduct all costs and expenses incurred from moneys due to Contractor,
including costs of sale, and accounting to Contractor for the net proceeds remaining.
Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of
any deficiency from any funds otherwise due Contractor. +r
1-05.11(3) Operational Testing
Section 1-05.11(3) is supplemented as follows: '•
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a
minimum of 3 working days' notice of the time for each test and inspection. If the
inspection is by another authority than Engineer, Contractor shall give Engineer a
minimum of 3 working days' notice of the date fixed for such inspection. Required
certificates of inspection by other authority than Engineer shall be secured by Contractor.
SPECIAL PROVISIONS 12 2006 CrFYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
so
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their
respective work and shall properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project
area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. QWest Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Water District
6. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical
service cabinet.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary
Record of this Work. This Diary will be created by pen entries in a hard-bound diary
book of the type that is commonly available through commercial outlets. Tl le Diary must
contain the Project and Number; if the Diary is in loose-leaf form, this information must
appear on every page. The Diary must be kept and maintained by Contractor's
designated project superintendent(s). Entries must be made on a daily basis and must
accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate
references to the Plans and Contract Provisions so that the reader can easily
and accurately identify said work in the Plans. Identify location/description of
photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect
Contractor, Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for
future installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by
category of employment.
9. Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services
furnished by Owner or other party during each day.
11. Entries to verify the daily (including non-work days) inspection and mainte-
nance of traffic control devices and condition of the traveled roadway surfaces.
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
12. Any other information that serves to give an accurate and complete record of
the nature, quantity, and quality of Contractor's progress on each day.
SPECIAL PROVISIONS 13 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
13. Plan markups showing locations and dimensions of constructed features to be •
used by Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in
page numbers.
15. Each page must be signed and dated by Contractor's official representative on
the project.
Contractor may use additional sheets separate from the diary book if necessary to
provide a complete diary record, but they must be signed, dated, and labeled with
project name and number.
It is expressly agreed between Contractor and Owner that the Daily Diary
maintained by Contractor shall be the "Contractor's Book of Original Entry" for
the documentation of any potential claims or disputes that might arise during this
Contract. Failure of Contractor to maintain this Diary in the manner described
above will constitute a waiver of any such claims or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily
Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction
Conference shall include the quantity, manufacturer and model number, if applicable, of
materials and equipment to be installed under the Contract. This list will be checked by
Engineer as to conformity with the Contract Documents. Engineer will review the lists
within 10 working days, noting required corrections. Contractor shall make required
corrections and file 2 corrected copies with Engineer within one week after receipt of
required corrections. Engineer's review and acceptance of the lists shall not relieve
Contractor from responsibility for suitability for the intended purpose, nor for deviations
from the Contract Documents.
1-06.2(1)...Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples
by Engineer does not relieve Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used
by the City of Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all times, as required by the conditions
and progress of the work, all necessary safeguards for protection of workers and the
public; shall post danger signs warning against known or unusual hazards; and shall
designate as Safety Supervisor a responsible employee on the construction site whose
SPECIAL PROVISIONS 14 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
r
duty shall be the enforcement of safety. The name and position of such person so
designated shall be reported in writing to Engineer by Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all
employees and shall not employ any person unfit or not skilled in the work assigned to
him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly
secluded from public observation, shall be provided and maintained by Contractor.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are
available for inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and
rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner
from claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall
comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature
necessary for and during the prosecution of the work, and inspection fees in connection
therewith shall be secured and paid for by Contractor. If Owner is required to secure
such permits, permission under franchises, licenses and bonds, and pay the fees, the
costs incurred by Owner thereby shall be charged against Contractor and deducted from
any funds otherwise due Contractor.
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly-certified payrolls for the Contractor and all
subcontractors and lower tier subcontractors, regardless of project's funding source.
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a
copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this
document will be bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and
the amendments thereto supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,
then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall
be included in each subcontract requiring the subcontractors to insert the FHWA 1273
and amendments thereto in any lower tier subcontracts, together with the wage rates.
SPECIAL PROVISIONS 15 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
The Contractor shall also ensure that this section, REQUIRED FEDERAL AID
PROVISIONS, is inserted in each subcontract for subcontractors and lower tier
subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
During unfavorable weather and other conditions, the contractor shall pursue only such
portions of the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless by
special means or precautions acceptable to the engineer, the contractor shall be able to
overcome them.
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project.
The contractor shall limit his operation to the areas obtained and shall not trespass on
private property.
The Contracting Agency may provide certain lands, as indicated in connection with the
work under the contract together with the right of access to such lands. The contractor
shall not unreasonably encumber the premises with his equipment or materials.
The contractor shall provide, with no liability to the Contracting Agency, any additional
land and access thereto not shown or described that may be required for temporary
construction facilities or storage of materials. He shall construct all access roads, detour
roads, or other temporary work as required by his operations. The contractor shall
confine his equipment, storage of material, and operation of his workers to those areas
shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on easements, right-of-way,
over private property or franchise, shall be confined to the limits of such easements,
right-of-way or franchise. All work shall be accomplished so as to cause the least
amount of disturbance and a minimum amount of damage. The contractor shall
schedule his work so that trenches across easements shall not be left open during
weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be
necessary for the performance of the work and, if required, shall rebuild the structures
thus removed in as good a condition as found. He shall also repair all existing structures
which may be damaged as a result of the work under this contract.
C. Easements. Cultivated areas and other surface improvements. All cultivated
areas, either agricultural or lawns, and other surface improvements which are damaged
by actions of the contractor shall be restored as nearly as possible to their original
condition.
Prior to excavation on an easement or private right-of-way, the contractor shall strip top
soil from the trench or construction area and stockpile it in such a manner that it may be
replaced by him, upon completion of construction. Ornamental trees and shrubbery
shall be carefully removed with the earth surrounding their roots wrapped in burlap and
replanted in their original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with
material of equal quality at no additional cost to the Contracting Agency. In the event
that it is necessary to trench through any lawn area, the sod shall be carefully cut and
rolled and replaced after the trenches have been backfilled. The lawn area shall be
cleaned by sweeping or other means, of all earth and debris.
SPECIAL PROVISIONS 16 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
The contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all work, including excavation and backfill,
on easements or rights-of- way which have lawn areas. All fences, markers, mail boxes,
or other temporary obstacles shall be removed by the contractor and immediately
replace, after the trench is backfilled, in their original position. The contractor shall notify
the Contracting Agency and property Owner at least 24 hours in advance of any work
done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored to their
original condition or better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work shall be done to the
satisfaction of the property Owners and the Contracting Agency at the expense of the
contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface
of all streets (traveled ways) used by him if damaged.
In the event the contractor does not have labor or material immediately available to
make necessary repairs, the contractor shall so inform the Contracting Agency. The
Contracting Agency will make the necessary repairs and the cost of such repairs shall
be paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is pre-
existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration Requirements, which is available
at the Public Works Department Customer Services counter on the 6th floor, Renton City
!-fall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information
available to Engineer. Information and data shown or indicated in the Contract
Documents with respect to existing underground utilities or services at or contiguous to
the project site are based on information and data furnished to Owner and Engineer by
owners of such underground facilities or others, and Owner and Engineer do not assume
responsibility for the accuracy or completeness thereof. It is to be understood that other
aboveground or underground facilities not shown in the Plans may be encountered
during the course of the work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow
their location to be determined by the Engineer or utility personnel under adverse
conditions, (inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric
power, or telephone, are shown on the Plans, the Contractor, for the purpose of
preparing his bid, shall assume that every property parcel will be served by a service
connection for each type of utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. Contractor shall resolve all crossing and clearance
problems with the utility company concerned. No excavation shall begin until all known
facilities, in the vicinity of the excavation area, have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor
shall have all utilities field marked after they are relocated in conjunction with this project.
SPECIAL PROVISIONS 17 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Call Before You Dig
The 48 Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for
utility potholing or for any other purpose under this Contract, Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and
progress schedule. Contractor is also warned that there may be utilities on the project
that are not part of the One Call system. They must be contacted directly by Contractor
for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be
adjusted or relocated by the appropriate utility company unless otherwise noted in the
Plans. These adjustments may be completed before Contractor begins work, or may be
performed in conjunction with the contract work. Contractor shall be entirely responsible
for coordination with the utility companies and arranging for the movement or
adjustment, either temporary or permanent, of their facilities within the project limits.
See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on
other aspects of the project whenever possible. No additional compensation will be
made to Contractor for reason of delay caused by the actions of any utility company and
Contractor shall consider such costs to be incidental to the other items of the contract.
Utility Potholing
Potholing is included as a bid item for use in determining the location of existing utilities
in advance of the Contractor's operations. The Contractor shall submit all potholing
requests to the Engineer for approval, at least 2 working days before potholing is
scheduled. Additionally, the Contractor shall provide potholing at Engineer's request.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
Payment
Payment will be made at the discretion of Engineer, for the following bid item(s) in
accordance with Section 1-09.6 of the Standard Specifications and these Special
Provisions:
"Utility Potholing," Force Account
"Resolution of Utility Conflicts," Force Account
1-07.17(1) Interruption of Services
Section 1-07.17(1) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an
outage of utilities, it shall be Contractor's responsibility to notify the affected users and
Engineer not less than 48 hours in advance of such outage. Contractor shall make
reasonable effort to minimize the duration of outages, and shall estimate the length of
time service will be interrupted and so notify the users. In the case of any utility outage
that has exceeded or will exceed four hours, user contact shall again be made.
Temporary service, if needed, will be arranged by Contractor at no cost to Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the
various unit and lump sum items of the Contract; no separate payment will be made.
SPECIAL PROVISIONS 18 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
rr
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The contractor shall obtain and maintain in full force and effect, from the Contract
Execution Date to the Completion Date, public liability and property damage
insurance with an insurance company(ies) or through sources approved by the
State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance
has been obtained and approved by the Contracting Agency. Insurance shall
provide coverage to the Contractor, all subcontractors, Contracting Agency and the
Contracting Agency's consultant. The coverage shall protect against claims for
bodily injuries, personal injuries, including accidental death, as well as claims for
property damages which may arise from any act or omission of the Contractor or the
subcontractor, or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that
insurance coverage and limits established under the term of the Contract for work
are in full force and effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for
each insurance policy effecting coverage(s) required on the contract prior to the
date work commences. Failure of the Contractor to fully comply during the term of
the Contract with the requirements described herin will be considered a material
breach of contract and shall be caused for immediate termination of the Contract at
the option of the Contracting Agency.
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed
City of Renton Insurance Information form which details specific coverage and limits
for this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a
company acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and
Pollution coverage are acceptable when written on a claims-made basis).
The City may also require proof of professional liability coverage be
provided for up to two (2) years after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each
insurance policy affecting coverage(s) required by the Contract prior to the
date work commences.
4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII,
the City may make an exception.
The City reserves the right to approve the security of the insurance coverage
provided by the insurance company(ies), terms, conditions, and the Certificate of
Insurance. Failure of the Contractor to fully comply during the term of the contract
with these requirements will be considered a material breach of contract and shall
be cause for immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, the City of Renton shall not be
deemed or construed to have assessed the risks that may be applicable to the
SPECIAL PROVISIONS 19 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Contractor. The Contractor shall assess its own risks and if it deems appropriate
and/or prudent, maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage
will be written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to
apply per project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor &
Industries Number
D. Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability.
Coverage should be as broad as'primary.
E. Professional Liability - (whenever the work under this Contract includes
Professional Lia^uilIL i.e. arc I 111. L ral, engineering iny, auvcl iiaing, or
computer programming) the CONTRACTOR shall maintain professional
liability covering wrongful acts, errors and/or omissions of the
CONTRACTOR for damage sustained by reason of or in the course of
operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require
additional coverages as may be appropriate based on work performed(i.e.
pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,
employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent).
The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior
to commencement of work. The City reserves the right to request copies of
insurance policies, if at their sole discretion it is deemed appropriate. Further, all
policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage
and/or self-insurance carried by CITY OF RENTON.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. Policy may not be non-renewed, canceled or materially changed or altered
unless forty-five (45) days prior written notice is provided to CITY OF
RENTON. Notification shall be provided to CITY OF RENTON by certified
mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the
contractor from liability in excess of such limits. The CONTRACTOR shall carry the
following limits of liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed $2,000,000 **
Operations Aggregate
SPECIAL PROVISIONS 20 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�r
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property $1,000,000
Damage
(Each Accident)
Workers' Compensation
Statutory Benefits - Variable
Coverage A
(Show Washington Labor and Industries
Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed $1,000,000
Operations Aggregate
Professional Liability (If
required)
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
The City may require the CONTRACTOR to keep professional liability coverage in
effect for up to two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the event
any general aggregate or other aggregate limits are reduced. At their own expense,
the CONTRACTOR will reinstate the aggregate to comply with the minimum limits
and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF
RENTON a new Certificate of Insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence
of insurance by submitting to the CONTRACTING AGENCY the following:
1. City of Renton Insurance Information Form (attached herein) without
modification.
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to
items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as
revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a
matter of information only and confers no rights upon the Certificate
Holder";
B. Strike the wording regarding cancellation notification to the City:
"Failure to mail such notice shall impose no obligation or liability of
any kind upon the company, its agents or representatives".
C. Amend the cancellation clause to state: "Policy may not be non-
renewed, canceled or materially changed or altered unless 45 days
prior written notice is provided to the City". Notification shall be
provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language
specified above, the City will accept a written agreement that the consultant's
broker will provide the required notification.
WW
SPECIAL PROVISIONS 21 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only
under such restrictions as may be required by the proper authorities. Explosives shall be
handled and used in strict compliance with WAC 296-52 and such local laws, rules and
regulations that may apply. The individual in charge of the blasting shall have a current
Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented by adding the following:
The contractor shall be responsible for controlling dust and mud within the project limits
and on any street which is utilized by his equipment for the duration of the project. The
contractor shall be prepared to use watering trucks, power sweepers, and other pieces
of equipment as deemed necessary by the engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no
compensation will be made for this section.
Complaints of dust, mud or unsafe practices and/or property damage to private
Ownership will be transmitted to the contractor and prompt action in correcting them will
be required by the contractor.
Complaints of dust, mud, or unsafe practices and/or property da.i age to private
Ownership will be transmitted to the Contractor and prompt action in correcting them will
be required by the Contractor.
Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall
be borne by Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits
during working hours. One lane shall be provided in each direction for all streets during
non-working hours.
Contractor shall provide one driveable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of Work
throughout the course of the project. Such access shall be maintained as near as
possible to that which existed prior to the commencement of construction. This
restriction shall not apply to the paving portion of the construction process.
Contractor shall notify and coordinate with all property owners and tenants of street
closures, or other restrictions which may interfere with their access—at least 24 hours in
advance for single-family residential property, and at least 48 hours in advance for
apartments, offices, and commercial property. Contractor shall give a copy of all notices
to Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and
replaced under the Contract by other access, the existing access shall not be closed
until the replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times.
Contractor shall not open any trenches that cannot be completed and refilled that same
day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's
SPECIAL PROVISIONS 22 2006 CITYWIDE SIDEWALK PROJECT rr
CITY OF RENTON
JULY 2006
r
expense, except in areas where the roadway remains closed to public traffic. Steel
plates must be anchored.
1-08 PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
1-08.0 Preliminary Matters
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
Additional documents may be furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown therein and all
applicable field measurements. The Contractor shall promptly report in writing to the
Engineer any conflict, error or discrepancy which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such
other interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
-> Contractor's plan of operation and progress schedule (3+ copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different
from list submitted with Bid)
-� List of materials fabricated or manufactured off the project
4 Material sources on the project
4 Names of principal suppliers
7
Detailed equipment list, including "Rental Rate Blue Book" hourly costs
(both working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be
used on Project
4 Cost percentage breakdown for lump sum bid item(s)
-+ Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings - schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than Contractor
Compliance with Contract Documents
Acceptance and approval of work
Labor compliance, payrolls, certifications
Safety regulations for Contractors' and Owner's employees and
representatives
Suspension of work, time extensions
Change order procedures
Progress estimates - procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special work
Any interpretation of the Contract Documents requested by Contractor
Any conflicts or omissions in Contract Documents
•- Any other problems or questions concerning the work
Processing and administration of public complaints
Easements and rights of entry
Other contracts
SPECIAL PROVISIONS 23 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
The franchise utilities may be present at the preconstruction conference, and Contractor
should be prepared for their review and discussion of progress schedule and
coordination.
1-08.1 Subcontracting
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to
Engineer at least 7 calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly
employed by the subcontractors, as well as for the acts and omissions of persons
directly employed by Contractor. Contractor shall be required to give personal attention
to the work that is sublet. Nothing contained in the Contract Documents shall create any
contractual relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder
without the prior written consent of Owner. The assignment, if approved, shall be
subject to all setoffs, withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to
the Preconstruction Conference. The schedule shall be prepared using the critical
path method (CPM), preferably using Microsoft Project or equivalent software. The
schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a
complete and functional project are considered. Any activity which has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub-element has a
duration exceeding 30 calendar days.
The schedule shall clearly indicate the activities which comprise the critical path.
For each activity not on the critical path, the schedule shall show the float, or slack,
time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by
Engineer shall be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays which could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor,
and adjust their facilities as required.
Engineer may request Contractor to alter the progress schedule when deemed
necessary in the opinion of Engineer—in the interest of public safety and welfare or of
Owner, or for coordination with any other activity of other contractors, the availability of
all or portions of the job site, or special provisions of this Contract, or to reasonably meet
the completion date of the project. Contractor shall provide such revised schedule within
10 days of request.
r
SPECIAL PROVISIONS 24 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
•
If, at any time, in the opinion of Engineer, the progress of construction falls significantly
behind schedule, Contractor may be required to submit a plan for regaining progress
and a revised schedule indicating how the remaining work items will be completed within
the authorized contract time.
Contractor shall promptly report to Engineer any conditions which Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by Engineer. When such changes are accepted by
Engineer, the revised schedule shall be followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer
which sets forth specific work to be performed the following week, and a tentative
schedule for the second week.
Failure to Maintain Progress Schedule. Engineer will check actual progress of the
work against the progress schedule a minimum of two times per month. Failure, without
just cause, to maintain progress in accordance with the approved schedule shall
constitute a breach of Contract. If, through no fault of Contractor, the proposed
construction schedule cannot be met, Engineer will require Contractor to submit a
revised schedule to Engineer for acceptance. The approved revisions will thereafter, in
all respects, apply in lieu of the original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve Owner of any and all responsibility for furnishing and
making available all or any portion of the job site, and will relieve Owner of any
responsibility for delays to Contractor in the performance of the work.
The cost of preparing the progress schedule, any supplementary progress schedules,
and weekly schedules shall be considered incidental to the Contract and no other
compensation shall be made.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the
Contract Documents or as extended by the Engineer. The Contract Time will be stated in
"working days", shall begin on the Notice To Proceed Date, and shall end on the
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4,
Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas
Day. The day before Christmas shall be a holiday when Christmas Day occurs on a
Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day
occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a
Saturday, the two preceding working days shall be observed as holidays. When
Christmas day occurs on a Sunday, the two working days following shall be observed as
holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday
will be counted as a non-working day and when they fall on a Sunday the following
Monday will be counted as a non-working day. The Contract Time has been established
to allow for periods of normal inclement weather which, from historical records, is to be
expected during the Contract Time, and during which periods, work is anticipated to be
performed. Each successive working day, beginning with the Notice to Proceed Date
and ending with the Physical Completion Date, shall be charged to the Contract Time as
it occurs except a day or part of a day which is designated a nonworking day or an
Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of
working days charged against the Contract Time for the preceding week; (2) the
SPECIAL PROVISIONS 25 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Contract Time in working days; (3) the number of working days remaining in the Contract
Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer
declared unworkable the previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor elects to work 10
hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which
a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of
that week will be charged as a working day whether or not the Contractor works on that
day.
The Contractor will be allowed 10 calendar days from the date of each report in which to
file a written protest of an alleged discrepancy in the Contract Time as reported.
Otherwise, the report will be deemed to have been accepted by the Contractor as
correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections
1-05.11 and 1-05.12.
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency,
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
signal controller materials, lighting standards, and signal standards required for the
physical completion of the contract. Such purchase orders shall disclose the estimated
delivery dates for the equipment.
All itemS of work which can be performed without delivery of the critical iitems Shall stare i
and be completed as soon as possible. At that time, Engineer may suspend the work
upon request of Contractor until the critical items are delivered to Contractor, if the
Contracting Agency received a purchase order within 10 calendar days after execution of
the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of
the work and during such suspension shall not perform any additional work on the
project. Upon delivery of the critical items, contract time will resume and continue to be
charged in accordance with Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to
Contractor in writing. The work shall be resumed by Contractor within 14 calendar days
after the date fixed in the written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount
of such extension shall be only to compensate for direct delays and shall be based upon
Contractor's diligently pursuing the work at a rate not less than that which would have
been necessary to complete the original Contract Work on time.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by Owner as a result
of such delay. Such labor costs will be billed to Contractor at actual costs, including
administrative overhead costs.
SPECIAL PROVISIONS 26 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
X11'
In the event that Owner is required to commence any lawsuit in order to enforce any
provision of this Contract or to seek redress for any breach thereof, Owner shall be
entitled to recover its costs, including reasonable attorneys fees, from Contractor.
1-08.11 Contractor's Plant and Equipment
The contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have
the right to make use of the contractor's plant and equipment in the performance of any
work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work
and paid for accordingly.
Neither the Owner nor the engineer assumes any responsibility, at any time, for the
security of the site from the time contractor's operations have commenced until final
acceptance of the work by the engineer and the Owner. The contractor shall employ
such measures as additional fencing, barricades, and watchmen service, as he deems
necessary for the public safety and for the protection of the site and his plant and
equipment. The Owner will be provided keys for all fenced, secured areas.
Section 1-08.12 is a new section:
1-08.12 Attention to Work
The contractor shall give his personal attention to and shall supervise the work to the
end that it shall be prosecuted faithfully, and when he is not personally present on the
work site, he shall at all times be represented by a competent superintendent who shall
have full authority to execute the Same, and to supply materials, tools, and labor without
delay, and who shall be the legal representative of the contractor. The contractor shall
be liable for the faithful observance of any instructions delivered to him or to his
authorized representative.
1-09 Measurement and PaymentMEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based
on the cost percentage breakdown of the lump sum bid price(s) submitted at the
preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The
breakdown shall list the items included in the lump sum together with a unit price of
labor, materials, and equipment for each item. The summation of the detailed unit prices
for each item shall add up to the lump sum bid. The unit price values may be used as a
guideline for determining progress payments or deductions or additions in payment for
ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments
only in the following manner. Where items are specified to be paid by the cubic yard, the
following tally system shall be used.
All trucks to be employed on this work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there
shall be no duplication of numbers.
SPECIAL PROVISIONS 27 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Duplicate tally tickets shall be prepared to accompany each truckload of material
delivered on the project. All tickets received that do not contain the following information
will not be processed for payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project
for each truckload of material delivered. Pay quantities will be prepared on the basis of
said tally tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight
ticket is given to the Inspector on the project at the time of delivery of materials for each
truckload delivered. Pay quantities will be prepared on the basis of said tally tickets,
delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector
will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be
no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to
the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truck load weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless moded otherwise in the Contract Provisions, the Bid Items listed or referenced
in the "Payment" clause of each Section of the Standard Specifications, will be the only
items for which compensation will be made for the Work described in or specified in that
particular Section when the Contractor performs the specified Work. Should a Bid Item
be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is
performed by the Contractor and the work is not stated as included in or incidental to a
pay item in the contract and is not work that would be required to complete the intent of
the Contract per Section 1-04.1, then payment for that Work will be made as for Extra
Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used
throughout the Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the
Proposal Form requires that said unit Bid Item price cover and be considered
compensation for certain work or material essential to the item, then the work or material
qM
SPECIAL PROVISIONS 28 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Mr
will not be measured or paid for under any other Unit Bid Item which may appear
elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular
Section of the Specifications shall be considered as including all of the Work required,
specified, or described in that particular Section. Payment items will generally be listed
generically in the Specifications, and specifically in the bid form. When items are to be
"furnished" under one payment item and "installed" under another payment item, such
items shall be furnished FOB project site, or, if specified in the Special Provisions,
delivered to a designated site. Materials to be "furnished," or "furnished and installed"
under these conditions, shall be the responsibility of the Contractor with regard to
storage until such items are incorporated into the Work or, if such items are not to be
incorporated into the work, delivered to the applicable Contracting Agency storage site
when provided for in the Specifications. Payment for material "furnished," but not yet
incorporated into the Work, may be made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
To provide a common basis for all bidders, Owner has estimated and included in the
Proposal, dollar amounts for all items to be paid per force account. All such dollar
amounts are to become a part of Contractor's total bid. However, Owner does not
warrant expressly or by implication, that the actual amount of work will correspond with
those estimates. Payment will be made on the basis of the amount of work actually
authorized in writing by Engin°°r
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the
establishment of an office, buildings, and other facilities necessary for work on the
project; providing sanitary facilities for Contractor's personnel; and obtaining permits or
licenses required to complete the project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone,
facsimile machine, and copy machine during all hours Contractor is working on the
jobsite; and a table and chair for their use when needed.
The Contractor shall install and maintain up to $$$$ 4'x8' construction project sign(s) as
shown in the standard detail section of the contract documents. The Engineer shall
verify the exact field location(s) with the contractor prior to installation of the sign(s). All
labor, material, and equipment used for installation and maintenance of the construction
project sign(s) is incidental to the bid item "Mobilization."
Payment will be made for the following bid item(s):
"Mobilization," Lump Sum.
1-09.9 Payments
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by
Engineer by receipts or other vouchers showing payment for materials and labor,
payments to subcontractors, and other such evidence of Contractor's right to payment as
Engineer may direct.
SPECIAL PROVISIONS 29 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
s
Contractor shall submit a progress report with each monthly request for a progress
payment. The progress report shall indicate the estimated percent complete for each
activity listed on the progress schedule (see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no
claims have been filed against such. funds as provided by law and if Owner has no
unsatisfied claims against Contractor. In the event claims are filed, Owner shall
withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay
attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy
any claims by Owner against Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until
Contractor, if requested, delivers to Owner a complete release of all liens arising out of
this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit
that so far as Contractor has knowledge or information, the release and receipts include
all labor and materials for which a lien could be filed: but Contractor may, if any
subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to
Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may
be compelled to pay in discharging such lien, including all costs and reasonable
engineer's and attorney's fees.
1-09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as
described in this section for any claim shall operate as a waiver of the claims by the
Contractor as provided in Section 1-09.9.
1-09.13(3)6 Procedures to Pursue Arbitration
Section 1-09.13(3)6 is supplemented by adding: •
The findings and decision of the board of arbitrators shall be final and binding on the
parties, unless the aggrieved party, within 10 days, challenges the findings and decision
by serving and filing a petition for review by the superior court of King County,
Washington. The grounds for the petition for review are limited to showing that the
findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law
controlling the issues submitted to arbitration. The board of arbitrators shall support its
decision by setting forth in writing their findings and conclusions based on the evidence ..
adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the contractor unless
it is the board's majority opinion that the contractor's filing of the protest or action is
capricious or without reasonable foundation. In the latter case, all costs shall be borne
by the contractor.
1-10 TEMPORARY TRAFFIC CONTROL ••
SPECIAL PROVISIONS 30 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1W
1-10.1 General
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for "Traffic Control," the work required for this
item shall be all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment
in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all
traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B
construction signs and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid
W proposal to specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing,
and replacing of the construction signs and the traffic control devices destroyed
or damaged during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and
delivering to the City Shops or storing and reinstalling as directed by the
Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used by
the prime contractor, and subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to review and approval of the
Engineer.
leer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance
of any work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as
specified in the special provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when
they are not needed.
If no bid item "Traffic Control" appears in the proposal then all work required by these
sections will be considered incidental and their cost shall be included in the other items
of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces
of equipment, or services which could not be usually anticipated by a prudent contractor
for the maintenance and protection of traffic, then a new item or items may be
established to pay for such items. Further limitations for consideration of payment for
these items are that they are not covered by other pay items in the bid proposal, they are
not specified in the Special Provisions as incidental, and the accumulative cost for the
use of each individual channelizing device, piece of equipment, or service must exceed
$200 in total cost for the duration of their need. In the event of disputes, the Engineer
will determine what is usually anticipated by a prudent contractor. The cost for these
items will be by agreed price, price established by the Engineer, or by force account.
Additional items required as a result of the contractor's modification to the traffic control
plan(s) appearing in the contract shall not be covered by the provisions in this
paragraph.
If the total cost of all the work under the contract increases or decreases by more than
25 percent, an equitable adjustment will be considered for the item "Traffic Control" to
address the increase or decrease.
SPECIAL PROVISIONS 31 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Traffic control and maintenance for the safety of the traveling public on this project shall
be the sole responsibility of Contractor and all methods and equipment used will be
subject to the approval of Owner.
Traffic control devices and their use shall conform to City of Renton standards and the
Manual on Uniform Traffic Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been
provided to the satisfaction of Engineer. Any days lost due to improper traffic control will
be charged against Contractor's allowable contract time, and shall not be the cause for a
claim for extra days to complete the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A TCS shall be on the project whenever traffic control labor is required or as authorized
by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of
the contract. During nonwork periods, the TCS shall be able to be on the job site within
a 45-minute time period after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established standards. The Contractor shall continuously
evaluate the operation of the traffic control plan and take prompt action to correct any
problems that become evident during operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic
and pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M
diamond grade or equivalent approved by Engineer. Barricades shall also be equipped
with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3) paragraph 1 is revised as follows:
All signs required by the approved traffic control plan(s) as well as any other appropriate
signs prescribed by the Engineer, or required to conform with established standards, will
be furnished by the Contractor.
Section 1-10.3(3) paragraph 4 is revised as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B
construction signs. All costs for the work to provide Class A or Class B construction signs
shall be included in the unit contract price for the various other items of the work in the
bid proposal.
1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone
Section 1-10.3(6) is replaced with: -
The construction sometimes requires that traffic be maintained on a portion of the
roadway during the progress of the work using one-way piloted traffic control. If this is
a
SPECIAL PROVISIONS 32 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
•
the case, the Contractor's operation shall be confined to one-half the roadway, permitting
traffic on the other half. If, in the opinion of the Engineer, one-way piloted traffic control is
necessary, it shall be provided for as follows:
Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the
pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be
furnished by the Contractor.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime work or for use of
relief flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made
in accordance with Section 1-04.1, for the following bid items when included in the
proposal:
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific
pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic
control devices required by the contract and as directed by the Engineer in conformance
with accepted standards and in such a manner as to maximize safety, and minimize
disruption and inconvenience to the public.
Progress payment for the lump sum item "Traffic Control" will be made as follows:
1. When in initial warning signs for the beginning of the project and the end of
construction signs are installed and approved by the Engineer, 30 percent of
the amount bid for the item will be paid.
2. Payment for the remaining 70 percent of the amount bid for the item will be
paid on a prorated basis in accordance with the total job progress as
determined by progress payments.
The item "Traffic Control" will be considered for an equitable adjustment per Section 1-
04.6 only when the total contract price increases or decreases by more than 25 percent.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot
car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation.
Any necessary flaggers will be paid under the item for traffic control.
The Lump Sum contract price shall be full pay for all costs for the labor provided for
performing those construction operations described in Section 1-10.3(1) and as
authorized by the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the work
described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor,
equipment, and vehicles necessary for the initial acquisition, the initial installation of
Class A signs, and ultimate return of all Contracting Agency-furnished signs
The Lump Sum contract price shall be full pay for all costs involved when a person
performs the duties described in Section 1-10.2(1)B including when performing traffic
control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the
vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
SPECIAL PROVISIONS 33 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
wr
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for surveys
All surveys and survey reports shall be prepared under the direct supervision of a
person registered to practice land surveying under the provisions of Chapter 18.43
RCW.
All surveys and survey reports shall be prepared in accordance with the
requirements established by the Board of Registration for Professional Engineers
and Land Surveyors under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The
North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a
minimum of two of the City of Renton's Survey Control Network monuments. The
source of the coordinate values used will be shown on the survey drawing per RCW
58.09.070.
The horizontal component of all surveys shall meet or exceed the closure
requirements of WAC 332=130-060. The control base lines for all surveys shall
meet or exceed the requirements for a Class A survey revealed in Table 2 of the
Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly
established and adopted by ALTA and ACSM in 1992 or comparable classification in
future editions of said document. The angular and linear closure and precision ratio
of traverses used for survey control shall be revealed on the face of the survey
drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning
system methodology shall exhibit at least 1 part in 50,000 precision in line length
dependent error analysis at a 95 percent confidence level and performed pursuant
to Federal Geodetic Control Subcommittee Standards for GPS control surveys as
defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS
Relative Positioning Techniques dated August 1, 1989 or comparable classification
in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North
American Vertical Datum of 1988, and tied to at least one of the City of Renton
Survey Control Network benchmarks. If there are two such benchmarks within 3000
feet of the project site a tie to both shall be made. The benchmark(s) used will be
shown on the drawing. If a City of Renton benchmark does not exist within 3000
feet of a project, one must be set on or near the project in a permanent manner that
will remain intact throughout the duration of the project. Source of elevations
(benchmark) will be shown on the drawing, as well as a description of any bench
marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling
monuments used and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the
controlling monuments, measurements, and methodology used in that retracement.
SPECIAL PROVISIONS 34 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
f
1-11.1(4)Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages. In cases where an electronic data collector is used field notes
must also be kept with a sketch and a record of control and base line traverses
describing station occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point
numbers shall be unique within a complete job. The preferred method of point
numbering is field notebook, page and point set on that page. Example: The first
point set or found on page 16 of field book 348 would be identified as Point No.
348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by
the City or the original field notebook(s) used by the surveyor will be given to the
City. For all other work, surveyors will provide a copy of the notes to the City upon
request. In those cases where an electronic data collector is used, a hard copy print
out in ASCII text format will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on
the ground.
Monument Any physical object or structure of record which marks or accurately
references:
• A corner or other survey point established by or under the supervision of an
i-i i.i 1 aied by individual per section ( ) and any cor ner or monument establish
the General Land Office and its successor the Bureau of Land Management
including section subdivision corners down to and including one-sixteenth
corners; and
• Any permanently monumented boundary, right of way alignment, or horizontal
and vertical control points established by any governmental agency or private
surveyor including street intersections but excluding dependent interior lot
corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that
will create permanent structures such as roads, sidewalks, bridges, utility lines or
appurtenances, signal or light poles, or any non-single family building. Control or
Base Line Surveys shall consist of such number of permanent monuments as are
required such that every structure may be observed for staking or "as-builting" while
occupying one such monument and sighting another such monument. A minimum
of two of these permanent monuments shall be existing monuments, recognized
and on record with the City of Renton. The Control or Base Line Survey shall
occupy each monument in turn, and shall satisfy all applicable requirements of
Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate
scale. North orientation should be clearly presented and the scale shown
graphically as well as noted. The drawing must be of such quality that a reduction
thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be
prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter
58.09 RCW. A photographic mylar of the drawing will be submitted to the City of
Renton and, upon their review and acceptance per the specific requirements of the
project, the original will be recorded with the King County Recorder.
..
SPECIAL PROVISIONS 35 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
4W
If recording is not required, the survey drawing shall be prepared on 22 inch by 34
inch mylar, and the original or a photographic mylar thereof will be submitted to the
City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050
and shall conform to the City of Renton's Drafting Standards. American Public
Works Association symbols shall be used whenever possible, and a legend shall
identify all symbols used if each point marked by a symbol is not described at each
use.
An electronic listing of all principal points shown on the drawing shall be submitted
with each drawing. The listing should include the point number designation
(corresponding with that in the field notes), a brief description of the point, and
northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC
compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of bench marks shall satisfy all applicable
requirements of section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the
standards, specifications and procedures of third order elevation accuracy
established by the Federal Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of
bench marks must be complete to insure both recoverablilty and positive
identification on recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of section 1-11.1
herein.
All points occupied or back sighted in developing radial topography or establishing
baselines for station -- offset topography shall meet the requirements of section 1-
11.1 herein.
The drawing and electronic listing requirements set forth in section 1-11.1 herein
shall be observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey
shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet
or Federal Geodetic Control Committee third order elevation accuracy
specifications, OR 2) trigonometric leveling with elevation differences determined in
at least two directions for each point and with misclosure of the circuit not to exceed
0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit
leveling and shall satisfy Federal Geodetic Control Committee specifications as to
the turn points and shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of
Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and
Property, must be located both horizontally and vertically by a Radial survey or by a
Station offset survey. The "as-built" survey must be based on the same base line or
control survey used for the construction staking survey for the improvements being
"as-built". The "as-built" survey for all subsurface improvements should occur prior
SPECIAL PROVISIONS 36 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
twr
to backfilling. Close cooperation between the installing contractor and the "as-
builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and
shall be based upon control or base line surveys made in conformance with these
Specifications.
The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein
and submitted with stamped and signed "as-built" drawings which includes a
statement certifying the accuracy of the "as built".
The drawing and electronic listing requirements set forth in section 1-11.1(6) herein
shall be observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a
plat or other recorded survey shall be referenced by a permanent marker at the
corner point per 1-11.2(1). In situations where such markers are impractical or in
danger of being destroyed, e.g., the front corners of lots, a witness marker shall be
set. In most cases, this will be the extension of the lot line to a tack in lead in the
curb. The relationship between the witness monuments and their respective
corners shall be shown or described on the face of the plat or survey of record, e.g.,
"Tacks in lead on the extension of the lot side lines have been set in the curbs on
the extension of said line with the curb." In all other cases the corner shall meet the
requirements of section 1-11.2(1) herein.
All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of
section 1 I1 �/�\ n If the monument + A .-F; F l + F
sec io � �-1 �.242111 herein. �� � mo �ument galls with in a paveu poi Lioi� o� a right ol
way or other area, the monument shall be set below the ground surface and
contained within a lidded case kept separate from the monument and flush with the
pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature (PC), points
of tangency (PT), street intersections, center points of cul de sacs shall be set. If
the point of intersection, PI, for the tangents of a curve fall within the paved portion
of the right of way, a monument can be set at the PI instead of the PC and PT of the
curve.
For all non corner monuments set while under contract to the City of Renton or as
part of a City of Renton approved subdivision of property, a City of Renton
Monument Card (furnished by the city) identifying the monument; point of
intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth
corner, Plat monument, street intersection, etc., complete with a description of the
monument, a minimum of two reference points and NAD 83/91 coordinates and
NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch
diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc.
and permanently marked or tagged with the surveyor's identification number. The
specific nature of the marker used can be determined by the surveyor at the time of
installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton
Standard Plans page H031 and permanently marked or tagged with the surveyor's
identification number.
SPECIAL PROVISIONS 37 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of section 9-22 and City of Renton Standard
Plans page H031.
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the
construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any
trees abutting or adjacent to the limits of clearing and grubbing are damaged and require
removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to
remain within the clearing and grubbing limits shall be left undamaged by the
Contractor's operations. Any flagged trees which are damaged shall be replaced in kind
at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod,
rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be
protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation
equipment, trees, shrubs, curbing, ornamental plants, and any other decorative
landscaping materials within the construction limits that they wish to save. The
Contractor shall give property owners 10 days' written notice prior to removing
landscaping materials. All landscaping materials that remain in the construction limits
after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications, these Special Provisions,
and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work
described herein and shown in the Plans, including removing trees and shrubbery where
shown in the Plans and directed by the Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows:
Item 1." Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul
broken-up pieces to some off-project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be
opened to traffic before pavement patching has been completed, temporary mix
SPECIAL PROVISIONS 38 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
asphalt concrete patch shall be required. Temporary patching shall be placed to a
minimum depth of 2 inches immediately after backfilling and compaction are
complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall
be used at the discretion of the Engineer.
Section 2-02.4 replaces the existing vacant section:
2-02.4 Measurement
Sawcutting existing cement and asphalt concrete pavements shall be measured by the
linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured
for separate payment, but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting", per Lineal Foot.
"Remove Sidewalk", per Square Yard.
"Remove Curb and Gutter", per Lineal Foot.
"Cold Mix", per Ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing " per
All costs related to the removal and disposal of structures and obstructions including saw
cutting, excavation, backfilling and temporary asphalt shall be considered incidental to
and included in other items unless designated as specific bid items in the proposal. If
pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as
separate pay items, their removal will be paid F or as p art of th e quantity removed
in
i
excavation. If they are mentioned as a separate item in the proposal, they will be
measured and paid for as provided under Section 2-02.5, and will not be included in the
quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the
limits shown on the plans. Suitable excavated material shall be used for embankments,
while surplus excavated material or unsuitable material shall be disposed of by the
Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any
changes to the proposed work as directed by the Engineer that would alter these
quantities shall be calculated by the Engineer and submitted to the Contractor for his
review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered
by the Engineer, shall not be paid for. All work and material required to return these
areas to their original conditions, as directed by the Engineer, shall be provided by the
Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the
grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during
the placement and the compaction of the final layer. In cut sections, fine grading shall
begin within the final six (6) inches of cut. Final grading shall produce a surface which is
smooth and even, without abrupt changes in grade.
SPECIAL PROVISIONS 39 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Excavation for curbs and gutters shall be accomplished by cutting accurately to the
cross sections, grades and elevations shown. Care shall be taken not to excavate below
the specified grades. The contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash and other debris until final acceptance of the
Work.
Following removal of topsoil or excavation to grade and before placement of fills or base
course, the subgrade under the roadway shall be proofrolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free
from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care
shall be taken to place excavated material at the optimum moisture content to achieve
the specified compaction. Any native material used for fill shall be free of organics and
debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from
becoming saturated with water. The measures may include sloping to drain, compacting
the native materials, and diverting runoff away from the materials. If the Contractor fails
to take such preventative measures, any costs or delay related to drying the materials
shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to
dry the materials, to the optimum moisture content. If sufficient acceptable native soils
are not available to compete construction of the roadway e. bankment, Gravel Borrow
shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply
as though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to
complete construction of the roadway embankment, Gravel Borrow meeting the
requirements of Section 9-03.14 of the Standard Specifications shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable
foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck
in the hauling vehicle at the point of loading. The contractor shall provide truck tickets
for each load removed. Each ticket shall have the truck number, time and date, and be
approved by the engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows:
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved.Payment will be
made for the following bid items when they are included in the Proposal:
"Roadway Excavation Including Haul," Per Cubic Yard
"Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
"Gravel Borrow Including Haul," Per Ton
When the Engineer orders excavation below subgrade, unit contract prices for roadway
excavation and haul shall apply, unless the work and/or equipment to perform the work
differs materially from the excavation above subgrade, then payment will be in
i
SPECIAL PROVISIONS 40 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
+r
accordance with the item "Unsuitable Foundation Excavation Including Haul. In this
case, all items of work other than roadway excavation shall be paid at unit contract
prices.
The unit contract price per cubic yard for "Roadway Excavation Including Haul' shall be
full pay for excavating, loading, placing, or otherwise disposing of the material.
The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including
Haul" shall be full pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered
incidental to and included in the unit price of other units of work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as
incidental to the construction and all costs thereof shall be included in the appropriate
unit or lump sum contract bid prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials
such as peat, muck, swampy or unsuitable materials including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project
limits shall be included in the unit contract price for structure excavation, Class
A or B.
The third paragraph is replaced with:
If the contract includes structure excavation, Class A or B, including haul, the
unit contract price shall include all costs for loading and hauling the material the
full required distance, otherwise all such disposal costs shall be considered
incidental to the work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
SPECIAL PROVISIONS 41 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer,
sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place
determined by the neat lines required by the Plans or by the ton as measured in
conformance with section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving within the limits of structure
excavation will be at the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the
plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will
apply. But if the Contractor excavates deeper than the plans or Engineer requires, the
Contracting Agency will not pay for material removed from below the required elevations.
In this case, the Contractor, at no expense to the Contracting Agency, shall replace such
material with concrete or other material the Engineer approves. The unit contract price
per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor,
materials, tools, equipment, and pumping, or shall be included in the unit bid price of
other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not
fisted as pay item Is in the contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill,
compaction, and other work required when extra excavation is used in lieu of
constructing shoring. If select backfill material is required for backfilling within the limits
of the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense. Any excavation or backfill material being paid
by unit price shall be calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and
the nature of the excavation is such that shoring or extra excavation is required as
determined by the Engineer, then shoring or extra excavation shall be considered
incidental to the work involved and no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per Ton. ,
"Controlled Density Fill", per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the
satisfaction of the Engineer that such per ton backfill is only being used for the specified
purpose and not for purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its designated purpose shall be
grounds for the Engineer to deny payment for such load tickets.
5-04 ASPHALT CONCRETE PAVEMENT
..
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
r
SPECIAL PROVISIONS 42 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
1. Nonstatistical HMA Evaluation. The contractor shall submit a
certification that the mix design submitted meets the requirements of Sections
9-03.8(2) and 9-03.8(6). The contractor must submit the mix design using DOT
Form 350-042 EF. Verification of the mix design by the Contracting Agency is
not needed. The Project Engineer will determine anti-strip requirements for the
HMA.
The mix design will be the initial job mix formula (JMF) for the class of
mix. Any additional adjustments to the JMF will require the approval of the
Project Engineer and may be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA
Commercial evaluation will be used for Commercial HMA and for other classes
of HMA in the following applications: sidewalks, road approaches, ditches;
slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural
applications as approved by the Project Engineer. Sampling and testing of HMA
accepted by commercial evaluation will be at the option of the Engineer. The
proposal quantity of HMA that is accepted by commercial evaluation will be
excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed
based on Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor "f"
All aggregate passing: 1 '/2", 1", 3/",
'/2", 3/8" and No. 4 sieves 2
All aggregate passing No. 8, No 16,
No. 30, No. 50, No. 100 3
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class
of HMA and for the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under
Nonstatisical Evaluation and having all constituents falling within the
SPECIAL PROVISIONS 43 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to
determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00.
When less than three sublots exist, backup samples of the existing
sublots or samples from the street shall be tested to provide a minimum of
three sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under
Commercial Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit
contract proce with no further evaluation. When one or more constituents
fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and
the maximum CPF shall be 1.00. When less than three sublots exist,
backup samples of the existing sublots or samples from the street shall be
tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation
when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be
determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by
60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product
of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of
the mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the composite pay factor.
5-04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with: '
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a
Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF
equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent.
The Compaction Price Adjustment will be calculated as the product of the
NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton
of the mix.
6-12.3 Construction Requirements
The rock unloading at the site will be done in such a manner as to segregate the rock by
the size ranges indicated in the preceding paragraph.
The walls shall be started by excavating a trench, not less than 6 inches or more than
one foot in depth below subgrade in excavation sections, or not less than 6 inches or
more than one foot in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and dressed to conform to
SPECIAL PROVISIONS 44 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
the elevation or slope indicated. The rock wall construction shall start as soon as
possible upon the completion of the cut or fill section.
Rock selection and placement shall be such that there will be no open voids in the
exposed face of the wall over 6 inches across in any direction. The rocks shall be
placed and keyed together with a minimum of voids. Particular attention shall be given
to the placing and keying together of the final course of all rockeries. The final course
shall have a continuous appearance and be placed to minimize erosion of the backfill
material. The larger rocks shall be placed at the base of the rockery so that the wall will
be stable and have a stable appearance. The rocks shall be carefully placed by
mechanical equipment and in a manner such that the longitudinal axis if the rock shall be
at right angles or perpendicular to the rockery face. The rocks shall have all inclining
faces sloping to the back of the rockery. Each row of rocks will be seated as tightly and
evenly as possible on the rock below in such a manner that there will be no movement
between the two. After setting a course of rock, all voids between the rocks shall be
chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 inch
square probe.
6-12.3(1) Rockery Backfill
The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming
to section 9-03.9(3). This material will be placed to an 8 inch minimum thickness
between the entire wall and the cut or fill material. The backfill material will be
placed in lifts to an elevation approximately 6 inches below the course of rocks
placed. The backfill will be placed after each course of rocks. Any backfill material
on the bearing surface of the rock course will be removed before setting the next
course.
6=12.3(2) Drain. Pipe
A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the
rockeries as shown in the standard plans, and connected to the storm drainage
system where shown.
6-12.3(3) Rejection Of Material
The inspector will have the authority to reject any defective material and to suspend
any work that is being improperly done, subject to the final decision of the engineer.
All rejected material will be removed from the construction site and any rejected
work shall be repaired or replaced at no additional cost to the Owner.
6-12.4 Measurement
Measurement of the finished rock wall for payment will be made from the footing grade
to the top of the wall and rounded to the nearest square yard.
6-12.5 Payment
Payment will be made under the item "rock retaining wall", per square yard.
The unit price per square yard shall be full compensation for the rockery/rock retaining
wall in place and shall include all work, materials, and equipment required to complete
the installation, including drainage pipe and all other items.
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt
Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc
coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl
SPECIAL PROVISIONS 45 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless
the Plans specify the type to be used.
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric
seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain
pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing.
The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as
described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the
option of the Contractor unless otherwise specified in the Plans. The bell shall be laid
upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on,
screw-on, or wraparound coupling bands, as recommended by the manufacturer of the
tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the contract does not include "structure excavation Class B" or "Structure
excavation Class B including haul" as a pay item all costs associated with these items
shall be included in other contract-pay items.
7-V2 ^+VLV,ERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert
pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated
(galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron
or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and
9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section
7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of storm
sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt
Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy
as specified in Sections 9-05.4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their
authorized representative, stating the specifications to which the materials or products
were manufactured. The Contractor shall provide 2 copies of these certifications to the
Engineer for approval. Certificates showing nonconformance with the Contract shall be
sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials
and products, and such action by Engineer will not relieve Contractor of his/her
SPECIAL PROVISIONS 46 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
responsibility to perform field tests and to replace or repair faulty materials, equipment,
and/or workmanship and Contractor's own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation
measured along the invert and will include the length through elbows, tees, and fittings.
The number of linear feet will be measured from the center of manhole or from the
center of catch basin to center of catch basins and similar type structures.
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified
shall be full pay for all work to complete the installation, including adjustment of inverts to
manholes. When no bid item "gravel backfill for pipe bedding" is included in the
Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered
incidental to the pipe and no additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to
and included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices
for storm sewer pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for
"Removal of Structure and vbstr uctioi". "vo separate payment will be made.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved
equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing
manholes, catch basins, or inlets shall be adjusted to the grade as staked or
otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and
grate shall first be removed and thoroughly cleaned for reinstalling at the new
elevation. From that point, the existing structure shall be raised or lowered to the
required elevation.
The Contractor shall construct manholes so as to provide adjustment space for
setting cover and casting to a finished grade as shown on the construction plans,
Manhole ring and covers shall be adjusted to the finished elevations per standard
detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in
unimproved areas shall be adjusted to 6" above grade.
SPECIAL PROVISIONS 47 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
In unpaved streets: Manholes, catch basins and similar structures in areas to be
surfaced with crushed rock or gravel shall be constructed to a point approximately
eight inches below the subgrade and covered with a temporary wood cover.
Existing manholes shall be cut off and covered in a similar manner. The contractor
shall carefully reference each manhole so that they may be easily found upon
completion of the street work. After placing the gravel or crushed stone surfacing,
the manholes and manhole castings shall be constructed to the finished grade of
the roadway surface. Excavation necessary for bringing manholes to grade shall
center about the manhole and be held to the minimum area necessary. At the
completion of the manhole adjustment, the void around the manhole shall be
backfilled with materials which result in the section required on the typical roadway
section, and be thoroughly compacted.
In cement concrete pavement: Manholes, catch basins and similar structures shall
be constructed and adjusted in the same manner as outlined above except that the
final adjustment shall be made and cast iron frame be set after forms have been
placed and checked. In placing the concrete pavement, extreme care shall be
taken not to alter the position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is
completed, at which time the center of each manhole shall be carefully relocated
from references previously established by the contractor. The pavement shall be cut
in a restricted area and base material be removed to permit removal of the cover.
The manhole shall then be brought to proper grade utilizing the same methods of
construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete
pavement lei It shaii be cut and removed I loved to a neat circle, the diameter of which shall be
equal to the outside diameter of the cast iron frame plus two feet. The base
materials and crushed rock shall be removed and Class 3000 or Commercial
Portland Cement Concrete shall be placed so that the entire volume of the
excavation is replaced up to within but not to exceed 2 inches of the finished
pavement surface. On the day following placement of the concrete, the edge of the
asphalt concrete pavement, and the outer edge of the casting shall be painted with
hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted
with hand tampers and a patching roller. The complete patch shall match the
existing paved surface for texture, density, and uniformity of grade. The joint
between the patch and the existing pavement shall then be carefully painted with
hot asphalt cement or asphalt emulsion and shall be immediately covered with dry
paving sand before the asphalt cement solidifies. The inside throat of the manhole
shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and
old inlets to be adjusted to grade will be established from the forms or adjacent
pavement surfaces. The final adjustment of the top of the inlet will be performed in
similar manner to the above for manholes. On asphalt concrete paving projects
using curb and gutter section, that portion of the cast iron frame not embedded in
the gutter section shall be solidly embedded in concrete also. The concrete shall
extend a minimum of six inches beyond the edge of the casting and shall be left 2
inches below the top of the frame so that the wearing course of asphalt concrete
pavement will butt the cast iron frame. The existing concrete pavement and edge of
the casting shall be painted with hot asphalt cement. Adjustments in the inlet
structure shall be constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings
shall be adjusted to grade in the same manner as for manholes.
SPECIAL PROVISIONS 48 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�r
Valve box castings: Adjustments of valve box castings shall be made in the same
manner as for manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2) is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be
broken down to a depth of at least 4 feet below the revised surface elevation, all
connections plugged, the manhole base shall be fractured to prevent standing
water, and the manhole filled with sand and compacted to 90 percent density as
specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of
the manhole may be mixed with the sand subject to the approval of the Engineer.
The ring and cover shall be salvaged and all other surplus material disposed of.
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) is supplemented by adding the following:
Where shown on the plans, new drain pipes shall be connected to existing line,
catch basin, curb inlets and/or manholes. The contractor shall be required to core
drill into the structure, shape the new pipe to fit and regrout the opening in a
workmanlike manner. Where directed by the engineer or where shown on the
plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings
shall be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be
cleaned. Repaired, and rechanneled as necessary to match the new pipe
configuration and as shown on the construction plans.
A "connection to existing" item will be allowed at any connection of a new line to an
existing structure, or the connection of a new structure to a existing line. No
"connection to existing" will be accepted at the location of new installation,
relocation and adjustment of line manholes, catch basins or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the
Contractor's operations shall be repaired or replaced at his own expense.
The unit bid price per each shall be full compensation for all labor, materials and
equipment required.
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following
coating system specifications shall be used for coating (sealing) all interior concrete
surfaces of sanitary sewer manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any
case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils
DFT)
Color: White
aw
SPECIAL PROVISIONS 49 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment
purposes will be the distance from finished rim elevation to the invert of the lowest outlet
pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be
considered incidental to the unit contract price of the new item and no further
compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be
measured by "Adjust Existing ," per each, which shall be full pay for all labor and
materials including all concrete for the completed adjustment in accordance with Section
7-05.3(1) and the City of Renton Standard Details.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs
necessary to make the adjustment including restoration of adjacent areas in a manner
acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is
included ire the schedule of prices then the work will be considered incidental and its most
should be included in the cost of the pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel
consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and
6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be
required. Hand compaction shall be accomplished by using a suitable tamping
tool to firmly tamp bedding material under the haunches of the pipe. Care shall
be taken to avoid displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further
compensation shall be made.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-
05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices.
SPECIAL PROVISIONS 50 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�r
The Contractor shall transfer line and grade into the trench where they shall be
carried by means of a laser beam using 50 foot minimum intervals for grade
staking. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying — General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe, or by looking for ponding of 1/2" or less,
which indicates a satisfactory condition. At manholes, when the downstream
pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)
flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage,
impact shocks, and free fall. All pipe handling equipment shall be acceptable to
the ENGINEER. Pipe shall not be placed directly on rough ground but shall be
supported in a manner which will protect the pipe against injury whenever
stored at the trench site or elsewhere. No pipe shall be installed where the
lining or coating show defects that may be harmful as determined by the
ENGINEER. Such damaged lining or coating shall be repaired, or a new
undamaged pipe shall be furnished and installed.
The CONTRACTOR shall inspect each pipe and fitting prior to installation to
insure that there are not damaged portions of the pipe. Any defective,
damaged or unsound pipe shall be repaired or replaced. All foreign matter or
dirt shall be removed from the interior of the-pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in
the pipe line shall be closed with water tight expandable type sewer plugs at
the end of each day's operation or whenever the pipe openings are left
unattended. The use of burlap, wood, or other similar temporary plugs will not
be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or
other causes, the ENGINEER may change the alignment and/or the grades.
Except for short runs which may be permitted by the ENGINEER, pipes shall
be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill
grade shall be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes
in alignment and at uniform grade between changes in grade. For concrete
pipes with elliptical reinforcement, the pipe shall be placed with the minor axis
of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall
be checked with a feeler gage as approved by the pipe manufacturer to verify
proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and
damaging the pipe or joint system. Any damaged pipe shall be replaced by the
Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing
pre-manufactured tee connectors or pipe sections approved by the Engineer.
SPECIAL PROVISIONS 51 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
Any other method or materials proposed for use in making connections shall be
subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to
existing mains shall be made through a cast iron saddle secured to the sewer
main with stainless steel bands. When the existing main is constructed of
vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing
main shall be core drilled.
Connections (unless booted connections have been provided for) to existing
concrete manholes shall be core-drilled, and shall have an "O" ring rubber
gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-
Manville Asbestos-Cement collar, or use a conical type flexible seal equal to
kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as
approved by the Engineer.
Section 7-08.3(2)J is an added new section:
7-08.3(2)J Placing PVC Pipe
In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid
beginning at the lower end, with the bell end upgrade. Pea gravel will be used
as the bedding material and extend from 6" below the bottom of the pipe to 6"
above the top of the pipe. When it is necessary to connect to a structure with a
mudded joint a rubber gasketed concrete adapter-collar will be used at the
point of connection.
7-08.4 Measurement
t he first paragraph Of Section 7-08.4 IS revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for
foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or
by the TON.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid
items that are included in the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton.
All costs associated with furnishing and installing bedding and backfill material within the
pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be
included in the unit contract price for the type and size of pipe installed.
"Plugging Existing Pipe", per each.
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation,
dewatering and backfilling shall be incidental to pipe installation and no further
compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in
the unit contract price per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the contract, then it shall be incidental.
7-12 VALVES FOR WATER MAINS
SPECIAL PROVISIONS 52 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
rs
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1) has been revised as follows:
Where required, a valve marker post shall be furnished and installed with each
valve. Valve marker posts shall be placed at the edge of the right-of-way opposite
the valve and be set with 18 inches of the post exposed above grade.
The rest of this section is deleted.
Section 7-12.3(2) is a new section:
7-12.3(2) Adjust Existing Valve Box to Grade
Valve boxes shall be adjusted to grade in the same manner as for manholes, as
detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall
include, but not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades.
The final installation shall be made in accordance with the applicable portions of
Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the
Contractor shall use whatever means necessary to remove such debris, leaving the
valve installation in a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-
half inch (1/2") below finished grade.
7'12.1 measuremenT
Section 7-12.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a
separate pay item in the Contract; if not a separate pay item but required to complete the
work, then value box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly
and will not be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is replaced with the following:
"Gate Valve from 4 inch to 10 inch in diameter and Valve Box," per each.
The unit contract price per each for the valve of the specified size, shall be full pay for all
labor, equipment and material to furnish and install the valve complete in place on the
water main, including trenching, jointing, blocking of valve, painting, disinfecting,
hydrostatic testing, cast-iron valve box and extensions as required, valve nut extensions,
adjustment to final grade.
"12 inch Gate Valve and Concrete Vault," per each.
The unit contract price per each for the 12" gate valve assembly, shall be full pay for all
labor, equipment and material to furnish and install the valve complete in place on the
water main, including trenching, jointing, blocking of valve, by-pass assembly, cast-iron
casting and cover, ladder rung, concrete risers as required, adjustment to final grade.
"16 inch and larger Butterfly Valve and Concrete Vault," per each.
The unit contract price per each for the 16" and larger butterfly valve assembly, shall be
full pay for all labor, equipment and material to furnish and install the valve complete in
place on the water main, including trenching, jointing, blocking of valve, painting,
disinfecting, hydrostatic testing, concrete vault, cast-iron casting and cover, ladder,
concrete risers as required, adjustment to final grade.
SPECIAL PROVISIONS 53 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�r
"Blow-off assembly," per each.
The unit contract price per each for each blow-off assembly shall be for all, labor,
equipment and material to complete the installation of the assembly per the City of
Renton Water Standard Detail, latest revision.
"Air-Release/Air-Vacuum Valve Assembly," per each.
The unit contract price per for air-release/air-vacuum valve assembly shall be for all,
labor, equipment and material to complete the installation of the assembly including but
not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and
appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at
location shown on the plans, and per City of Renton Standard Detail, latest revision.
"Adjust Existing Valve Box to Grade (RC)," per each.
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full
compensation for all labor, material, tools and equipment necessary to satisfactorily
complete the work as defined in the Contract Documents, including all incidental work. If
not included as a separate pay item in the Contract, but required to complete other work
in the Contract, then adjustment of valve boxes shall be considered incidental to other
items of work and no further compensation shall be made.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe used for sanitary sewers may be:
Rigid Thermoplastic
Concrete
PVC (Polyvinyl Chloride)
Ductile Iron
All sanitary sewer pipe shall have flexible gsketed joints unless otherwise specified.
It is not intended that materials listed are to be considered equal or generally
interchangeable for all applications. The Engineer shall determine from the materials
listed those suitable for the project, and shall so specify in the specifications or plans.
Materials shall meet the requirements of the following sections.
Plain Concrete Storm Sewer Pipe 9-05.7(1)
Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1)
Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
Ductile Iron Sewer Pipe 9-05.13
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible
and permanent under normal conditions of handling and storage.
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole
downstream of the connection. It shall be the contractor's responsibility to maintain
this screen or trap until the new system is placed in service and then to remove it.
Any construction debris which enter the existing downstream system, shall be
removed by the contractor at his expense, and to the satisfaction of the Engineer.
SPECIAL PROVISIONS 54 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
When the first manhole is set, it's outlet shall be plugged until acceptance by the
Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the contractor shall submit
To the Engineer the written reports of the inspection plus the video tapes. Said
video tapes are to be in color and compatible with the City's viewing and
recording systems. The City system accepts 1/2" wide high density VHS Tapes.
The tapes will be run at standard speed SP (1 5/16 I.P.S.).
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the
cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the
Ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid
items that are included in the proposal:
"Plain Conc. Sewer Pipe_ In. Diam.", per linear foot.
"Cl. Reinf. Conc. Sewer Pipe_ In. Diam.", per linear foot.
`PVC Sanitary Sewer Pipe In. Diam.'", per linear foot.
"Ductile Iron Sewer Pipe In. Diam.", per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall
be full pay for furnishing, hauling, and assembling in place the completed installation
including all wyes, tees, special fittings, joint materials, bedding material, and adjustment
of inverts to manholes for the completion of the installation to the required lines and
grades.
"Testing Sewer Pipe", per linear foot.
The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all
labor, material and equipment required to conduct the leakage tests required in
Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be
considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material", per cubic yard.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable
Material" shall be full pay for all work to remove unsuitable material and replace and
compact suitable material as specified in Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton.
The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench Backfill
Sewer" shall be full pay for all work to furnish, place, and compact material in the trench.
"Television Inspection", per Lump Sum.
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
ew
SPECIAL PROVISIONS 55 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
w
Payment will be made for each of the following bid items that are included in the
proposal:
"Raised Pavement Marker Type 1", per each.
"Raised Pavement Marker Type 2", per each.
"Raised Pavement Marker Type 3- In.", per each.
"Recessed Pavement Marker", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised
Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and
"Recessed Pavement Marker"shall be full pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance with these
Specifications including all cost involved with traffic control unless traffic control is listed
in the contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in
accordance with the Standard Plans and these Specifications, in conformity with the
lines and locations shown in the Plans or as staked by the Engineer or by the Contractor
supplied surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied
surveyor.
When existing monuments will be impacted by a project, the Contractor shall be
responsible for assuring that a registered surveyor references the existing monuments
prior to construction. After construction is complete, the monuments shall be re-
established by the surveyor in accordance with RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by contruction shall
be considered incidental to the contract unless specifically called out to be paid as a bid
item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless
included as a pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(3) Placing and Finishing Concrete
Section 8-14.3(3) is supplemented by adding the following:
On newly placed sidewalk ramps, the detectable warning pattern shall be achieved
by a cast-in-place material and installed before the concrete has cured. The
SPECIAL PROVISIONS 56 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
r
material and methods of detectable warning pattern placement is subject to the
engineers approval.
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not
be used on sidewalks. The curing agent shall be applied immediately after brushing
and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the
event of rain or other unsuitable weather. During the curing period, all traffic, both
pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for
such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise
protecting the newly placed concrete to prevent damage. Damaged, vandalized,
discolored, stained, or unsightly concrete shall be removed and replaced at the
expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Ramp; Cement Concrete," the per each
measurement shall include all costs for the complete installation per the plans and
staff lard detail's inicludii g expansion joint material, curb and gutter al'iu r ampeu sidevvalk
section. Sawcutting, removal and disposal of excavated materials including existing
pavement and sidewalk, crushed surfacing base materials and all other work, materials
and equipment required per Section 8-14 shall be included in the per each price for
"Curb Ramp, Cement Concrete" unless any of these other items are listed and specified
to be paid as separate pay items.
If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the
plans call for such installation, then quantities shall be measured with and paid for under
the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps
are to be constructed of asphalt concrete, the payment shall be included in the pay item
for"Miscellaneous and/or Driveway Asphalt Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but
necessary before the sidewalk can be placed, when and if shown in the Plans, will be
made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall
make all excavations including haul and disposal, regardless of the depth required for
constructing the sidewalk to the lines and grades shown, and shall include all costs
thereof in the unit contract price per square yard for "Cement Conc. Sidewalk" and the
per each contract price for"Curb Ramp, Cement Concrete."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
SPECIAL PROVISIONS 57 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
8-20.3(2) Excavating and Backfilling
Section 8-20.3(2) has been supplemented by adding the following:
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4, 2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City
streets disturbed by installation of utilities and other construction activities. Any public or
private utilities, general contractors, or others permitted to work in the public right-of-way
will adhere to the procedures set forth in this policy.
SECTION 2 DEFINITIONS
Engineer: The term engineer shall denote the City project manager, inspector and/or
plan reviewer, or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as
directed by the Traffic Control Plan requirements and as approved by the Traffic
Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation
work within the paved portion of any City of Renton right-of-way.
�. iviouiil%atloiiS or exemptions w L these JLClnUQIUJ may uc aiiu vrizeu y Li is
Planning/Building/Public Works Administrator, or authorized representative,
upon written request by the permittee, their contractor or engineer and
demonstration of an equivalent alternative.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width (edge-of-pavement to
edge-of-pavement) overlay is required due to changes in the permit conditions such as,
but not limited to the following:
1. There has been damage to the existing asphalt surface due to the
contractor's equipment.
2. The trench width was increased significantly or the existing pavement is
undermined or damaged.
3. Any other construction related activities that require additional pavement
restoration.
SECTION 6 CITY OF RENTON STANDARDS
1. All materials and workmanship shall be in accordance with the City of Renton
Standard and Supplemental Specifications (current adopted version) except
where otherwise noted in these Standards. Materials and workmanship are
required to be in conformance with standards for the Standard Specifications
for Road, Bridge, and Municipal Construction prepared by the Washington
State Chapter of the American Public Works Association (APWA) and the
Washington State Department of Transportation (WSDOT) and shall comply
with the most current edition, as modified by the City of Renton Supplemental
Specifications.
An asphalt paver shall be used in accordance with Section 5-04.3(3) of
Standard Specifications. A "Layton Box" or equal may be used in place
of the power-propelled paver. Rollers shall be used in accordance with
Section 5-04.3(4) of the Standard Specifications. "Plate Compactors"
and "Jumping Jacks" SHALL NOT be used in lieu of rollers.
SPECIAL PROVISIONS 58 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
�r
2. Trench backfill and resurfacing shall be as shown in the City of Renton
Standard Details, unless modified by the City Permit. Surfacing depths
shown in the Standard Details are minimums and may be increased by the
Engineer to meet traffic loads or site conditions.
SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY, OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or
grinding shall be a minimum of one foot (1') outside the trench width. The top two inches
(2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the
actual outside edges of the trench and shall be replaced with two inches (2") of Class B
asphalt, per City of Renton Standards. At the discretion of the engineer, a full street
width overlay may be required.
Lane-width or a full street-width overlay will be determined based upon the location and
length of the proposed trench within the roadway cross-section. Changes in field
conditions may warrant implementation of additional overlay requirements.
1. Trenches (Road Crossings):
a The minimum width of a transverse patch (road crossing) shall be six and
one-half feet (6.5'). See City of Renton Standard Plan Drawing #HR —23
(SP Page: H032A).
b Any affected lane will be ground down two inches (2") and paved for the
entire width of the lane.
c Patch shall be a minimum of one foot (1') beyond the excavation and
patch length shall be a minimum of an entire traveled lane.
d If the outside of the trenching is within three feet (3') of any adjacent lane
line, the entire adjacent traveled lane affected will be repaved
e Aiii area ii including ti ie trench iCi i and Gi ie fGGt (i') Gi i each i Side of the trench enii i
but not less than six and one half feet (6.5') total for the entire width of the
affected traveled lanes will be ground down to a depth of two inches (2").
A two-inch (2") overlay of Class B asphalt will be applied per City
standards.
2. Trenches Running Parallel With the Street:
a The minimum width of a longitudinal patch shall be four and one-half feet
(45). See City of Renton Standard Plan Drawing #HR-05 (SP Page
H032).
b If the trenching is within a single traveled lane, an entire lane-width
overlay will be required.
c If the outside of the trenching is within three feet (3') of any adjacent lane
line, the entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30% of lane per block (660-
foot maximum block length), or if the total patches exceed 12 per block,
then the lanes affected will be overlaid. Minimum overlay shall include all
patches within the block section.
e The entire traveled lane width for the length of the trench and an
additional ten feet (10') at each end of the trench will be ground down to a
depth of two inches (2"). A two-inch (2") overlay of Class B will be applied
per City standards.
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement
restoration. Potholing shall be a minimum of one foot (1') beyond the
excavation. All affected lanes will be ground down to a depth of two inches
(2") and paved not less than six and one half feet (65) wide for the entire
width of the lane. Potholes greater than five feet (5') in length, width or
diameter shall be restored to trench restoration standards. In all cases,
.. potholes shall be repaired per Renton Standard Plan # HR05 (SP Page
H032). Restoration requirements utilizing vactor equipment will be
determined by the engineer.
r
SPECIAL PROVISIONS 59 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement area instead of
grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet
or exceed the existing pavement depth will be required for the area of pavement
removal.
SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1. Trench restoration shall be either by a patch or overlay method, as required
and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22
(SP Pages #H032, H032A, and H033).
2. All trench and pavement cuts, which will not be overlaid, shall be made by
sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the
excavated trench width.
3. All trenching within the top four feet (4') shall be backfilled with crushed
surfacing materials conforming to Section 4-04 of the Standard
Specifications. Any trenching over four feet (4') in depth may use materials
approved by the Engineer or Materials Lab for backfilling below the four-foot
(4') depth. If the existing material (or other material) is determined by the
Engineer to be suitable for backfill, the contractor may use the native
material, except that the top six inches (6") shall be crushed surfacing top
course material. The trench shall be compacted to a minimum ninety-five
percent (95%) density, as described in Section 2-03 of the Standard
Specifications. In the top six feet (6) of any trench, backfill compaction shall
be performed in eight to 12-inch (8-12") lifts. Any trench deeper than six feet
(6) may be compacted in 24-inch lifts, up to the top six-foot (6) zone.
All Oompa%tioni siiaii be pei�ior i i ieu by i i ieciiaa icai i i e"Ll ious. Ti III
compaction
ipactivi i
tests may be performed in maximum four-foot (4') vertical increments. The
test results shall be given to the Engineer for review and approval prior to
paving. The number and location of tests required shall be determined by the
Engineer.
4. Temporary restoration of trenches for overnight use shall be accomplished by
using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as
approved by the Engineer. ATB used for temporary restoration may be
dumped directly into the trench, bladed out and rolled. After rolling, the
trench must be filled flush with asphalt to provide a smooth riding surface. If
the temporary restoration does not hold up, the Contractor shall repair the
patch within eight hours of being notified of the problem by the City. This
requirement applies 24 hours per day, seven days a week. In the event that
the City determines to repair the temporary patch, the contractor shall
reimburse the City in an amount that is double the City's cost in repairing the
patch, with the second half of the reimbursement to represent City overhead
and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth
as required and indicated on City of Renton Standard Plans #HR-05, HR-23,
and HR-22 (SP Pages#H032, H032A, and H033) or as directed by the
Engineer. The grade of asphalt shall be AR-4000W. The materials shall be
made in conformance with Section 9-02.1(4) of the Standard Specifications.
6. Tack coat shall be applied to the existing pavement at edge of saw cuts and
shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of
the Standard Specifications. Tack shall be applied as specified in Section 5-
04 of the Standard Specifications.
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with
Section 5-04 of the Standard Specifications; except those longitudinal joints
between successive layers of asphalt concrete shall be displaced laterally a
minimum of twelve inches (12"), unless otherwise approved by the Engineer.
Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the
Standard Specifications.
s
SPECIAL PROVISIONS 60 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
All street surfaces, walks or driveways within the street trenching areas shall
be feathered and shimmed to an extent that provides a smooth-riding
connection and expeditious drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth
below four inches (4") for storm water flow. The Engineer may require
additional grinding to increase the curb depth available for storm water flow in
areas that are inadequate. Shimming and feathering, as required by the
Engineer, shall be accomplished by raking out the oversized aggregates from
the Class B mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13) of the Standard
Specifications. The paving shall be corrected by removal and repaving of the
trench only. Asphalt patch depths will vary based upon the streets being
trenched. The actual depths of asphalt and the work to be performed shall be
as required and indicated on City of Renton Standard Plans #HR-05, HR-23,
and HR-22 (SP Pages#H032, H032A, and H033).
Compaction of all lifts of asphalt shall be a minimum ninety-two percent
(92%) of density as determined by WSDOT Test Method 705. The number of
tests required shall be determined by the Engineer.
Testing shall be performed by an independent testing lab with the results
being supplied to the Engineer. Testing is not intended to relieve the
contractor from any liability for the trench restoration. It is intended to show
the inspector, and the City, that the restoration meets these specifications.
8. All joints shall be sealed using paving asphalt AR-4C00vv.
9. When trenching within the unpaved roadway shoulder(s), the shoulder shall
be restored to its original condition, or better.
10. The final patch or overlay shall be completed as soon as possible and shall
not exceed fifteen (15) working days after first opening the trench. This time
frame may be adjusted if delays are due to inclement paving weather or other
adverse conditions that may exist. However, delaying of final patch or
overlay work is subject to the Engineer's approval. The Engineer may deem
it necessary to complete the work within the fifteen (15) working day time
frame and not allow any time extension. Should this occur, the Contractor
shall perform the necessary work, as directed by the Engineer.
11. A City of Renton temporary Traffic Control Plan (from Renton Transportation
Engineering) shall be submitted and approved by the Engineer a minimum of
three (3) working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only
within the Downtown Core Area. The permittee shall remove the utility locate marks
within 14 days of job completion.
8-20.5 Payment
Section 8-20.5 is supplemented as follows:
The unit prices for the items listed below shall be full compensation for furnishing and
installing each item and for all labor, materials, tools, equipment and testing necessary
and/or incidental for the full and complete installation as per the contract plans, detail
sheets and these specifications.
"Trench and Backfill..........wide by........." deep, " per linear foot.
SPECIAL PROVISIONS 61 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
r
The unit contract price for (3) 'Trench and Backfill" per linear foot shall be full
compensation for excavating, loading, hauling and otherwise disposing of the waste
materials, for backfilling and compacting backfill material to specified density and for the
restoration of the trench to its pre-existing condition or as shown on the plans or as
directed by the Engineer all in accordance with the plans, specifications and detail
sheets.
"Select Trench Backfill," per ton. (4)
"Select Trench Backfill" shall consist of 5/8" minus crushed surfacing top course and the
unit per ton price shall include all costs associated with furnishing and installing the
material and loading, hauling and disposing of waste materials.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on
a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as
center line delineation on two-lane or three-lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double
yellow center stripe is used as center line delineation on multilane, two-way highways
and for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements
from through movements, to separate high occupancy vehicle lanes from general
purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall
be placed on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting
of a 9-foot line and a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot
unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the
right of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
SPECIAL PROVISIONS 62 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
.r
B-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
A manufacturer's technical representative need not be present at the initial material
installation to approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
"Approach Stripe," per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......"Wide," per linear foot.*
"Remove existing traffic markings, "per lump sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and
the lump sum contract price for "Remove existing traffic markings" shall be full
compensation for furnishing all labor, tools, material, and equipment necessary for
removal of existing traffic markings as per the plans, specifications and detail sheets. If
these pay items do not appear in the contract schedule of prices, then the removal of old
or conflicting traffic markings required to complete the channelization of the project as
shown on the plans or detail sheets shall be considered incidental to other items in the
contract and no further compensation shall be made.
4 23 TC11ADnD A DV DA\/C�IAEAIT MARKINGS
DIlIN/'`
v- %P I `1nr v����� i t�v E n I• I MAR v sS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the contract for installation or for removal of temporary
pavement markings then all costs associated with these items are considered incidental
to other items in the contract or included under "Traffic Control," if that item is included
as a bid item.
Section 8-30 is a new section with new subsections:
(******)
Section 9-00(A) is a new section:
(******)
9-00(A) Recycled Materials (RC)
The Owner encourages the use of recycled materials whenever practicable, provided
that those materials meet or exceed all applicable requirements described elsewhere in
the contract specifications. Should recycled materials be utilized, the Owner requires
that a Recycled Product Reporting Form be completed by the Contractor.
9-02 BITUMINOUS MATERIALS
Section 9-02.1(10) is a new section:
(******)
9-02.1(10) Loop Sealant(RC)
Unless specified otherwise in the contract or permitted by the Engineer upon request
from the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco
Loop Detector Sealant or approved equal), shall meet the penetration, flow and
resilience specifications of ASTM D3407.
SPECIAL PROVISIONS 63 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
The Contractor shall request and obtain approval from the Engineer for the type of loop
sealant to be used before installing detector loops and shall submit manufacturer
cutsheets or other data if requested by the Engineer in order to enable the Engineer to
determine the acceptability of the sealant.
(January 5, 2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2) is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be *** $$1$$ ***
million.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(****)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the
following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1", 3/4", 1/2", and 3/8" sieves ±6% ±8%
U.S. No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
U.S. No. 16 sieve ±4% ±6%
U.S. No. 30 sieve ±4% ±6% -.
U.S. No. 50 sieve ±4% ±6%
U.S. No. 100 sieve ±3% ±5%
U.S. No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA min. and max. as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-
06.2. The tolerance limit for aggregate shall not exceed the limits of the control points
section, except the tolerance limits for sieves designated as 100% passing will be 99-
100.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
(******)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I
and Type Il. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe
arch with metallized coating applied inside and out following welding is acceptable and
shall be asphalt treatment coated.
SPECIAL PROVISIONS 64 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
tir
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM
C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete
pipe shall be Type II in conformance with ASTM C150. No admixture shall be used
unless otherwise specified.
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented by the following:
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in
accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in
accordance with ASTM C361 or AWWA C302 except test pressure shall be 5
psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type
incorporating a fully retained single rubber gasket in accordance with ASTM C361 or
AWWA C302. Rubber gasket material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with
ASTIVI 111J6 I or nV V V VGA C3V2 except test pr essur a sl Iall be 5 psl.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a
Manufacturer's Certificate of Compliance stating that the materials furnished comply in
all respects with these Specifications. The Engineer may require additional information
or tests to be performed by the Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a
continuous helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or
galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The
size, coating, and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be
essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or
minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high
(measured as the minimum vertical distance from the outside of pipe wall immediately
adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of
the ribs shall be 11.75 inches center to center (measured normal to the direction of the
ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of
0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not
contain a lockseam, a stiffener shall be included midway between ribs, having a nominal
radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe.
Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
SPECIAL PROVISIONS 65 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or
paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of
Sections 9-05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375
inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center
to center (measured normal to the direction of the ribs). The radius of bend of the metal
at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10
percent.
Section 9-05.12(3) is a new additional section:
9-05.12(3) CPEP Sewer Pipe
CPEP - Smooth interior pipe and fittings shall be manufactured from high density
polyethylene resin which shall meet or exceed the requirements of Type 111,
Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe
shall comply with all material and stiffness requirements of AASHTO M294.
Section 9-05.14 is deleted
9-05.14 ABS Composite Sewer Pipe
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam
gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4
inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe
shall be fabricated with ends that can be effectively jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum
spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of
the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch
with an allowable tolerance of+ 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
shall be 3/4 inch ± 1/8 inch wide (measured outside to outside) and a minimum of 0.95
inch high (measured as the minimum vertical distance from the outside of pipe wall to
top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at
the corners of the ribs shall be 0.0625 inch with an allowable tolerance of± 10 percent.
9-08 PAINTS
Section 9-08.8 is a new section and subsections:
SPECIAL PROVISIONS 66 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
9-08.8 Manhole Coating System Products
9-08.8(1) Coating System Specification
The following coating system specifications shall be used for coating (sealing)
interior concrete (including the channel) surfaces of sanitary sewer manholes when
required.
Coating System Specification
A. General
1. Buried Manhole
2. Surface Color Paint System
Buried, and White C-1
exposed
concrete
surfaces.
9-08.8(2)Coating Systems
A. High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with
Preparation: SSPC SP-7 (Sweep or
brush off blast)
Application: Shop/Field The drying
time between coats
shall not exceed
24hours in any case
System 6.0 mils dry film
Thickness:
Coatings: Primer: One coat of
Wasser MC-Conseal
high solids urethane
(2.0 DFT) Finish: Two
or more coats of
Wasser MC-Conseal
(min. 4.0 DFT)
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
SPECIAL PROVISIONS 67 2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
F
APPENDIX A-WAGE RATES CITY OF RENTON
APPENDIX A
HOURLY MINIMUM WAGE RATES
.............
2006 CITYWIDE SIDEWALK PROJECT
_ CITY OF RENTON
JULY 2006
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining
whether a prefabricated item is "standard" or "non-standard". For items not
appearing on WSDOT's predetermined list, these criteria shall be used by the
Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers,
manufacturers, and fabricators) to determine coverage under RCW 39.12. The
production, in the State of Washington, of non-standard items is covered by RCW
39.12, and the production of standard items is not. The production of any item
outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered
under RCW 39.12. If not, go to question 3.
j3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW
39.12. if not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by
the supplier? If not, the work is not covered by RCW 39.12. If yes, go to
question 5.
5. Is the prefabricated item intended for the public works project typically an
inventory item which could reasonably be sold on the general market? If not,
the work is covered by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements,
finish, etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non-covered workers shall be directed to State L&I at
(360) 902-5330.
1 Su To Wage$$ $$ Supplemental Pp a Rates g
$$2$$ Page 1
WSDOT's
Predetermined List for
Suppliers - Manufacturers - Fabricators
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION YES NO
1. Manhole Ring & Cover- manhole type 1, 2, 3, and 4. X
For use with Catch Basin type 2.
The casting to meet AASHTO-M-105, class 30 gray
iron casting. See Std. Plan B-23a, B-23b,
B-23c, B-23d and B-25.
2. Frame & Grate - frame and Grate for Catch Basin type X
1, 1 L, 1 P, 2, and Concrete Inlets. Cast frame
may be grade 70-36 steel, class 30 gray cast iron or
grade 80-55-06 ductile iron. The cast grate may be
grade 70-36 steel or grade 80-55-06 ductile iron.
See Std. Plan B-1, B-1 L, B-1 P, B-2, B-2a, B-2b,
B-2c, B-2d, B-2e, B-3, and B-3a.
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X
Grate for Grate Inlets Type 1 or 2 or Drop Inlets Type 1
or 2. Angle iron frame to be cast into top of inlet.
See Std. Plan B-4b, B-4c, B-4d, B-4f, or B-4h. Frames
& Grates to be galvanized.
4. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
5. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 2
YES NO
6. Corrugated Steel Pipe - Steel lock seam corrugated X
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
7. Corrugated Aluminum Pipe -Aluminum lock seam X
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for X
mounting sign structures, luminaries and other
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
9. Aluminum Pedestrian Handrail - Pedestrian handrail X
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9-28.14(3).
10. Major Structural Steel Fabrication - Fabrication of X
major steel items such as trusses, beams, girders, etc.,
,,. for bridges.
11. Minor Structural Steel Fabrication - Fabrication of X
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description
and shop drawings.
12. Aluminum Bridge Railing Type BP- Metal bridge railing X
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9-28.14(3).
$$1$$ Supplemental To Wage Rates
$$2$$ Page 3
YES NO
13. Concrete Piling--Precast-Prestressed concrete piling for X
use as 55 and 70 ton concrete piling. Concrete to conform to
Section 9-19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6-05.3(3) of the Std. Spec.
See Std. Plans E-4 and E-4a
14. Manhole Type 1, 2, 3 and 4- Precast Manholes with risers X
and flat top slab and/or cones. See Std. Plans B-23a, B-23b,
B-23c, and B-23d.
15. Dr Yw -ell Dr Yw ell asspecified in Section 9-12.7
of the Std. Sec. See Std. Plan B-27. X
16. Catch Basin Catch Basin type 1, 1 L, 1 P, and 2, X
including risers, frames maybe cast into riser. See
Std. Plans B-1, B-1 a, B 1 b, B 1 e.
17. Precast Concrete Inlet - Concrete Inlet with risers, X
frames may be cast into risers. See Std. Plan B-26.
18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X
angles and grate. See Std. Plans B-4f and B-4h.
19. Drop Inlet Type 2 - Drop Inlet type 2 with support X
angles and grate. See Std. Plans B-4g and B-4h.
20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X
top unit with bearing angles.
21. Precast Concrete Utility Vaults - Precast Concrete X
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 4
YES NO
22. Vault Risers - For use with Valve Vaults and Utilities X
Vaults.
23. Valve Vault- For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier- Precast Concrete Barrier for X
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
25. Reinforced Earth Wall Panels - Reinforced X
Earth Wall Panels in size and shape as shown in
the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved after
facilities inspection, contact HO. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - X
tilt-up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
w
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed X
Girder- Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)c.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 5
YES NO
29. Prestressed Concrete Girder Series 4-14- X
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6-02.3(25)c.
30. Prestressed Tri Beam Girder- Prestressed Tri Bea
m X
Girders for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(25)c.
31. Prestressed Precast Hollow-Core Slab- Precast X
Prestressed Hollow-core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6-02.3(25)c.
32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed X
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(26)A.
33. Monument Case and Cover-To meet AASHTO-M-105 class X
30 gray iron casting. See Std. Plan H-7.
34. Cantilever Sign Structure- Cantilever Sign Structure X
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans G-3, G-3a, G-3b, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with AASHTO-M-111.
35. Mono-tube Sign Structures- Mono-tube Sign Bridge X
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 6
YES NO
36. Steel Sign Bridges - Steel Sign Bridges fabricated X
from steel tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans G-2, G2a, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO-M-111.
37. Steel Sign Post - Fabricated steel sign posts as detailed X
in Std. Plan G-8a, G-8b, G-8c, G-8d, G-8e, G-8f, and G-8h.
Shop drawings for approval are to beprovided prior to fabrication.
38. Light Standard-Prestressed - Spun, prestressed, hollow, X
concrete poles.
39. Light Standards- Lighting Standards for use X
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J-1 a. See Special Provisions for
pre-approved drawings.
40. Traffic Signal Standards -Traffic Signal Standards for X
use on highway and/or street signal systems. Standards
to be fabricated to conform with methods and material as
specified on Std. Plans J-7a and J-7c.
See Special Provisions for pre-approved drawings.
41. Traffic Curb, Type A or C Precast -Type A or C X
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking lots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 7
YES NO
42. Traffic Signs- Prior to approval of a Fabricator X X
of Traffic Signs, the sources of the following custom std.
materials must be submitted and approved msg msg
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: *** Fabrication
inspection required. Only signs tagged "Fabrication
Approved" by WSDOT Sign
Fabrication Inspector to be installed.
43. Cutting & bending reinforcing steel X
44. Guardrail components X X
custom standard
end
sect. sect.
45. Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
i
47. Fiber fabrics X
48. Electrical wiring/com p onents X
49. treated or untreated timber piles X
50. Girder pads (elastomeric bearing) X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 8
YES NO
51. Standard Dimension lumber X
52. Irrigation components X
53. Fencing materials X
54. Guide Posts X
55. Raised Pavement Markers X
56. Epoxy X
57. Cribbing X
58. Water distribution materials X
59. Steel "H" piles X
60. Steel pipe for concrete pile casings X
61. Steel pile tips, standard X
62. Steel pile tips, custom X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 9
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/06
METAL FABRICATION (IN SHOP)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams,Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens,Walla Walla and Whitman
Fitter 12.76 1
Welder 12.76 1
Machine Operator 12.66 1
Painter 10.20 1
Laborer 8.13 1
Counties Covered:
Benton
Welder 16.70 1
Machine Operator 10.53 1
Painter 9.76 1
Counties Covered:
Chelan
Fitter 15.04 1
Welder 12.24 1
Machine Operator 9.71 1
Painter 9.93 1
Laborer 9.10 1
Counties Covered:
Clallam, Grays Harbor, Island,Jefferson,
Lewis, Mason, Pacific, San Juan and Skagit
Fitter 15.16 1
Welder 15.16 1
Machine Operator 10.66 1
Painter 11.41 1
Laborer 11.13 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 10
1
I
METAL FABRICATION (IN SHOP) 03/03/06
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Clark
Layerout 27.16 11 6B
Fitter 26.75 1J 66
Welder 26.14 11 613
Painter 23.24 11 66
Machine Operator 20.32 11 613
Laborer 19.70 11 613
Counties Covered:
Snohomish
Fitter 15.38 1
Welder 15.38 1
Machine Operator 8.84 1
Painter 9.98 1
Laborer 9.79 1
Counties Covered:
Spokane
Fitter 12.59 1
Welder 10.80 1
Machine Operator 13.26 1
Painter 10.27 1
Laborer 7.98 1
Counties Covered:
Thurston
Layerout 25.98 1R 6T
Fitter 23.90 1R 6T
Welder 21.83 1R 6T
Machine Operator 18.72 1R 6T
Laborer 15.61 1 R 6T
Counties Covered:
W hatcom
Fitter/Welder 13.81 1
Machine Operator 13.81 1
Laborer 9.00 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 11
METAL FABRICATION (IN SHOP) 03/03/06
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Yakima
Fitter 12.00 1 -
Welder 11.32 1
Machine Operator 11.32 1
Painter 12.00 1
Laborer 10.31 1
Counties Covered:
Cowlitz
Fitter 23.65 1B 6V
Welder 23.65 1B 6V
Machine Operator 23.65 1 B 6V
Counties Covered:
Grant
Fitter 10.79 1
Welder 10.79 1
Painter 7.63 1
Counties Covered:
King
Fitter 15.86 1
Welder 15.48 1
Machine Operator 13.04 1
Painter 11.10 1
Laborer 9.78 1
Counties Covered:
Kitsap
Fitter 26.96 1
Welder 13.83 1
Machine Operator 13.83 1
Laborer 7.63 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 12
METAL FABRICATION (IN SHOP) 03/03/06
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Klickitat, Skamania and Wahkiakum
Fitter/Welder 16,99 1
Machine Operator 17.21 1
Painter 17.03 1
Laborer 10.44 1
Counties Covered:
Pierce
Fitter 15.25 1
Welder 13.98 1
Machine Operator 13.98 1
Laborer 9.88 1
t
I
I
$$1$$ Supplemental To Wage Rates
$$2$$ Page 13
w
WASHINGTON STATE PREVAILING WAGE RATES- EFFECTIVE 03/03/06
FABRICATED PRECAST CONCRETE PRODUCTS
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams,Asotin, Benton,Columbia, Douglas, Ferry,
Garfield,Grant,Lincoln, Okanogan,
Pend Oreille,Stevens,Walla Walla, and Whitman
All Classifications 9.96 1
Counties Covered:
Franklin
All Classifications 11.50 1
Counties Covered:
King
All Classifications 12.30 2K 5B
Counties Covered:
Pierce
All Classifications 9.28 1
Counties Covered:
Chelan, Kittitas, Klickitat and Skamania
All Classifications 8.61 1
Counties Covered:
Clallam,Clark,Cowlitz,Grays Harbor, Island,Jefferson,Kitsap,
Lewis,Mason, Pacific,San Juan, Skagit, Snohomish,Thurston,
Wahkiakum
All Classifications 13.50 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 14
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/06
FABRICATED PRECAST CONCRETE PRODUCTS
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
tw Counties Covered:
Spokane
All Classifications 20.23 1
Counties Covered:
Yakima
Craftsman 8.65 1
Laborer 7.63 1
Counties Covered:
Whatcom
All Classifications 13.67 1
j
t
,
$$1$$ Supplemental To Wage Rates
$$2$$ Page 15
Washington State Department of Labor and Industries
Policy Statements
(Regarding
Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries State
L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy
for administrating the provisions of WAC 296-127-018 COVERAGE AND
EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY
OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of !
covered and non-covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by
WAC 296-127-018 for the production and/or delivery of materials to a public works
contract will be found under the regular classification of work for Teamsters, Power
Equipment Operators, etc.
1
1
I
1
r
$$1$$ Supplemental To Wage Rates
$$2$$ Page 16
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT. Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC
296-127-018 to awarding agencies, contractors, subcontractors, material suppliers
and other interested parties. The information contained herein should not be
construed to cover all possible scenarios which might require the payment of
prevailing wage. The absence of a particular activity under the heading
"PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not
covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For
those cases where a production facility is set up for the specific purpose of supplying
materials to a public works construction site, prevailing wage rates for operators of
equipment such as crushers and batch plants can be found under Power Equipment
Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but
not necessarily exclusive, purpose of supplying materials for a public works
project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier,
in a permanent facility, as well as the delivery of these materials, as long as
delivery does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does
not include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 17
r
r
r
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
r
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT. Notice re WAC 296-127-018, Coverage and exemptions of workers
involved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296-127-018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
r
$$1$$ Supplemental to Wage Rates
$$2$$ 18
ow BENEFIT CODE KEY—EFFECTIVE 03-03-06
#k#t##R#rtR####R##rtf#######krt##rt##rt}##rt##trtRt#R##}4#}##}}}}rt#t#rt}##rt#fkRR#rt#######t###kR###R##tk#ttR#}#R4##t##ttR###kk###
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
s B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2)HOURS BEFORE OR AFTER A FIVE- EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR- TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
wn H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
wr
J. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
w
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
aw
BENEFIT CODE KEY-EFFECTIVE 03-03-06
-2-
1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
+.. BENEFIT CODE KEY-EFFECTIVE 03-03-06
-3-
2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
�u
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
'r O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
s WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
L AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: 'NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
+r
DAY,AND CHRISTMAS DAY(11).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
+� H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR
AFTER CHRISTMAS(10).
BENEFIT CODE KEY-EFFECTIVE 03-03-06
-4-
5. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, '
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY(11).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_
PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE(9).
i
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
am BENEFIT CODE KEY-EFFECTIVE 03-03-06
-5-
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
r FOR 250 FEET
1w
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
i
1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $33.46 IN 5D
Mlr. BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $41.17 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $40.23 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $40.07 IM 5D
CARPENTER $40.07 1M 5D
CREOSOTED MATERIAL $40.17 IM 5D
DRYWALL APPLICATOR $40.22 1 M 5D
FLOOR FINISHER $40.20 IM 5D
FLOOR LAYER $40.20 1M 5D
FLOOR SANDER $40.20 1M `JD
MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.27 1M 5D
s SAWFILER $40.20 1M 5D
SHINGLER $40.20 1M 5D
STATIONARY POWER SAW OPERATOR $40.20 1M 5D
STATIONARY WOODWORKING TOOLS $40.20 1M 5D
CEMENT MASONS
JOURNEY LEVEL $41.11 1M 5D
DIVERS&TENDERS
DIVER $83.19 1M 5D 8A
Mfr DIVER TENDER $39.51 1 M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $40.77 IT 5D 8L
ASSISTANT MATE(DECKHAND) $40.28 IT 5D 8L
r. BOATMEN $40.77 IT 5D 8L
ENGINEER WELDER $40.82 IT 5D 8L
LEVERMAN, HYDRAULIC $42.34 IT 5D 8L
MAINTENANCE $40.28 IT 5D 8L
MATES $40.77 IT 5D 8L
OILER $40.40 IT 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $40.29 1E 5P
ELECTRICIANS-INSIDE
CABLE SPLICER $50.60 1D 5A
CABLE SPLICER(TUNNEL) $54.40 1D 5A
CERTIFIED WELDER $48.88 ID 5A
CERTIFIED WELDER(TUNNEL) $52.50 1D 5A
CONSTRUCTION STOCK PERSON $26.72 ID 5A
JOURNEY LEVEL $47.15 1D 5A
' JOURNEY LEVEL(TUNNEL) $50.60 ID 5A
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $52.38 4A 5A
CERTIFIED LINE WELDER $47.88 4A 5A
GROUNDPERSON $34.87 4A 5A
HEAD GROUNDPERSON $36.75 4A 5A
Page 1
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A
JACKHAMMER OPERATOR $36.75 4A 5A
JOURNEY LEVEL LINEPERSON $47.88 4A 5A
LINE EQUIPMENT OPERATOR $40.87 4A 5A
POLE SPRAYER $47.88 4A 5A
POWDERPERSON $36.75 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $55.22 4A 6Q
MECHANIC IN CHARGE $60.60 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $28.78 IN 5D
GLAZIERS
JOURNEY LEVEL $41.15 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $43.68 is 51
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.94 IN 5D
INLAND BOATMEN
CAPTAIN $36.83 1K 5B
COOK $31.21 1 K 5B
DECKHAND $30.58 1K 5B
ENGINEER/DECKHAND $33.25 1K 5B
MATE,LAUNCH OPERATOR $34.87 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $40.07 1 M 5D
IRONWORKERS
JOURNEY LEVEL $44.61 10 5A
LABORERS
ASPHALT RAKER $33.94 IN 5D
BALLAST REGULATOR MACHINE $33.46 IN 5D
BATCH WEIGHMAN $28.78 IN 5D
BRUSH CUTTER $33.46 IN 5D
BRUSH HOG FEEDER $33.46 IN 5D
BURNERS $33.46 IN 5D
CARPENTER TENDER $33.46 IN 5D
CASSION WORKER $34.30 IN 5D
CEMENT DUMPER/PAVING $33.94 IN 5D
CEMENT FINISHER TENDER $33.46 IN 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $33.46 IN 5D
CHIPPING GUN(OVER 30 LBS) $33.94 IN 5D
CHIPPING GUN(UNDER 30 LBS) $33.46 IN 5D
CHOKER SETTER $33.46 IN 5D
CHUCK TENDER $33.46 1 N 5D
CLEAN-UP LABORER $33.46 IN 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.94 IN 5D
CONCRETE FORM STRIPPER $33.46 1 N 5D
CONCRETE SAW OPERATOR $33.94 IN 5D
CRUSHER FEEDER $28.78 IN 5D
CURING LABORER $33.46 IN 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $33.46 1N 5D
DITCH DIGGER $33.46 IN 5D
DIVER $34.30 1N 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.94 IN 5D
DRILL OPERATOR,AIRTRAC $34.30 1 N 5D
Page 2
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DUMPMAN $33.46 1N 5D
EPDXY TECHNICIAN $33.46 1 N 5D
EROSION CONTROL WORKER $33.46 1N 5D
FALLER/BUCKER,CHAIN SAW $33.94 1 N 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $26.46 1 N 5D
construction debris cleanup)
FINE GRADERS $33.46 IN 5D
FIRE WATCH $28.78 1 N 5D
FORM SETTER $33.46 1 N 5D
GABION BASKET BUILDER $33.46 1 N 5D
GENERALLABORER $33.46 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.94 IN 5D
GRINDERS $33.46 1N 5D
GROUT MACHINE TENDER $33.46 IN 5D
GUARDRAIL ERECTOR $33.46 IN 5D
HAZARDOUS WASTE WORKER LEVEL A
$34.30 IN 5D
r HAZARDOUS WASTE WORKER LEVEL B $33.94 1N 5D
HAZARDOUS WASTE WORKER LEVEL C $33.46 IN 5D
HIGH SCALER $34.30 IN 5D
HOD CARRIER/MORTARMAN $33.94 IN 5D
JACKHAMMER $33.94 IN 5D
LASER BEAM OPERATOR $33.94 IN 5D
MANHOLE BUILDER-MUDMAN $33.94 IN 5D
MATERIAL YARDMAN $33.46 IN 5D
MINER $34.30 IN 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.94 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.94 IN 5D
PILOT CAR $28.78 IN 5D
PIPE POT TENDER $33.94 IN 5D
PIPE RELINER (NOT INSERT TYPE) $33.94 IN 5D
® PIPELAYER&CAULKER $33.94 IN 5D
PIPELAYER&CAULKER(LEAD) $34.30 IN 5D
PIPEWRAPPER $33.94 IN 5D
POT TENDER $33.46 IN 5D
POWDERMAN $34.30 IN 5D
ow POWDERMAN HELPER $33.46 1 N 5D
POWERJACKS $33.94 IN 5D
RAILROAD SPIKE PULLER(POWER) $33.94 IN 5D
RE-TIMBERMAN $34.30 IN 5D
RIPRAP MAN $33.46 IN 5D
RODDER
$33.94 IN 5D
SCAFFOLD ERECTOR $33.46 IN 5D
SCALE PERSON $33.46 IN 5D
SIGNALMAN $33.46 IN 5D
SLOPER (OVER 20") $33.94 IN 5D
SLOPER SPRAYMAN $33.46 IN 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $33.94 1 N 5D
SPREADER(CONCRETE) $33.94 IN 5D
STAKE HOPPER $33.46 IN 5D
STOCKPILER $33.46 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.94 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.94 1N 5D
TOOLROOM MAN(AT JOB SITE) $33.46 IN 5D
TOPPER-TAILER $33.46 IN 5D
TRACK LABORER $33.46 IN 5D
TRACK LINER(POWER) $33.94 1N 5D
Page 3
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $33.46 IN 5D
TUGGER OPERATOR $33.94 IN 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $33.46 IN 5D
VIBRATOR $33.94 IN 5D
VINYL SEAMER $33.46 IN 5D
WELDER $33.46 IN 5D
WELL-POINT LABORER $33.94 1 N 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $40.22 1M 5D
PAINTERS
JOURNEY LEVEL $32.63 2B 5A
PLASTERERS
JOURNEY LEVEL $40.58 1R 5A
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $53.39 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS - $38.42 IT 5D 8L
BACKHOE,EXCAVATOR, SHOVEL (3 YD&UNDER) $41.12 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $"11.5n IT 5D 8L
_ Y :1�
BACKHOE,EXCAVATOR, SHOVEL(6 YD AND OVER WITH $42.13 IT 5D 8L
BACKHOES, (75 HP&UNDER) $40.71 IT 5D 8L
BACKHOES, (OVER 75 HP) $41.12 IT 5D 8L
BARRIER MACHINE(ZIPPER) $41.12 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $41.12 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $40.71 IT 5D 8L
BOBCAT(SKID STEER) $38.42 IT 5D 8L
BROOMS $38.42 IT 5D 8L
BLIMP CUTTER $41.12 IT 5D 8L
CABLEWAYS $41.59 IT 5D 8L
CHIPPER $41.12 IT 5D 8L
COMPRESSORS $38.42 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $38.42 IT 5D 8L
CONCRETE PUMPS $40.71 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L
CONVEYORS $40.71 1T 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $40.71 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $41.12 1T 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $41.59 IT 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42.13 1T 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42.68 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $38.42 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $40.71 1T 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43.22 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $41.12 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $41.59 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $42.13 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $42.13 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $42.68 IT 5D 8L
CRUSHERS $41.12 IT 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $41.12 IT 5D 8L
DERRICK,BUILDING $41.59 IT 5D 8L
Page 4
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DOZERS,D-9&UNDER $40.71 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40.71 IT 5D 8L
DRILLING MACHINE $41.12 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $38.42 IT 5D 8L
M'' EQUIPMENT SERVICE ENGINEER(OILER) $40.71 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $40.71 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $38.42 IT 5D 8L
GRADE ENGINEER $40.71 IT 5D 8L
GRADECHECKER AND STAKEMAN $38.42 IT 5D 8L
GUARDRAIL PUNCH $41.12 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $40.71 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L
HORIZONTALDIRECTIONAL DRILL OPERATOR $41.12 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $38.42 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40.71 IT 5D 8L
Irr LOADERS,OVERHEAD(6 YD UP TO 8 YD) $41.59 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $42.13 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $41.12 IT 5D 8L
LOCOMOTIVES,ALL $41.12 IT 5D 8L
MECHANICS,ALL $41.59 IT 5D 8L
MIXERS,ASPHALT PLANT $41.12 IT 5D aL
MOTOR PATROL GRADER(FINISHING) $41.12 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $40.71 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $41.59 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $38.42 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $41.12 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $40.71 IT 5D 8L
POSTHOLE DIGGER, MECHANICAL $38.42 1T 5D 8L
POWER PLANT $38.42 IT 5D 8L
PUMPS,WATER $38.42 IT 5D 8L
QUAD 9,D-10,AND HD-41 $41.59 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $38.42 IT 5D 8L
ROLLAGON $41.59 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $38.42 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $40.71 IT 5D 8L
ROTO-MILL, ROTO-GRINDER $41.12 IT 5D 8L
SAWS,CONCRETE $40.71 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.12 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41.59 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $40.71 IT 5D 8L
SCREED MAN $41.12 IT 5D 8L
SHOTCRETE GUNITE $38.42 IT 5D 8L
SLIPFORM PAVERS $41.59 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41.12 IT 5D 8L
SUBGRADE TRIMMER $41.12 IT 5D 8L
TOWER BUCKET ELEVATORS $40.71 IT 5D 8L
■ TRACTORS, (75 HP&UNDER) $40.71 IT 5D 8L
TRACTORS, (OVER 75 HP) $41.12 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $41.12 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41.59 IT 5D 8L
TRENCHING MACHINES $40.71 IT 5D 8L
Page 5
r
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $40.71 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $41.12 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $41.12 IT 5D 8L ,
WHEEL TRACTORS,FARMALL TYPE $38.42 IT 5D 8L
YO YO PAY DOZER $41.12 IT 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $34.75 4A 5A '
SPRAY PERSON $33.00 4A 5A
TREE EQUIPMENT OPERATOR $33.43 4A 5A
TREE TRIMMER $31.10 4A 5A
TREE TRIMMER GROUNDPERSON $23.43 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $51.01 1G 5A
ROOFERS
JOURNEY LEVEL $34.53 111 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METALWORKERS
JOURNEY LEVEL(FIELD OR SHOP) $48.22 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.04 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTFRS(FIRE PROTECTION)
JOURNEY LEVEL $51.09 1H 5C
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.92 2B 5A '
HOLE DIGGER/GROUND PERSON $16.22 2B 5A
INSTALLER(REPAIRER) $27.74 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A
SPECIAL APPARATUS INSTALLER II $28.34 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.92 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.90 2B 5A
TELEVISION GROUND PERSON $15.39 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.45 2B 5A
TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A
TELEVISION TECHNICIAN $21.88 2B 5A
TREE TRIMMER $26.90 28 5A
TERRAZZO WORKERS&TILE SETTERS '
JOURNEY LEVEL $38.43 1B 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $32.26 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $33.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $37.94 1 T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $38.52 IT 5D 8L
DUMPTRUCK $37.94 IT 5D 8L
DUMP TRUCK&TRAILER $38.52 IT 5D 8L
OTHER TRUCKS $38.52 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
Page 6
KING COUNTY
Effective 03-03-06
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
OILER $12,97 1
WELL DRILLER $17.68
Page 7
r.
General Decision Number: WA030001 06/23/2006 WAl
Superseded General Decision Number: WA020001
nr State: Washington
Construction Types: Heavy (Heavy, and Dredging) and Highway
M Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
on D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Number Publication Date Modification Number Publication Date
0 06/13/2003 27 06/03/2005
1 01/23/2004 28 06/10/2005
2 02/06/2004 29 06/17/2005
3 02/13/2004 30 07/08/2005
I 4 03/05/2004 31 07/29/2005
5 03/12/2004 32 08/12/2005
6 04/16/2004 33 08/19/2005
7 05/14/2004 34 09/09/2005
I 8 06/18/2004 35 09/16/2005
9 06/25/2004 36 09/23/2005
10 07/02/2004 37 09/30/2005
11 07/23/2004 38 10/14/2005
12 08/06/2004 39 11/18/2005
1 13 08/20/2004 40 1/27/2006
14 09/03/2004 41 2/10/2006
15 10/01/2004 42 2/17/2006
16 10/15/2004 43 2/24/2006
17 10/22/2004 44 3/31/2006
18 11/05/2004 45 6/02/2006
19 11/19/2004 46 6/16/2006
20 12/03/2004 47 6/23/2006
21 01/14/2005
22 02/18/2005
23 03/18/2005
24 03/25/2005
25 04/01/2005
26 04/22/2005
CARP0001-008 06/01/2005
Rates Fringes
Carpenters:
COLUMBIA RIVER AREA -
+� ADAMS, BENTON, COLUMBIA,
DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY,
FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1: . . . .$ 24. 18 7.75
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 25.29 7.75
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 24.45 7.75
. . . . . . . . . . . . . . . . . .
GROUP 4 : .$ 24 . 18 7.75
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 59. 90 7.75
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 28.32 7.75
%W WA030001 Modification 47 1
Federal Wage Determination
SPOKANE AREA: ASOTIN,
GARFIELD, LINCOLN, PEND
OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 23.51 7.75
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 24 . 61 7.75
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 23.77 7 .75 ,
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 23.51 7.75
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 58.24 7.75
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 27 . 60 7.75
CARPENTERS CLASSIFICATIONS
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; '
Insulators (all types) , Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors, '
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and '
Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Divers
GROUP 6: Divers Tender
ZONE PAY: '
ZONE 1 0-45 MILES FREE
ZONE 2 46-65 MILES $2.00/PER HOUR
ZONE 3 66-100 MILES $3.00/PER HOUR
ZONE 4 OVER 100 MILES $4 .50/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main
Post Office of established residence of employee.
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main
Post Office of established residence of employee.
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee.
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee.
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee.
WA030001 Modification 47 2
Federal Wage Determination
wn
DEPTH PAYY FOR DIVERS:
sw Each foot over 50-100 feet $1.00
Each foot over 100-175 feet 2.25
Each foot over 175-250 feet 5.50
ow
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task) , where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit
LEVEL A +$1.00 per hour This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
ow WA030001 Modification 47 3
Federal Wage Determination
CARP0003-006 06/01/2005
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS (Piledriver only) , PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY '
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1: '
Rates Fringes
Carpenters: ,
CARPENTERS; ACOUSTICAL. . . . . .$ 28. 41 11.16
DIVERS TENDERS. . . . . . . . . . . . . .$ 31. 01 11.16
DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 67 . 18 11.16 '
DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 28. 41 11.16
FLOOR LAYERS & FLOOR
FINISHERS (the laying of '
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed) ;
INSULATORS (fiberglass and
similar irritating '
materils. . . . . . . . . . . . . . . . . . . .$ 28 .56 11.16
MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 28 .91 11.16
PILEDRIVERS. . . . . . . . . . . . . . . . .$ 28 . 91 11.16
DEPTH PAY: '
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET ,
150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00 '
Zone 6 - 3.00
WA030001 Modification 47
4 ,
Federal Wage Determination '
.r
No BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER
(NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
err that point. )
ZONE 1: Projects located within 30 miles of the respective
as city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4 : Projects located more than 50 miles and less than 60
' miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0770-003 06/01/2006
Rates Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
' KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10. 93
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74 .82 10.93
t
WA030001 Modification 47 5
Federal Wage Determination
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham '
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee '
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
25-35 radius miles $1.00/hour
35-45 radius miles $1.15/hour
45-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour '
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay: ,
0 -25 radius miles Free
25-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
WA030001 Modification 47 6
Federal Wage Determination '
+r.
CARP0770-006 06/01/2006
Carpenters: WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS
(excludes piledrivers only) , MASON, PACIFIC (North of a straight line
•• made by extending the north boundary line of Wahkiakum County west to
the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
ACOUSTICAL WORKERS. . . . . . . . .$ 30.50 10. 93
BRIDGE, DOCK & WHARF
I�r CARPENTERS. . . . . . . . . . . . . . . . .$ 30.34 10. 93
CARPENTERS AND DRYWALL
' APPLICATORS. . . . . . . . . . . . . . . .$ 30.34 10. 93
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 30.44 10. 93
DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10. 93
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74 .82 10. 93
INSULATION APPLICATORS. . . . .$ 30.34 10. 93
MILLWRIGHT AND MACHINE
' ERECTORS. . . . . . . . . . . . . . . . . . .$ 31.34 10. 93
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
' OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 30.54 10. 93
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
1 OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 30.47 10. 93
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
25-35 radius miles $1.00/hour
35-45 radius miles $1. 15/hour
45-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
WA030001 Modification 47
7
Federal Wage Determination
..
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT '
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall, '
Tacoma City center, and Everett City center
Zone Pay: '
0 -25 radius miles Free
25-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour '
ELECO046-001 06/06/2005
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 36.85 3%+12. 64
Electrician. . . . . . . . . . . . . . . . . . . .$ 33.50 3%+12. 64
----------------------------------------------------------------
ELEC0048-003 01/01/2006
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes ,
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.85 3%+$13.80
Electrician. . . . . . . . . . . . . . . . . . . .$ 31.60 3%+$13.80 '
------------------------------------------------- --------------
ELEC0073-001 07/01/2005
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN ,
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 26.64 3%+11.73
Electrician. . . . . . . . . . . . . . . . . . . .$ 24 .22 3%+11.73
---------------------------------------------------
ELEC0076-002 09/01/2005
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 34 .78 3%+12. 91
Electrician. . . . . . . . . . . . . . . . . . . .$ 31.62 3%+12. 91
----------------------------------------------------------------
WA030001 Modification 47 8
Federal Wage Determination '
rr
+rw
ELECO077-002 02/01/2006
Rates Fringes
+� Line Construction:
CABLE SPLICERS. . . . . . . . . . . . . .$ 40.47 3.875%+10.35
GROUNDMEN. . . . . . . . . . . . . . . . . . .$ 25.29 3.875%+8. 60
LINE EQUIPMENT MEN. . . . . . . . . .$ 31.07 3.875%+8. 60
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN. . . .$ 36.13 3.875°%+10.35
POWDERMEN, JACKHAMMERMEN. . . .$ 27.10 3.875%+8.60
+r TREE TRIMMER. . . . . . . . . . . . . . . .$ 22.10 3.875%+8.15
----------------------------------------------------------------
ELEC0112-005 06/01/2005
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
' Cable splicer. . . . . . . . . . . . . . . : : :$ 29:90 %+12.43
3
--Electrician. . . . . . . . . . . . . . . .
3°
------------------------------------------------
-------
ELEC0191-003 09/01/2005
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 33.72 3%+11.72
Electrician. . . . . . . . . . . . . . . . . . . .$ 30. 66 3%+11.72
----------------------------------------------------------------
ELEC0191-004 09/01/2005
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
w Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 29.33 3%+11. 67
Electrician. . . . . . . . . . . . . . . . . . . .$ 26. 66 3%+11.67
r
----------------------------------------------------------------
* ELEC0970-001 06/01/2006
mw COWLITZ AND WAHKIAKUM COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 34.05 3%+10.90
Electrician. . . . . . . . . . . . . . . . . . . .$ 30.95 3%+10. 90
----------------------------------------------------------------
WA030001 Modification 47 9
Federal Wage Determination
ENGI0302-003 06/01/2006 '
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF ,
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES '
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW) ,
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators: '
Group 1A. . . . . . . . . . . . . . . . . . .$ 31 .89 11.50
Group 1AA. . . . . . . . . . . . . . . . . .$ 32. 46 11.50
Group 1AAA. . . . . . . . . . . . . . . . .$ 33. 02 11.50 '
Group 1. . . . . . . . . . . . . . . . . . . . .$ 31 . 34 11.50
Group 2. . . . . . . . . . . . . . . . . . . . .$ 30.85 11.50
Group 3. . . . . . . . . . . . . . . . . . . . .$ 30. 43 11.50 ,
Group 4. . . . . . . . . . . . . . . . . . . . .$ 28 .07 11.50
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1 .00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, '
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments) '
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) ; Tower crane over 175 ft
in height, base to boom '
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height '
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft '
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6 '
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
WA030001 Modification 47 10
Federal Wage Determination
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
' feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount) ; Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
' GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
' Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
WA030001 Modification 47 11
Federal Wage Determination
Category B Projects: 950 of the basic hourly reate for each '
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is '
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc. ) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following '
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not ,
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENGI0302-009 06/01/2006 ,
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, '
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH '
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
Rates Fringes '
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 30.01 11.50 '
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 26. 96 8 .40
GROUP 2 '
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 30.14 11.50
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27 .06 8.40 '
WA030001 Modification 47 12
Federal Wage Determination ,
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 30.52 11.50
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 27.38
8. 40
GROUP 4
TOTAL PROJECT COST
$300, 000 AND OVER. . . . . . . . . .$ 30.57 11.50
tir TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5
�r TOATL PROJECT COST
$300, 000 AND OVER. . . . . . . . . .$ 32.14 11.50
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6
TOTAL PROJECT COST
' $300, 000 AND OVER. . . . . . . . . .$ 30.01 11.50
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 26. 96 8 .40
' Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen GROUP 4: Craneman,
Engineer Welder
lb GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
w
aw WA030001 Modification 47 13
Federal Wage Determination
1. Projects involving work on structures such as buildings '
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of '
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities '
excluded.
3. Marine projects (docks, wharfs, etc. ) less than $150, 000. '
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldozers. ,
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working '
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as '
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not '
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. '
---------------------------------------------------------------
WA030001 Modification 47 14
Federal Wage Determination '
ENGI0370-002 06/01/2006
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
' AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
' Rates Fringes
Power equipment operators:
' GROUP 1A. . . . . . . . . . . . . . . . . . .$ 22.04 8.32
GROUP 1. .$ 22.59 8.32
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 22. 91 8.32
GROUP 3. .$ 23.52 8.32
GROUP 4. . . . .$ 23. 68 8.32
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23.84 8.32
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 24 . 12 8.32
GROUP 7. .$ 24 .39 8.32
GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 25.49 8.32
ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Moses Lake,
Pasco, Washington; Lewiston, Idaho
' POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power) ; Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation) ;
Fireman & Heater Tender; Grade Checker; Hydro-seeder,
,., Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on subgrade, including
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator) , except when pulled by
Dozer with operable blade; Welding Machine
WA030001 Modification 47 15
Federal Wage Determination
GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration '
Plant (under 1000 ton) ; Assistant Plant Operator, Fireman
or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt '
Finishing Machine; Blower Operator (cement) ; Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power) ; Concrete Saw (multiple cut) ; Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated) ; Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline) ;
Hoist, single drum; Loaders (bucket elevators and '
conveyors) ; Longitudinal Float; Mixer (portable-concrete) ;
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled) ;
Railroad Power Tamper Operator (self-propelled) ; Railroad ,
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete) ; Spreader Box (self-propelled) ; Straddle Buggy
(Ross & similar on construction job only) ; Tractor (Farm '
type R/T with attachment, except Backhoe) ; Tugger Operator
GROUP 3: A-frame Truck (2 or more drums) ; Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton) ; '
Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix
Operator, single unit (concrete) ; Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat; Boring Machine (earth) ; Boring '
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal
Lining Machine (concrete) ; Chipper (without crane) ; '
Cleaning & Doping Machine (pipeline) ; Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar) ; Elevating Grader-type Loader (Dumor, Adams or
similar) ; Generator Plant Engineers (diesel or electric) ; ,
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or
similar) ; Spreader Machine; Tractor (to D-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- ,
crete, Whitman & similar) ; Curb Extruder (asphalt or
concrete) ; Drills (churn, core, calyx or diamond) (operate
drilling machine, drive or transport drill rig to and on
job site and weld well casing) ; Equipment Serviceman; '
Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ;
Loaders (overhead & front-end, under 4 yds. R/T) ;
Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired
Skidders (R/T with or without attachments) ; Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity) ; Turnhead (with re-screening) ; Vacuum Drill
(reverse circulation drill under 8 inch bit) '
WA030001 Modification 47 16
Federal Wage Determination '
GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under
3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes
(25 tons & under) , all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons) ; Drilling
Equipment (8 inch bit & over) (Robbins, reverse circulation
& similar) (operates drilling machine, drive or transport
drill rig to and on job site and weld well casing) ; Hoe
r.r Ram; Piledriving Engineers; Paving (dual drum) ; Railroad
Track Liner Operaotr (self-propelled) ; Refrigeration Plant
Engineer (1000 tons & over) ; Signalman (Whirleys, Highline
Hammerheads or similar)
�r
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire) ; Backhoe (45, 000 gw and over to 110, 000 gw) ; Backhoes
& Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ;
Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ;
Blade Operator (motor patrol & attachments, Athey & Huber) ;
Boom Cats (side) ; Cable Controller (dispatcher) ; Clamshell
Operator (under 3 yds. ) ; Compactor (self-propelled with
' blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons) , all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Draglines (under 3 yds. ) ; Drill Doctor; H.D. Mechanic; H.D.
Welder; Loader Operator (front-end & overhead; 4 yds. incl.
8 yds. ) ; Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete) ; Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement) ; Roto
Mill (pavement grinder) ; Scrapers, all, rubber-tired;
Screed Operator; Shovel (under 3 yds. ) ; Tractors (D-6 &
equilvalent & over) ; Trenching Machines (7 ft. depth &
over) ; Tug Boat Operator Vactor guzzler, super sucker
GROUP 7: Backhoe (over 110, 000 gw) ; Backhoes & Hoe Ram (3 yds
& over) ; Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic,
Cableway Operators; Concrete Cleaning/Decontamination
a machine operator; Cranes (over 45 tons to but not including
85 tons) , all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over) ; Elevating Belt
(Holland type) ; Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
,r Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ;
Rubber-tired Scrapers (multiple engine with three or more
scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads,
ALL
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower) , all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over) ; Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .30 over scale
Over 250 ft $ . 60 over scale
s
WA030001 Modification 47 17
Federal Wage Determination
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
---------------------------------------------------------
ENGI0370-006 06/01/2006
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates Fringes
Hydraulic Dredge
GROUP 1: . . . . . . . . . . . . . . . . . . . .$ 30.01 11.50
GROUP 2: . . . . . . . . . . . . . . . . . . . .$ 30.52 11.50
GROUP 3: . . . . . . . . . . . . . . . . . . . .$ 30.57 11.50
GROUP 4 : . . . . . . . . . . . . . . . . . . . .$ 32.14 11.50
GROUP 5: . . . . . . . . . . . . . . . . . . . .$ 30.01 11.50
GROUP 6: . . . . . . . . . . . . . . . . . . . .$ 30.14 11.50
GROUP 7: . . . . . . . . . . . . . . . . . . . .$ 30.52 11.50
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump)
GROUP 3: Engineer Welder
GROUP 4 : Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
GROUP 7: Mates & Boatman
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
--BULLDOZERS.
------------------------------------------------------
WA030001 Modification 47 18
Federal Wage Determination '
s ENGIO612-001 06/01/2006
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
+� WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
+�r
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
aw Rates Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300, 000 and
' over
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 30.01 11.50
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 30. 14 11.50
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 30.52 11.50
GROUP 4 . . . . . . . . . . . . . . . . . . . $ 30.57 11.50
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 32.14 11.50
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.01 11.50
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300, 000
GROUP 1. .$ 26. 96 8.40
GROUP 2. . .$ 27.06 8. 40
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26. 96 8.40
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docts, wharfs, etc. ) less than $150, 000
WA030001 Modification 47 19
Federal Wage Determination
aw
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman,
Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate '
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$ .75 per hour
ENGI0612-002 06/01/2006
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
GROUP lA. . . . . . . . . . . . . . . . . . .$ 31.89 11.50
GROUP 1AA. . . . . . . . . . . . . . . . . .$ 32.46 11.50
GROUP 1AAA. . . . . . . . . . . . . . . . .$ 33.02 11.50
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 31.34 11.50
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 30.85 11.50
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 30.43 11.50
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 28 .07 11.50
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP lAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
WA030001 Modification 47 20
Federal Wage Determination
r
r
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount) ; Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
r
WA030001 Modification 47 21
Federal Wage Determination
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type) ; Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Beliman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc. ) less than $150, 000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
-----------------------
-----------------------------------------
ENGI0701-002 01/01/2006
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
Power equipment operators:
(See Footnote A)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 31.46 10.35
GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 33.03 10.35
GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 34 . 61 10.35
GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 30.07 10.35
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.21 10.35
GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 28 .59 10.35
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 27 . 90 10.35
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 25.30 10.35
Zone Differential (add to Zone 1 rates) :
Zone 2 - $1.50
Zone 3 - 3.00
WA030001 Modification 47 22
Federal Wage Determination
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment) ; LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
+.r
WA030001 Modification 47 23
Federal Wage Determination
ow
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator,tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(with luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR:
Tower Crane Operator; Whirley Operator, under 90 tons;
LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200
feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required) ; Canal Trimmer (Grade Oiler
required) ; Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator) ;
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 lbs.
GROUP 3: BULLDOZERS: Bulldozer operator, over 70, 000 lbs. up
to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (with luffing or
tower attachment) ; LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs. ; LOADERS:
Loader operator 60,000 and less than 120, 000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
WA030001 Modification 47 24
Federal Wage Determination
to
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required) ; BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20, 000
lbs and more than 100 horse up to 70, 000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type) ; CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type) ; Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ;
Hydro Axe (loader mounted or similar type) ; COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types) ; Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulid Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20, 000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required) ; Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required) ;
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ;
Guardrail Auger Operator (all types) ; Combination Guardrail
machines, i.e. , punch auger, etc. ; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 lbs through 80, 000 lbs. ;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25, 000 lbs and less than
60, 000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type) ; PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
WA030001 Modification 47 25
Federal Wage Determination
r
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder) ; H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator,single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds. ; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds. ; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix) ; Asphalt Burner and
Reconditioner Operator (any type) ; Roto-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power) , over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade) ; CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type) ; Pavement Grinder and/or Grooving Machine Operator
(riding type) ; Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type) ;
Hydraulic Backhoe Operator track type up to and including
WA030001 Modification 47 26
Federal Wage Determination
20,000 lbs. ; LOADERS: Loaders, rubber- tired type, less
than 25, 000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser) ;
PIPELINE-SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
1 construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type) ; Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power) , under
1,250 cu. ft: total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B. , dry batch, etc. ) ; Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type) ; Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform) ; Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd. ) ; Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated) ; PUMPS: Pump Operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade) ; Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt) ; Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
WA030001 Modification 47 27
Federal Wage Determination
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
----------------------------------------------------------------
ENGI0701-003 01/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
DREDGING:
Rates Fringes
Dredging:
ZONE A
ASSISTANT ENGINEER. . . . . . . . .$ 32. 94 10.15
ASSISTANT MATE. . . . . . . . . . . . .$ 29.04 10.15
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 35.26 10.15
LEVERMAN, HYDRAULIC. . . . . . . .$ 35.26 10.15
TENDERMAN. . . . . . . . . . . . . . . . . .$ 31.88 10.15
ZONE B
ASSISTANT ENGINEER. . . . . . . . .$ 34. 94 10. 15
ASSISTANT MATE. . . . . . . . . . . . .$ 31.04 10.15
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 37.26 10.15
LEVERMAN, HYDRAULIC. . . . . . . .$ 37.26 10.15
TENDERMAN. . . . . . . . . . . . . . . . . .$ 33.88 10. 15
ZONE C
ASSISTANT ENGINEER. . . . . . . . .$ 35. 94 10.15
ASSISTANT MATE. . . . . . . . . . . . .$ 32.04 10.15
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 38.26 10.15
LEVERMAN, HYDRAULIC. . . . . . . .$ 38.26 10. 15
TENDERMAN. . . . . . . . . . . . . . . . . .$ 34 .88 10.15
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
---------------------------------------
IRON0014-005 07/01/2005
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 27 .42 13.89
----------------------------------------------------------------
WA030001 Modification 47 28
Federal Wage Determination
r
s IRON0029-002 07/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 29.12 13.89
----------------------------------------------------------------
IRON0086-002 07/01/2005
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 28.47 13.89
----------------------------------------------------------------
IRON0086-004 07/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 30.72 13.89
-------------------------------------------------=--------------
1
..
WA030001 Modification 47 29
Federal Wage Determination
LAB00001-002 06/01/2006
ZONE 1:
Rates Fringes
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN) , PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 19.26 8.15
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.58 8.15
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 26.26 8.15
GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 26.74 8.15
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27 .10 8.15
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS AND YAKIMA
COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 15. 67 8.15
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 17 . 99 8.15
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 19.71 8.15
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20. 19 8.15
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 20 .55 8.15
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
WA030001 Modification 47 30
Federal Wage Determination
w
to LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
•' cleaning floors, ceilings, walls, windows, etc. , prior to
final acceptance by the owner)
+ter GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
i1► Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C) ; Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site) ; Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4 : Cement Dumper-Paving; Chippinq Gun (over 30 lbs. ) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
1 beams; Hazardous Waste Worker (Level B) ; High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Mortarman and Hodcarrier; Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster) ; Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft) ; Spreader (concrete) ; Tamper and Similar
electric, air and glas operated tool; Timber Person-sewer
(lagger shorer and cribber) ; Track Liner Power; Tugger
aw Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman;
Hazardous Waste Worker (Level A) .
----------------------------------------------------------------
sw
w
WA030001 Modification 47 31
Federal Wage Determination
LAB00238-004 06/01/2005
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Laborers:
ZONE l :
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.71 6. 95
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 19.81 6.95
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 20. 08 6. 95
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20.35 6.95
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 20. 63 6. 95
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.00 6.95
Zone Differential (Add to Zone 1 rate) : $2.00
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone l: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic '
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson) ;
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of ,
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine, 6
inches and smaller) ; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal) ; Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel) ; Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures) ;
Tailhoseman (water nozzle) ; Timber Bucker and Faller (by
hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
WA030001 Modification 47 32
Federal Wage Determination
MW
ow
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
mr required to move and position machine) ; Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
U9 respirator) ; Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
w lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4 : Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled) ; Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit") ; High Scaler;
Laser Beam Operator (to include grade checker and elevation
I control) ; Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting) ; Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs. , jet blast machine power propelled, sandblast
nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
ib installer) ; Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
or self-contained breathing apparatus or a supplied air line) ;
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
is GROUP 6 - Powderman
----------------------------------------------------------------
9W
WA030001 Modification 47 33
Federal Wage Determination
LAB00238-006 06/01/2005
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates Fringes
Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 21. 90 6. 95
---------------------------------------------------------------- t
LAB00335-001 06/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY ,
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 24 . 99 8.15
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 25.57 8.15
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 26.00 8.15
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 26.37 8.15
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 22.56 8.15 ,
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 20.21 8.15
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 17.11 8.15
Zone Differential (Add to Zone 1 rates) :
Zone 2 $ 0. 65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
WA030001 Modification 47 34
Federal Wage Determination
MW
,r LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
'W Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
aw Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
it (Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
r Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job
site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same) ,
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4 : Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying) -applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
i1Mr
WA030001 Modification 47 35
Federal Wage Determination
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ; ,
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job
site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same) ,
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter • (concrete,
rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine; ,
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, '
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
WA030001 Modification 47 35
Federal Wage Determination
ow
am
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
yr
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
aw
LAB00335-010 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
�. WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
No Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 26.04 7. 95
----------------------------------------------------------------
PAIN0005-002 06/01/2005
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) ,
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS. .•$ 23.20 10.20
----------------------------------------------------------------
PAIN0005-004 07/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
1 WHATCOM COUNTIES
Rates Fringes
Painter. . . . . . . . . . . . . . . . . . . . . . . .$ 19.00 6.70
----------------------------------------------------------------
1
.. WA030001 Modification 47 36
Federal Wage Determination
..
PAIN0005-006 07/01/2005
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes '
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . .$ 19.84 6.53
Brush, Roller, Striping,
Steam-cleaning and Spray. . . .$ 18 .84 6.53
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . .$ 19.84 6.53 '
TV Radio, Electrical
Transmission Towers. . . . . . . . .$ 20.59 6.53
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-002 04/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters: ,
Brush & Roller. . . . . . . . . . . . . .$ 19.03 6.73
High work - All work 60
ft. or higher. . . . . . . . . . . . . . .$ 19.78 6.73
Spray and Sandblasting. . . . . .$ 19. 63 6.73
----------------------------------------------------------------
PAIN0055-007 06/01/2006
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
-----STRIPER $ 26 05
--------------------- - 99 8
WA030001 Modification 47 37
Federal Wage Determination
um
r
PLAS0072-004 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
+r OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
aw
Cement Mason
ZONE 1: . . . . . . . . . . . . . . . . . . . . .$ 22.73 7.43
Im
Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
am Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
,M PLAS0528-001 06/01/2005
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
4' SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
■r
Cement Masons:
CEMENT MASON. . . . . . . . . . . . . . . .$ 29.59 11. 52
COMPOSITION, COLOR MASTIC,
ar TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 29.84 11.52
----------------------------------------------------------------
PLAS0555-002 06/01/2006
�r
CLARK, KLICKITAT AND SKAMANIA COUNTIES
r ZONE 1:
Rates Fringes
4W Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
ur MACHINERY AND
SUSPENDED/HANGING SCAFFOLD. .$ 28. 61 11. 60
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD. . . . . . . . . . . .$ 28.10 11. 60
CEMENT MASONS. . . . . . . . . . . . . . .$ 27.59 11. 60
COMPOSITION WORKERS AND
rs POWER MACHINERY OPERATORS. . .$ 28.10 11.60
WA030001 Modification 47 38
Federal Wage Determination
Zone Differential (Add To Zone 1 Rates) : '
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall '
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
-----------------------
-----------------------------------------
PLUM0032-002 01/01/2006
CLALLAM, KING AND JEFFERSON COUNTIES ,
Rates Fringes
--Plumbers-and-Pipefitters__���_�$-3663------------16_81
PLUM0032-003 01/01/2006
CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN
(NORTH) COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 25.88 13.89
----------------------------------------------------------------
PLUM0044-003 06/01/2005 ,
ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN
PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 29.76 11. 69 '
----------------------------------------------------------------
r
WA030001 Modification 47 39
Federal Wage Determination
..
1w
PLUM0082-001 01/01/2006
CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA,
.. THURSTON AND WAHKIAKUM COUNTIES
Rates Fringes
err Plumbers and Pipefitters. . . . . . .$ 33.27 14 .50
----------------------------------------------------------------
PLUM0265-003 01/01/2006
rrr
ISLAND, SKAGIT, SNOHOMISH, SAN JUAN AND WHATCOM COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 33.27 14.50
----------------------------------------------------------------
PLUM0290-003 10/01/2005
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
�r Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 33.84 15.24
----------------------------------------------------------------
rrr PLUM0598-005 06/01/2005
ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF
we CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY
(WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN
(EASTERN) , WALLA WALLA AND YAKIMA COUNTIES
+rr
Rates Fringes
„w Plumber. . . . . . . . . . . . . . . . . . . . . . . .$ 32.57 16. 61
----------------------------------------------------------------
�r.
n.
"w
WA030001 Modification 47 40
Federal Wage Determination
PLUM0631-001 01/01/2006
MASON (NE SECTION) , AND KITSAP COUNTIES
Rates Fringes
Plumbers and Pipefitters '
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail '
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes '
where the plumbing and
mechanical cost of the
project is less than '
$100,000. . . . . . . . . . . . . . . . . . . .$ 22.59 5.34
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over. . . . . . . . . . .$ 32. 62 14.50
----------------------------------------------------------------
TEAM0037-002 06/01/2006 '
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 25. 15 11.00
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 25.27 11.00
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25. 40 11.00
GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 25. 66 11.00
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 25. 88 11.00
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.04 11.00
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 26.24 11.00
WA030001 Modification 47 41
Federal Wage Determination
err Zone Differential (Add to Zone 1 Rates) :
Zone 2 - $0. 65
Zone 3 - 1.15
Zone 4 - 1.70
rr Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
aw ZONE 1: Projects within 30 miles of the respective city
hall.
aw ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
• TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
to surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated) ; Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site) ; Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated) ; Pilot Car; Pickup Truck; Solo
�r Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3, 000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
s and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site) ; Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds. ;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3, 000 to 5,000 gallons
r
WA030001 Modification 47 42
Federal Wage Determination
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, ,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and ,
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds . ; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5, 000 to 10, 000 gallons
GROUP 4 : Asphalt Burner; Dump Trucks, side, end and bottom ,
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds. ; Water Wagon (rated capacity) over 10, 000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and ihcluding 80 cu. yds. , and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including '
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds. , includes Articulated Dump
--Trucks; Industrial-Lift Truck (mechanical tailgate)
TEAM0174-001 06/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers: ,
ZONE A:
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 26. 94 11.58 '
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 26. 36 11.58
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 23. 96 11.58
GROUP 4 : . . . . . . . . . . . . . . . . . . .$ 19.71 11.58
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 26.70 11.58 ,
ZONE B (25-45 miles from center of listed cities*) : Add $.70
per hour to Zone A rates. ,
ZONE C (over 45 miles from centr of listed cities*) : Add
$1.00 per hour to Zone A rates.
j
WA030001 Modification 47 43
Federal Wage Determination
L
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in- heavy construction; Water Wagon and Tank
Truck-3, 000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction) ;
Vacuum truck; Water Wagon and Tank trucks-less than 3, 000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
A
GROUP 5 - Mechanic
WA030001 Modification 47 44
Federal Wage Determination
HAZMAT PROJECTS ,
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit. "
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0760-002 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes '
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17. 83 9.90 ,
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20. 10 9.90
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 20. 60 9.90
GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 20. 93 9. 90
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.04 9.90
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.21 9. 90
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 21.74 9.90
GROUP 8. . . . . . . . . . . . . . . . . . . .$ 22.07 9. 90
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) '
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS ,
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material '
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under) ; Leverperson (loading trucks at bunkers) ; Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
WA030001 Modification 47 45
Federal Wage Determination
GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under) ; Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner &
rr Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar) ; Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds. ) ;
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds. ) ; Warehouseperson (to include
shipping & receiving) ; Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds. ) ; Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8, 000 gallons)
GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ;
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds. ) ; Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds. ) ;
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton) ; Vacuum Truck (super
+ sucker, guzzler, etc. )
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ;
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds. ) ; Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds. ) ; Truck and Pup;
VW Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8, 001- 14, 000 gallons) ;
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete
(over 20 yds. ) ; Truck, side, end, bottom end dump (over 40
r yds. to & including 100 yds. ) ; Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons) ;
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds. ) ; Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
+ protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
' a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four (4)
r and eight (8) hours.
WA030001 Modification 47 46
Federal Wage Determination
i
NOTE: '
Trucks Pulling Equipment Trailers: shall receive $.15/hour
--over-applicable truck rate '
----------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation-to-which-welding-is-incidental.
----------------------- '
Unlisted classifications needed for work not included within ,
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively '
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing. '
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS '
1 . ) Has there been an initial decision in the matter? This can
be: '• an existing published wage determination
• a survey underlying a wage determination
• a Wage and Hour Division letter setting forth a position on '
a wage determination matter
• a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests '
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2. )
and 3. ) should be followed.
With regard to any other matter not yet ripe for the formal ,
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to: ,
Branch of Construction Wage Determinations
Wage and Hour Division '
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
WA030001 Modification 47 47
Federal Wage Determination
%W
r
2. ) If the answer to the question in 1. ) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
r
Wage and Hour Administrator
U.S. Department of Labor
.r
200 Constitution Avenue, N.W.
wr Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
aw payment data, project description, area practice material,
etc. ) that the requestor considers relevant to the issue.
aw 3. ) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
NY
4 . ) All decisions by the Administrative Review Board are final.
-------------- ----___
END OF GENERAL DECISION
1r
aw
r
WA030001 Modification 47 48
Federal Wage Determination
APPENDIX B-STANDARD PLANS CITY OF RENTON
APPENDIX B
STANDARD PLANS
II
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
M
Q
N
M = n O
J G�� badN r = c l Z Z N
�Y OpwO t Z 3 U a r and Z 4. N a ra z� o ~
w < oy Z O
z� cYimp� w F- w m R �..�, i b o o m W D 111
�x OayF < x w 3 0 -� o a M IY K H
Q W Y m O O Z U p Q y �1p ?� 5 _ m a W C W LL Q Q W
zw ow- a o a ��bfr oF�S V Z & a 0 0 4
S m N a �z m !{ PR H a as a O Q (n a
so QMzaNi 0 o W Cal I- < 4 Q U U) Q
OW x�n¢¢y p LL m T
WOW ~NJ,0� O w p LL
d J d h
W W �P¢=z W Z p x
CO �D»F 9 5 oa o
�_ ¢ 0 x W O
W O
¢� wZUpLL W ~ ¢F O
r H
Z wW N F-
wp 8NZda � w Qp =
OM ZLL WFN Z J xQ F-
F-W JO LL N F
W(L6 -J0 Z W F¢- ¢� ¢ jWW
Qw Wztnp F' Z ZO w �pLL z LU
Z �Zw�l1-Z W w %'F W y
wUY w'e7 R� m OFQ- LLJ J i
W w 0 � �W N 0 } � p ~
¢Z
¢ww MJm F x 20 ¢ m Q wW
J¢Z ¢J Q F a w F w r N J iL
WW <¢ m
m0 OQ W F-U ¢ o U�`+ (L
¢Op �Otruw o w mp J � J W N >� a !�
0.C4 p¢M"z m �F �w ¢ J ` OL a qui 06 IL gNQ pcl {
W� Y �Q� oz QO x Q p� d 9 >9 JQ
CL 0 O U Z W U J U) W U J ¢ ¢44E k
aU- 0s?a0 ¢ wW z d Up ¢ w ¢w 3w 0m �a
ZOm Y��aU IL z G. w 0U oil �N mm
aq <66- w=mow¢ wW �� Wa a a ZZ m tip p0 O�
O ¢¢Z Fm¢�= F m LL¢ � O a wa Q UN h- a� # y
_ CV ('7 < 1p m
N_
ro 0
afO
ix LL
h O OLL(,) .4V
L 00
Q X NIW.LZ
¢¢
o m" U A�fo ---
H ti w Z
0 W `� �/ \\ U
W
W N
Q D ———
p .6 m
Q
Q �
W
..
D ui\ / ui
y
a
W
r
O7
xZ
Zr` O
O- x
a U w
M ¢
UU M
W ik
K
m
i
23 3/4"
MO-1A
0
c
o �
FOR SLOT DETAIL SEE
STD DETAIL DWG D-7 z
0 0
o
0 0
c
z �
or 17 3/4"
C m
z D
D Z K: 7
m �--i
FLOW - 2"
LEVELING PAD (6 MIN)
i
1/8"X 3/4"X 2 1/4- 1 31/8"
5' DRAFT 1/16"
NOTES:
1. SELF-LOCK VANED GRATE MANFACTURER SUBJECT TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) BOLTS, 2" LONG. NOTE SLOT DETAIL.
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06.
4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA.
5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS.
6. WELDING IS NOT PERMITTED.
7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING.
B. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES.
SURFACE WATER UTILITY
VANED GRATE
(Y p ADOPTED 1
G\
MY OF RENTON
�OZ STANDARD PLANS `
F N O LST DATE: U24 B
E: 8019
DATE REVISION BY APPR DWG. NAME: BR-02B SP PAG
23 3/4"
2"
2 3/8" 2 3/8'
5/8-
1/4"
�z O DODO
FOR SLOT DETAIL SEE STD I Q
DETAIL DWG D-7
I � �
_ _ - - - - I 173/4"
I �
LEVELING PAD (8) I I I O
118-X 3/4-X 2 1/4"
I I �
FOU ME
2 1/2- 1 1/2-
4'
5/8- 1/16-
4 3/4-
NOTES:
1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS.
2. USE WITH TWO LOCKING BOLTS 5/8'-11 NC STAINLESS STEEL TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG.
3. COVER MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
4. SHALL CONFROM TO SEC. 7.05 OF THE STANDARD SPECIFICATIONS.
5. COVER SHALL HAVE THE WORD 'DRAIN" IN 2-INCH RAISED LETTERS.
SURFACE WATER UTILITY
SOLID LOCKING COVER
Y o ADOPTED
CITY OF RENTON
STANDARD PLANS
N O LST DATE:42f96-
12 96 REFORMAT TO 11"07" DCV DT
DATE REVISION I BY APPR DWG. NAME: BR-02 SP PAGE: 6020
15"x27' PLASTIC METER BOX EQUAL TO MID—STATES PLASTIC,
INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE
CITY PmVATE
IRON DIAMOND PLATE COVER 16"x27" EQUAL TO MID—STATES
PLASTICS, INC. MSCBC-1527—R WITH READER LID AND 1-5/8' PIPING PIPING
DRILLED HOLE FOR TOUCHREAD PIT LID (SEE 7192 -A)
Z I IN UNIMPROVED RIGHT OF Z
J�WAY INSTALL METER BOX AT
PROPERTY LINE WITH 12"
w. LONG COPPER TAILPIECE. w af
_
MIN
MAX
a I SIDEWALK a
FINISH GRADE _
?a TOUCHREAD WATER`
0 METER TO BE
00 SUPPLIED BY THE 12" ?¢a:36" MIN COVER r7 CITY �<w
TYPE "K" SOFT ° 0 0
0
22-1/2' COPPER TUBING """'
NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 3/4" OR 1"
TO BE INSTALLED IN THE FUTURE GALVANIZED
INSTALL FORD C14-33 OR 44 FIDT PLUG
x COMPRESSION COUPLING
LOOP DOWN TO CENTERUNE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER COPP RSF R FOR 5J8x3/4" METER: FORD
SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR
y MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND
CORPORATION STOP. FORD TAPERED THREAD SINGLE CHECK VALVE ON OUTLET
(CC). PACK JOINT COPPERSETTFR FOR 1" METER, FORD VBH72-15W-44-44G, OR
McDONALD BRASS: 21-415WCQQ44, OR MUELLER: B-1427-1
(3/4" F1000_3-G) OR AY MC.DONALD 47010 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER.
(1" F1000-4-G) OR AY MCDONA{D 47010 PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK
VALVE ON OUTLET. ALL PACK-JOINT FITTINGS SHALL BE WITH
GRIPPER.
I
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON
BOTH SIDES OF METER BOX. e
A— " ' DRILL 1-5/8" DIA. HOLE FOR AMR
(AUTOMATIC METER READ) TOUCHREAD DEVICE
2-1/2" MIN. FROM NEAREST
AND FRONT EDGE OF PIT LID
r -
I
TYPICAL NOTE:
RIB J
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB.
3/4" & 1" WATER SERVICE
�tiCY p ADOPTED
CITY OF RENTON
STANDARD PLANS
Ln N T O LST DATE:04/04
DATE REVISION BY PR DWG. NAME: BR41 SP PAGE: 8106 '
gv N
g W o
r N
CL y C SQ bad M W = Z Z rl
xdx " R (�j Q tw' °g
W o o y Z� .7 N Za C
G 0 out W� u C7y d�d m WQ w rT
a W_0 C WE 5 ca <2 W LL< < LL]
U m dZ ZZ~ O�0 05 •• O I. �O O w `� C' COQ Q (�
0 20
Od Z H
o pO� W OQVW z
V �
H o=o y Q� f a <U cn -j vn
c _ a LL O
o UQQ m wti� =w m W
c - W W Z < z �o C z H
a b� U n a< U > o w �--j _O
c o F'
W O
< d rn<
(? WOO m U YW < l7 Y-
iL > m
p c m WF � w _ • o K z LL
0LL
0
LLJ d `0 O
O U)
Z W
W<o w d m
J o W 0
C7 Vr J jU 4c•cpi d
z ' Y� p w e
a . Ol.ZL W
W LO)o o< C WkU S31WA 2
cwy W < Z=U V
4a .Y V LL
LU
it
rc z x m F-
�` � °Q a
e W CO < d 0 Z
W W o � V
b0)
6 V a
m d
al
0 20
w \ E
0
o O e�
Q
�
ET-
U.
U�� V LL m kx
R¢ wz�a d .Zt Z V
k�W ¢]w o n of V LL
LLJ
E)j
ui
LLo rc d / A / WO
w �— QWW >
i b Q UOk o
1 � 0
g0
WE Q 0 Z Q
z5
U �Za
b m V m O �rc' rc
Q W O
W
LU U
Lr Z ~� w <
D 4J w
f--� O V W LL o
xz O < a
z d .e z? d m m
7 N U _ �" •� .8 W U
ui
O < f. Wo W
n 4.
Z� w ��w �e U' O Wo OLL
N _o�
O_ , W W
<LL >b N J LL
7v .Zl UV d S � J� / QV
O Z z
l �V ✓✓� O V
0 7 U .Y-.l
N 0 O F<O
•. I W d
W
^e Q W w0 a
{ d .o-z Z V m w> v �rc
0 W- o< n
Z
n
a C9 Z r
o 0 i ~ o ? ��dycd ^ NV d H J o
a o Z Lo ZZ o N oa < Y Q V W
r N
L L e Z �{L Q W LL Q Q
a+ U • < W f S• a d O CD
}a ° I W a O �I17 Q4' � x �"' Q 0> Q A-
o W Cn
+ p a QUA
CA
L
110t
j L 10
N O
z Hfe �i �
I M
B
I I a
tu
I ,
I I ga a
$ 8 '
I I c+46184 +-fDu
I I tE n Z W„ Ys � s
LU
ATE '
pi , mm
N M
II yI
uj
Z ,
z p o
I I
"
�
_�z
I I �o > o
I oZ g N EL 0)
a ° y1
7
7
d O
L d
O L
tu
0 • rc
I I 0 co+ •
I I z ;g"
I I w0 cC° — — - WW
wi ZZ O
° ° C °
I I o ±+ o
0
Wa �E_ cFiF v IL
noa — WU ° ~
I I °=° —" —� - Z
pCT oN ` °p
,AZ +OO < Lr v In
ono W p~
„O T v na b o
_ F ,
F "" r
} °
I I _ + ,
°' :R
h ILLp ' in
u0
IN
w
I I I I
I I I I
„oi
5 3/4"
1/4"
e 5I8
1
5" 2" 5"
OR 6
12"
TYPE C BLOCK
Not to Scale
J,
1/2"
1/2"
1 p 5 3/4"
so•R
.
R=3/8" TYP L
1 5�8
3„ 2„
OR 6
10"
TYPE A BLOCK
Not to Scale
BLOCK. TRAFFIC CURB
�Y p ADOPTED
V� CITY OF RENTON
NOTE: + ♦ ��
6' LENGTHS ALLOWABLE ONLY WITH APPROVAL OF ENGINEER. STANDARD PLANS L
ynNmO LST DATE: W4gf-. /D l
nnTF RFVISI(lN AY PPR D DWG. NAME: FR03 SP PAGE: FO03
N
z Z'
} ! w ■ ; \ § § z)
lu w
0 6j
W LL<
0 C)
Z
12 lu
:s
D
CD
mc[E 4
-,E
0 x
m
o 10
if g
T! F- C,6 z LL
w
w c
a lj'
Vd
kL
ju- co AE ƒ! ` \ / . �
0
Z � m \ � �
90
0 CL
�o C)
W.
.c
U
b 0
B�
cc
,o
§( . §
w we
0
SNAM311 TWO ;AG WAYd(l
N C)
Q �0 N Z w Z Z N M
W LL Q W
L Da per 5 X Q N a U p p
I `y PAO w W H °U cn Q Cl.
U1_0 n=0
b b 'L Q b b IL~U
�w
LJ
cr
t
.l
.L .Z
Q 0 N I 5
r r K I %L W
h
to b c- b b
N
Ak. Z
� f�
.E Y
.L
r= r
WF NF < MF
b b a} b b W b b W�
SH3k06 TUB :AB wykb
0,
5 G BROOMED FINISH
4" WIDE, SMOOTH
0+ 5 0 TROWELED PERIMETER
15, ,
E
OM
5 G
0
5 G CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
0" NOT INCLUDED IN BID ITEM
5 E
G '
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
s�o
F�
\ / JOINT AND FINISH
DETAIL
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
INCLUDED
2% 2% IN BID ITEM
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
( I CY ADOPTED
G CITY OF RENTON
STANDARD PLANS
L�N T LST DATE:03/2004 S
DATE I REVISION BY APPR DWG. NAME: F03 SP PAGE: F-3
1'- 0"
MIN. 6"1 SIDEWALK
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
112" R. (TYP.) CURB NOT
INCLUDED
2% IN BID ITEM
8-0 8..SEE RAISED 1/4- PREMOLDED
EDGE DETAIL JOINT FILLER
CEMENT CONCRETE SIDEWALK
WITH RAISED EDGE
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6 1/2-
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.)
2% v
SEE CURB FACE DETAIL
i
MONOLITHIC CEMENT CONCRETE
CURB AND SIDEWALK
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK BUFFER STRIP
VARIES - 5' - 0" MIN. RTES - 3' - 0" MI 4.
(SEE CONTRACT) (SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
2� 2% INCLUDED
- - IN BID ITEM
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
CEMENT CONCRETE SIDEWALK
SHEET 2 of 3
.Y ADOPTED
N CITY OF RENTON
` STANDARD PLANS
O LST DATE:03/2004 iD0 h I
DATE REVISION BY APPR DWG. NAME: F03 SP PAGE: F-3
6" -
1/2" R. LEVEL 1/2 1° R
1 D —
:14.. 2%_
NOTE: EXTEND SIDEWALK TRANSVERSE SEE C 6 1/2"
JOINTS TO INCLUDE RAISED EDGE CONTRACTION
FACE OF CURB
JOINT 5 1/2" 1"
RAISED EDGE DETAIL 1" R.
TOP OF
p tD ROADWAY
D 12"
WALL OR BARRIER c
SIDEWALK 8" 6 1/2" 1"
1/2" R NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION
JOINTS TO INCLUDE CURB (FULL DEPTH)
D CURB FACE DETAIL
1/4" PREMOLDED
J JOINT FILLER
SIDEWALK ADJACENT
TO WALL DETAIL
3/8' z_ 1/8" TO 1/4-
D i D
tp
PREMOLDED
JOINT FILLER
EO EXPANSION JOINT CO CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
i
SHEET 3 of 3
Y ADOPTED
CrrY OF RENTON
♦ STANDARD PLANS
LST DATE:03/2004 L 0
DATE REVISION I BY IAPEPR DWG. NAME: F03 SP PAGE: F-3
DRIVEWAY
(BY OTHERS)
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1V
SLOPE (TYP.)
CEMENT
CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 1 - ISOMETRIC VIEW
SEE SHEET 3
DRIVEWAY
(BY OTHERS)
CEM. CONC.
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 2 N ISOMETRIC VIEW
SEE SHEET 4
i
NOTES:
1. When the driveway width exceeds 15 feet, construct a full
depth expansion joint (see Standard Plan F-3) with 3/8" joint
filler along the driveway centerline.
2. Construct expansion joints parallel with the centerline as
required at 15' maximum spacing when driveway widths exceed
30'. See Std. Plan F-3 for sidewalk details.
3. Curb and gutter shown, see the Contract. Plans for the
curb design specified. See Std. Plan F-1 for curb details. CEMENT CONCRETE DRIVEWAY ENTRANCE
4. Avoid placing drainage structures, junction boxes or other TYPES 1, 2, 3, & 4
obstructions in front of driveway entrances.
Sheet 1 OF 6
tidy 0 ADOPTED
j A G CITY OF RENTON
STANDARD PLANS
N.t O LST DATE: 03/2004
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F-4
DRIVEWAY
(BY OTHERS) CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
J„
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 3 ISOMETRIC VIEW
SEE SHEET 5
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
DRIVEWAY
(BY OTHERS)
r
CEMENT CONCRETE DEPRESSED
CURB & GUTTER CURB & GUTTER
(SEE NOTE 3) (SEE NOTE 3)
TYPE 4 — ISOMETRIC VIEW
SEE SHEET 6
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 2 of 6
tiCY p ADOPTED
V CITY OF RENTON
STANDARD PLANS
O LST DATE: 03/2004
oa DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F-4
BID ITEM (INCLUDES SIDEWALK RAMPS)
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-D"
r
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
3/8" EXPANSION JOINT (WHEN SPECIFIED IN CONTRACT)
(TYP.) (SEE STD. PLAN F-3) ° (SEE STD. PLAN F-1)
CEMENT CONCRETE SIDEWALK
0 0 0
I I I
RAMP WITH 12H:1V SEE NOTE 1 CEMENT CONCRETE
SLOPE (TYP.) B CURB & GUTTER
PLAN VIEW (SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1
NOT TO SCALE
6'-O" VARIES 14' MIN. i 6'-0"
RAMP (SEE CONTRACT) RAMP
CEMENT CONCRETE PEDESTRIAN
� CURB (TYP.) �D tD
io
CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.)
SIDEWALK O SE (SEE STD. PLAN F-3)
CTiOi�
6'-0' 6'-0'
1/2 R (TYP.) DEPRESSED
'
o, CURB & GUTTER
O VARIES (SEE NOTE 3)
2%
3/8" EXPANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
I
/DRIVEWAY SECTION O
(BY OTHERS)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 3 OF 6
Y p ADOPTED
V CITY OF RENTON
♦ ! +
STANDARD PLANS
N T IST DATE: 03/2004
1'Od Y�
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: A-4
BID ITEM
5'-0" 2'-6" VARIES ^- 14' MIN. (SEE CONTRACT) 2'-6" 5'_0"
;/8" EXPANSION JOINT (TYP. SEE NOTE 1 DRIVEWAY
(SEE STD. PLAN F-3) ENTRANCE
SIDEWALK
CEMENT CONCRETE
(TYP.)
SIDEWALK
a
0
C
� � I
DRIVEWAY
CEMENT CONCRETE 5'-0' 2'-6" TAPER (TYP.)
CURB do GUTTER D DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
(SEE NOTE 3
PLAN VIEW
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCF TYPE 2
NOT TO SCALE
VARIES — 6" to 0 DRIVEWAY DRIVEWAY
—� ENTRANCE ENTRANCE
I
7'-6- VARIES Y 14' MIN I SIDE SLOPE SIDEWALK
DRIVEWAY TAPER (SEE CONTRACT) VARIES — VARIES —
5'-0 to 0 0 TO 7'-6"
VARIES 2' 6" to 0
`v io
io `v
CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.)
SIDEWALK SECTION (SEE STD. PLAN F-3)
C
4'-0' 6'-0"
1/2" R (TYP.) DEPRESSED
wl CURB & GUTTER
2R ° (SEE NOTE 3)
3/8" EXPANSION JOINT
DRIVEWAY (TYP.) (SEE STD. PLAN F-3)
(BY OTHERS)
SECTION O
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 4 OF 6
A Y o ADOPTED
I I!m CITY OF RENTON
♦
STANDARD PLANS
N T LST DATE: 03/2004 ��q
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F=4
X Y
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3) 3' 0" 13' 1'
CEMENT 4' 0' 10' 9"
CONCRETE VARIES 14' MIN. (SEE CONTRACT)
SIDEWALK 5' 0" 7' 8"
0
I
.n
iP. I
o,
o W o
ko
��
w
x .r F x
BUFFER STRIP SEE NOTE 1 2' 6" 2' 6- CEMENT CONCRETE
(TYP-) E CURB & GUTTER
Y BID ITEM (SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
w:.
PLAN NEW
CEMENT CONCRETE WAY NTRANCF TYPE
!� NOT TO SCALE
� f
i
DRIVEWAY 5'-0' 6'-0' DEPRESSED
(BY OTHERS) 1/2* R (TYP.) �1 CURB & GUTTER
2x m ;o /y (SEE NOTE 3)
IN —'
3/8' EXPANSION JOINT(TYP.)
(SEE STD. PLAN F-3)
SECTION EO
VARIES VARIES - VARIES - 14' MIN. DRIVEWAY ENTRANCE
2'6" to 0 2'6' to 0 (SEE CONTRACT) SIDE SSLOPE (TYP.)
r VARIES 6" to 0 BUFFER STRIP
y (TYP.)
SECTION O
CEMENT CONCRETE DRIVEWAY ENTRANCE
{ TYPES 1, 2, 3, & 4
Sheet 5 OF 6
tiCY p ADOPTED
V CITY OF RENTON
STANDARD PLANS
O LST DATE: 03/2004
J5v�Y
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F-
BID ITEM
6'-0" VARIES 14' MIN. (SEE CONTRACT) r 6'-0"
I
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
0
I
G
i
DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE
SIDE SLOPE (TYP.) H CURB & GUTTER
(SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4
NOT TO SCALE
VARIES ^- 6'-0" to 0 VARIES — 14' MIN. VARIES 6'-0" to 0
f
(SEE CONTRACT)
DRIVEWAY ENTRANCE VARIES 6" to 0
SIDE SLOPE (TYP.)
co �
co
3/8" EXPANSION JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
6'-0" DEPRESSED
1/2" R (TYP.) t°1 CURB & GUTTER
/y (SEE NOTE 3)
DRIVEWAY
(BY OTHERS)
i
SECTION O CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 6 OF 6
Y p ADOPTED
V CITY OF RENTON
MPSTANDARD PLANS
N O LST DATE:03/2004
DATE I REVISION fBY �APR DWG. NAME: F04 SP PAGE: F-4
2 (TYP) 2 (TYP)
Q \ \ DRIVEWAY OR ALLEY SEE
\ ZONING CODE FOR FOR MAX
& MIN WIDTHS
6' MIN
ALTERNATE 1 A`� 10" COMMERCIAL ZONE 2 oQ
SIDEWALK AND 6" RESIDENTIAL ZONE (�) o
CD PLANTER STRIP <a
m a CL
rI
CURB AND GUTTER SHOWN
HOWEVER, OTHER CURBS MAY BE SEE DETAIL "A"
USED. (SEE STANDARD PLANS)
SECTION A-A
Nw 2 (TYP)
/ \
lye 2 q
ALTERNATE 2
�y. SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE
(NO PLANTER STRIP) 6" RESIDENTIAL ZONE
THICKENED BASE OF CURB & GUTTER TO
MATCH APPROACH THICKNESS ON
COMMERCIAL APPROACHES. (TYP)
6„
JOINT /3/16' SCORE UNE AI NOTES:
1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C.
THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP. ftt::�l
2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF -is'.
APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS.
3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. DETAIL AIL A
'Vol 4. ALL JOINTS SHALL BE CLEANED AND EDGED. APPROACH WITH
5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE MONOLITHIC CURB
SEE NOTE 5
POURED INTEGRAL WITH STANDARD CURB (SEE DETAIL "A").
6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR.
7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. THE APPROACH
WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ ALLEY WIDTH.
8. NEW DRIVEWAY CONSTRUCTION CAN BE ACCOMPLISHED USING EITHER OF TWO CRITERIA
FOR DEPTH OF CONCRETE AT THE CURB. THIS SECTION OF THE DRIVEWAY CAN BE
CONSTRUCTED WITH A MINIMUM DEPTH OF 10" OF CONCRETE AT THE CURB OR A MINIMUM OF CEMENT CONCETE APPROACH
6" OF CONCRETE AT THE CURB WITH A MINIMUM OF TWO (2) #4 REBAR SECTIONS PLACED
WITHIN THE DRIVEWAY PORTION of THE CURB. FOR DRIVEWAYS AND ALLEYS
Uti�Y p� ADOPTED
CITY OF RENTON
t i �
STANDARD PLANS �\0,
LST DATE: T2)b O
07/07/03 Added note B. DJE
10/22/96 Edited graphics, text. Added note 7. DCV I DRT
DATE REVISION I BY JAPPR'Dl DWG. NAME: FR01 N SP PAGE: FO06
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS
1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER
1/4"R AT JOINTS
A
SCORE LINES TO BE RADIAL A W
TO CURB AND GUTTER i '
+ W
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS SCORE LINES
B B
"W"—WIDTH OF SIDEWALK
l
1/2"X5" EXPANSION
MATERIAL CURB RETURN
1/4"/FT. SLOPE ONLY
1/2"R 1/4"/FT. SLOPE
1/2"R 4" 1/2"R
PAVEMENT AS PER PLANS
I
4" 1 PAVEMENT AS PER PLANS /
STANDARD CEM. CONC. PARKWAY) STANDARD CEM.
GUTTER
CURB AND
CURB AND GUTTER
GUTTER
SECTION A-A SECTION B-B
SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS
GENERAL NOTES:
JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15'C/C NOR LESS THAN 10' C/C. THEY SHALL
NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER LINE. 1/2"
THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1"
BELOW CONCRETE.
WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER. THE JOINT SHALL BE A COLD
JOINT. 1/2"X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS.
1/2"X4" EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL
THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REOUIREMENTS OF CLASS B (3/4") WITH AIR
ENTRAINMENT.
THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH.
SUBGRADE COMPACTION SHALL BE 90%(MODIFIED PROCTOR). TYPICAL SIDEWALK
QTY p ADOPTED
V w CITY OF RENTON
♦ ! a
STANDARD PLANS ,C ,/
LST DATE: U-"[.46 O T/B`/
DATE REVISION BY PPR D DWG. NAME: FR-02 SP PAGE: FO07
ow
IF
EXISTING ASPHALT 2.0'* NEW CURB
PAVEMENT MIN. & GUTTER
SAWCUT
� d
Q d d
e a
e
a
ARTERIAL STRE T MINIMUM
7" HMA
ire 6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA
.r 6" CRUSHED ROCK
s
i
CURB & GUTTER REPLACEMENT DETAIL
•
NOTES:MUSTMATCH EXISTING THICKNESS IF GREATER. GpY C17Y OF RENTON
* OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT + �+
STANDARD PLANS
LST DATE:04/04
w 16/12/06 Removed Closs B & ATB Added HMA 2.0 RP JF
DATE REVISION I BY PPR'Dl DWG. NAME: F008 SP PAGE: F008
OPTIONAL APPROACH
STANDARD APPROACH I 9
A� 5•--}--7-M IN
1Y I C! I EPnNG
PLANTING}'MIN J/E"E%PAN90N JOINT
6'MiN 6'MiN 3/B E](PANSION.PINT L
HALF PLAN 1I HALF PLAN B
A J USE OPTIONAL APPROACH ONLY WHEN A
SIDEWALK IS USED AT THE BACK OF THE .
APPROACH AND THE SIDEWALK IS SET BACK
TO A MINIMUM OF 6'FROM CURB-
/7-
MAX
} n.MAX (BEVEL NIERE POSSIBLE)
BEVEL WHERE POSSIBLE) 41
HAI F ELEVATION
HAI F ELFVATK7N
MIN C THICK SIDEWALK
W APPROACH AREA
OPTIONAL
oSIDEWALK
_- gC110N (5 sTAt ARDU� V WNN / APPROACH IYMIN
PLr+s EAR OTHER Hxxm DEaCHS) T'
R 15'MIN
31B"EXPANSION"a
APPROACH PLAN
L
THtCXE NED EDGE OF _
APPROACH TO FULL DEPTH OF
CURB
NOTES: '
1. A MINIMUM 3' MADE ACCESSIBLE ROUTE SHALL BE MAINTAINED IN ALL
PEDESTRIAN ACCESSIBLE AREAS. CEMENT CONCRETE CURB AND GUTRn
SECTION SHOWN(SEE STANDARD
2. CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15' PVWS FOR OTHER CURB
MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. 3/B EXPANSION JOINT
3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST
CURB RAMPS. T MIN '
4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE I. APPROACH TO
SIDEWALK, ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES FULL DEPTH OF CURB
EXCEPT AT END OF RAMP NEXT TO ROADWAY.
5. CHANCES IN LEVEL UP TO 1/4' MAY BE VERTICAL AND WITHOUT SECTION B=:R
EDGE TREATMENT. CHANGES IN LEVEL BETWEEN 1/4' AND 1/2- SHALL
BE BEVELED WITH A SLOPE NO GREATER THAN 1:2.
6. RAMP TEXTURING IS TO BE DONE WITH AN EXPANDED METAL GRATE
PLACED AND REMOVED FROM WET CONCRETE TO LEAVE A DIAMOND
PATTERN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE
PERPENDICULAR TO THE CURB. GROOVES SHALL BE 1/8' DEEP AND CEMENT CONCETE SIDEWALK
1/4' WADE
AND APPROACH DETAILS
7. CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF
AIR-ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED INTEGRAL �.SY 0 ADOPTED
WITH CURB. U� CITY OF RENTON
♦ f
STANDARD PLANS
LST DATE:8/97 Q
B/97 JCHANGr DWG NAME FROM FR-03 TO FR-03-2 DCV DT
4/97 REPLACE SP PAGE: F005.2 OF 8 10 95 ocv DT DWG. NAME: FR-03_2 SP PAGE: F49�Y;
DATE REVISION BY PPR D
DETECTABLE WARNING
PATTERN (SEE DETAIL)
A o z
I � J
A �
3/8" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3) /v
4'-0" ?\0 O
i
MIN. h
� o
O
h
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
PLAN
SIDEWALK RAMP TYPE 1A
A
a;
3/8" EXPANSION
o JOINT (TYP.)
Z ' i �• (SEE STD. PLAN F-3)
o.
4'
0.
DETECTABLE WARNING
PATTERN (SEE DETAIL)
0= C
Idyl
5 2• 0"
CROSSWALK
(SEE STD. PLAN H-5c)
RAMP DETAIL
FOR SIDEWALK RAMP
TYPES 18, 1C. 1D
ISOMETRIC VIEW
NOTES:
1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas.
II
2. Detectable warning patterns may be created by any method that will achieve the truncated dome
dimensions and spacing shown.
3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb
details.
4. The plan views for SIDEWALK RAMP TYPES 1B, 1C & 1D are provided to define each ramp type. See the SIDEWALK RAMP
RAMP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. TYPES IA, IB, IC & ID
5. Ramp slopes shall not be steeper than 12H:1 V. SHEET I OF 3
� ADOPTED
CRY OF RENTON
STANDARD DATE:03/2004 04 r('PLANS
UT / (O
�V
DATE I REVISION I BY JAPPR DWG. NAME: F03A SP PAGE:F-3a
i
4' - 0" MIN. 6' - 0" MIN.
LANDING RAMP 2 - 0"
27 TOP OF
ROADWAY �+
CEMENT CONCRETE
SIDEWALK DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION O
6'-0" MIN.
iD
TOP OF
ROADWAY
CEMENT CONCRETE i
1 SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION 8O (SEE NOTE 3)
10' - 0" MIN.
iO
2% TOP OF
ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION O (SEE NOTE 3)
SIDEWALK RAMP
TYPES IA, 1B, 1C & 1D
SHEET 2 of 3
ADOPTED `
•� CITY OF RENTON
STANDARD PLANS
1Sf DATE:03/2004
DATE REVISION BY APPR DWG. NAME: FO3A SP PAGE:F-3a
RADIUS POINT OF
SIDEWALK RAMP AND
CURB RETURN (TYP.) BACK EDGE OF SIDEWALK IS PARALLEL
TO APPROACH ROADWAY (TYP.)
SEE RAMP DETAIL
(TYP.) SEE RAMP DETAIL
(TYP-)
ELAN ELAN
SIDEWALK RAMP TYPE 1C SIDEWALK RAMP TYPE 1D
J
DETECTABLE WARNING PATTERN AREA
SHALL BE YELLOW, IN COMPLIANCE
8 / WITH STD. SPEC. 8-14.3(3)
J � ,
RAMP
B
... _ MIN. MAX.
Al I.- EC7/16- 2 3/8"
�. 1 1/2"
3/4"
ELAN 1 7/16
SEE RAMP DETAIL
(TYP-)
TRUNCATED DOMES (SEE NOTE 21
ELEVATION DETECTABLE WARNING PATTERN DETAIL
ELAN
SIDEWALK RAMP TYPE 1B
SIDEWALK RAMP
TYPES 1A, 1B, 1C k 1D
SHEET 3 of 3
ADOPTED
CITY OF RENTON
STANDARD PLANS �QIQ
ISf DATE:03/2004
DATE REVISION BY DWG. NAME: F03A SP PAGE:F 3a d I
ETECTABLE WARNING
..............
' ATTERN (SEE DETAI
ISOMETRIC VIEW \
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
C 3/8- EXPANSION
JOINT (TYP.) ,
(SEE ST-D. PLAN F-3)
O
CEMENT CONCRETE y ��O•
PEDESTRIAN CURB� 0
3�
m
lb�0
P i i
P
B
0
SEE CONTRACT FOR CROSSWALK (TYP.)
CURB RETURN RADIUS (SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 2A
NOTES: PLAN
1. Avoid placing drainage structures, junction boxes or
other obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and SIDEWALK RAMP
spacing shown. The detectable warning pattern area shall TYPES 2A & 2B
be yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 3
design specified. See Std. Plan F-1 for curb details. ��Y O ADOPTED
4. See Std. Plan F-3 for sidewalk joint placement and details. O CITY OF RENTON
5. Ramp slopes shall not be steeper than 121-1:1V. f +
STANDARD PLANS
O LST DATE:03/2004
l
DATE REVISION BY APPR DWG. NAME: F038 SP PAGE: F-3b
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
A
C DETECTABLE
WARNING
PATTERN (TYP.)
(SEE DETAIL)
0
i
RAMP CENTERLINE
B m
2'-6"
O G
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN H- c) CROSSWALK (TYP.)
B O �,00,�i� �
2'-6" C
3/8" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
SEE CONTRACT FOR
� CURB RETURN RADIUS
Iw ` SIDEWALK RAMP TYPE 213
e PLAN
RAMP
E
O - 0 MIN. MAX.
• •:, ELEVATION
D I I... E D 1 5/8" 2 3/8"
TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2"
Q • DETECTABLE WARNING
PATTERN DETAIL F 7/16" 3/4"
PLAN G 7/8" 1 7/16"
�y SIDEWALK RAMP
i TYPES 2A & 213
SHEET 2 of 3
p ADOPTED
V CITY OF RENTON nn1
+ • �V y,��
STANDARD PLANS
LST DATE:03/2004 f�
DATE REVISION By APR
DWG. NAME: F03B SP PAGE: F-3bl
6'-0' MIN.
m
TOP OF
27. < � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
SECTION OA (S NOTE GUTTER
6" 6'-0' MIN.
LANDING
in 2'-0"
FLUSH TOP OF
2% ROADWAY
DEPRESSED
CEMENT CURB do GUTTER
CEMENT CONCRETE 1O CONCRETE (SEE NOTE 3)
PEDESTRIAN CURB SIDEWALK
(SEE STD. PLAN F-1) DETECTABLE WARNING
SECTION O PATTERN (SEE DETAIL)
VARIES — VARIES
3'-0' TO "A' 2'-6' TO 'C'
— TYPE 2A TYPE 28
VARIES — 6'-0" TO 'B VARIES 6'-0' TO 'B'
RAMP I RAMP
11:6 6" 1
3/8' EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3) LANDING
SECTION CO
RADIUS A B C
(AT CURB FACE)
20 FEET 4' — 5 1/4' 8' — 10 1/2' 3' — 8 1/2'
30 FEET 3' - 10' 7 - 8" 3' - 21/4'
40 FEET 3' - 7' 7'- 2' 3'- 0'
50 FEET 3' — 5 112' 6' — 10 3/4' 2'— 10 1/2'
60 FEET 3' — 4 1/2' 6'— 8 3/4' 2' — 9 1/2'
70 FEET 3'— 3 3/4" 6' — 7 1/2' 2' — 9' SIDEWALK RAMP
80 FEET 3' — 3 1/4' 6' — 6 1/2' 2' — 8 1/2' TYPES 2A & 213
90 FEET 3' - 2 3/4' 6' - 5 1/2" 2' - 8 1/4' SHEET 3 of 3
100 FEET 3' — 2 1/2 6' — 5' 2'—,8- ADOPTED
G o
CITY OF RENTON
t t
INTERMEDIATE RADII CAN BE INTERPOLATED STANDARD PLANS
IST DATE:03/2004 �yZ
DATE I REVISION BY APPR DWG. NAME: F03B SP PAGE: F—Sb
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
5'-0" MIN.
SIDEWALK BUFFER STRIP
(TYP.)
RAMP CENTERLINE
I J
SEE CONTRACT FOR
CURB RETURN RADIUS
CEMENT CONCRETE J..
PEDESTRIAN CURB � A
C J,
CEMENT CONCRETE
3'-0" MIN. PEDESTRIAN CURB
RAMP
3/8" EXPANSION J"
JOINT (TYP.)
(SEE STD. PLAN F-3)
�u Ju
Ju B
Ju
CROSSWALK (TYP.)
DETECTABLE WARNING (SEE STD. PLAN H-5c)
PATTERN (SEE DETAIL)
or`� a
SIDEWALK RAMP TYPE 3A a
PLAN
�u d
Ju
O
O
Ju
.r d
Ju
O
d
D
NOTES•
1. Avoid placing drainage structures, junction boxes or other ISOMETRIC VIEW
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any
method that will achieve the truncated dome dimensions and
spacing shown. The detectable warning pattern area shall be
yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the SIDEWALK RAMP
curb design specified. See Std. Plan F-1 for curb details. TYPES 3A, 313, 3C, & 3D
4. See Std. Plan F-3 for sidewalk joint placement and
Sheet 1 of 6
details.
Y ADOPTED
5. Ramp slopes shall not be steeper than 121-1:1V. v CITY OF RENTON
STANDARD PLANS
ISr DATE:03/2004
DATE REVISION BY PPR DWG. NAME: FO3C-1 SP PAGE: F-3c
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
5'-0" MIN.
SIDEWALK
C
Jw
3'-0" MIN. DETECTABLE
RAMP WARNING
PATTERN (TYP.)
RAMP CENTERLINE (SEE DETAIL)
...... ......
CEMENT CONCRETE
PEDESTRIAN CURB Q
\O. JY 11
I iii BUFFER STRIP
3'-0" MIN MID.)
R A M
P/8- EXPANSION �P OK
.-IOINT (TYP.N 0.1
STD. PLAN F-3)
JY
Jw
Jw
SEE CONTRACT FOR
CURB RETURN RADIUS
CROSSWALK (TYP.)
(SEE SM. PLAN H-5c)
SIDEWALK RAMP TYPE 3B CEMENT CONCRETE CURE
PLAN
CURB RADIUS DETAIL
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 2 of 6
ADOPTED
O CM OF RENTON
STANDARD PLANS
L.
LST DATE:03/2004
DATE I REVISION BY AP�PR DWG. NAME: F03C-1 SP PAGE: F—,)c
RADIUS POINT OF
SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
J,
6._0,. BUFFER STRIP
MIN. (TYP.)
E
S/pFw�A! a„
SEE CONTRACT FOR
G CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB
CROSSWALK (TYP.)
DETECTABLE WARNING (SEE STD. PLAN H-5c)
PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 3C
PLAN
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 3 of 6
ADOPTED
O CITY OF RENTON ILI
« « STANDARD PLANS
O LST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F-3
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
Jig
G DETECTABLE
WARNING
PATTERN (TYP.)
RAMP CENTERLINE m. (SEE DETAIL)
40
CEMENT CONCRETE
PEDESTRIAN CURB
(TYP.) J., BUFFER STRIP
yid O. (TYP.)
G
SEE CONTRACT FOR
G CURB RETURN RADIUS
oP
F
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 3D
PLAN
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 4 of 6
o ADOPTED
GO CrrY OF RENTON
STANDARD PUNS 0
O LST DATE:03/2004 kk-S&
�-DATE REVISION BY A p pg DWG. NAME: F03C-1 SP PAGE: F-6�
5-0" MIN. 3'-0" MIN.
BUFFER
STRIP fO
TOP OF
2% v � ROADWAY
CEMENT CEMENT CONCRETE
CONCRETE CURB & GUTTER
SIDEWALK SECTION O (SEE NOTE 3)
5'-0" MIN. 3'-0" MIN.
LANDING RAMP DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
2-0"
� TOP OF
2% ROADWAY
CEMENT CONCRETE DETECTABLE
PEDESTRIAN CURB WARNING
(SEE STD. PLAN F-1) PATTERN
(SEE DETAIL)
SECTION BO
3'I _ 0" MIN. � 5-0" MIN. I 3'-0" MIN.
PARIO LAiJ01Nv RAMP
Z 3/8" EXPANSION
JOINT (TYP.)
SECTION (SEE STD. PLAN F-3)
O
5'-0" MIN. 3'-0" MIN.
CEMENT CONCRETE
SIDEWALK BUFFER
STRIP tO TOP OF
� 2% � ROADWAY
CEMENT CONCRETE CEMENT CONCRETE
PEDESTRIAN CURB CURB & GUTTER
(SEE STD. PLAN F-1) SECTION OD (SEE NOTE 3)
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 5 of 6
V OF CI ADOPTED
TY RENTON
STANDARD PLANS I
N O L r DATE:03/2004
DATE I REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F-3
5'-0" MIN. 6'-0" MIN.
BUFFER
STRIP
TOP OF
_2%_ � � ROADWAY i
CEMENT CEMENT CONCRETE
CONCRETE CURB & GUTTER
SIDEWALK SECTION E (SEE NOTE 3)
5'-0" MIN. 6'-0" MIN.
CEMENT CONCRETE RAMP
SIDEWALK
_ io
2 - 0 TOP OF
2% / ROADWAY
CEMENT CONCRETE
PEDESTRIAN CURB DEPRESSED
(SEE STD. PLAN F-1) CURB & GUTTER
(SEE NOTE 3)
SECTION O DETECTABLE WARNING
5'-O' RAMP PATTERN (SEE DETAIL)
CON
CEMENT CONCRETE VARIES "-
I
l PEDESTRIAN CURB (TYP.) 0 TO 6" 6" (TYP.)
(SEE STD. PLAN F-1)
1
A J
,p RAMP
SECTION OG
A �, e
O O MIN. MAX.
'
A 1 5/8" 2 3/8"
PLAN B 5/8" 1 1/2" i
�f C 7/16" 3/4"
ID 1 /8" 1 7/16"
n
ELEVATION i
TRUNCATED DOMES (SEE NOTE 2)
DETECTABLE WARNING PATTERN
DETAIL
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 6 of 6
p ADOPTED
CITY OF RENTON _.
�O11- b
STANDARD PLANS �
LST DATE:03/2004
DATE REVISION I BY APPR DWG. NAME: F03C-1 SP PAGE: F-3
RADIUS POINT OF
CURB RETURN
RgD�US
(q T
SF£ CONT�gCe FgCF)
T
CEMENT CONCRETE
PEDESTRIAN CURB
3/8" EXPANSION JOINT DETECTABLE WARNING
(SEE STD. PLAN F-3) PATTERN (SEE DETAIL)
A C
nl
Y
J
O Q O
1 w B I
L0 cl U7
N
.r Ji, .rri Ji,
Jo
lCROSSWALK,
(SEE STD. PLAN H-5c)
BUFFER
STRIP DISTANCE FROM P.C. RAMP LANDING
SIDEWALK RAMP TYPE 4B
PLAN VIEW
r•:
ISOMETRIC VIEW
SIDEWALK RAMP TYPE 413
Sheet 1 of 3
Gti O
ADOPTED
CITY OF RENTON
4
STANDARD PLANS
IST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03e SP PAGE:F-3e
5' — 0" W
BUFFER STRIP
TOP OF
2% `r •.� ROADWAY
CEMENT
CONCRETE SECTION OA CEMENT CONCRETE
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
3/8" EXPANSION JOINT
(SEE STD. PLAN F-3) 6' — 0"
CEMENT RAMP
CONCRETE 2' — 0"
SIDEWALK LANDING TOP OF
_ ROADWf
I 6"
DETECTABLE WARNING DEPRESSED
PATTERN (SEE DETAIL) CURB & GUTTER
(SEE NOTE 3)
SECTION
_I
5' — 0" RAMP
DETECTABLE WARNING PATTERN AREA VARIES BUFFER STRIP
VARIES 0 TO W
SHALL BE YELLOW, IN COMPLIANCE 0 TO 6"
WITH STD. SPEC. 8-14.3(3) TOP OF
A `* �I ROADWAY
RAMP
B
a .
CEMENT CONCRETE
CEMENT CONCRETE CURB & GUTTER
Al t;- a a. e.A g PEDESTRIAN CURB (SEE NOTE 3)
'. (SEE STD. PLAN F-1) SECTION CO
e
PLAN
M
MIN. MAX.
—�I �L A 1 5/8" 2 3/8"
ELEVATION B 5/8" 1 1/2"
C 7/16" 3/4"
ETAI SIDEWALK RAMP TYPE 4B
TRUNCATED DOMES (SEE NOTE 2) D 7/8" 1 7/16"
` D_ETECTABLE WARNING PATTER
Sheet 2 of 3
ADOPTED
CITY OF RENTON
STANDARD PLANS 1
LST DATE:O3/2004
DATE I REVISION BY AP PR DWG. NAME: F03e SP PAGE: F-3e
N \ \ \ \ \ \
Q0 cD 00 0) 1
O I I I I I I I I
O
p) M tD O N
h N N N (14
II \ M \ \ \
in 0)
x 00 O CO
I I
I I 1 1 I I
o) O
C14 't N
O
> M I I M 0 >
o w
I N 1 ^ I I I I I c s
00 O N O a)
N N 04 t0 (N U O
tD 2
N N C (�
O
11 ^ \ M j 3
o
x i N M cD M ( 0) LO cn
i7 1 I I I I O I I O -0 -0 v
o : _
C U 0 0
M ^ \ \
M -U camO,
wO 0
aO M O O
I x .O C C
�N�O O 00- E_^ 0 m D
N O U
0 On U O
C
x o
U C
r\ v >
E c L y Y 0
0—= O N
00 0) O N U (n m O 3 N
O C O U O
i O y-0 O
N st � N
\ \ \ \ \ \ r o 0 3 :3 0
C) M o o aE O U� cc
1 7 n to I to
p 1 I I I I I N `o � L �. n`� Dii �
1 b N �o a E c N
r7 LO
N c 0 3 U 0,L-a C)
N N s s (V s U G) C a
II \ \ o \ \ \ aUaC-'o
O y
M 0
v a
U U (n
x N LO ao in a c
I I I I I I I I I NQ v tnQ�
f0 O) N M O r.• 4,
Z� O N V)
CN
s s
tb M co M
O
I I ^ I I I I I I I
O) .— N 0 00 J
t+)
O
N s}
C14 njf
a
x to M m N N 1 O Z
Li
I I I 1 I I M I I m-00 0
-rl Q
U
W
U C
Cn LL
CO W W W W W W W W W
o U- L a SIDEWALK RAMP TYPE 4B
O O O O p p O p p p
(D h 00 O p W
F
Of Sheet 3 of 3
? Y ADOPTED
CITY OF RENTON
STANDARD PLANS L 0
O LST DATE:03/2004 l
DATE REVISION �APPR DWG. NAME: F03e SP PAGE: F-3e
RADIUS POINT OF
CURB RETURN
�S
SF �qT
ACT ACFJ
CEMENT CONCRETE
3/8' EXPANSION JOINT PEDESTRIAN CURB
(SEE STD. PLAN F-3) r-
6'-0'
RAMP
o
i
J B �
O ;
W
O O
N
X
LANDING
CROSSWALK
Y C (SEE STD. PLAN H-5c)
DISTANCE
FROM P.C. DETECTABLE WARNING
J PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 4A
PLAN
RADIUS X Y
(AT CURB FACE)
20 FEET 6'-1 3/4'
30 FEET Y- 11 3/4' 4' - 8 1/4"
�., 40 FEET 9'-5 1/4•
e,
50 FEET 10' - 8 3/4'
60 FEET 11'- 10 1/4'
70 FEET 12' - 10 3/4' 10'- 6 3/4'
ISOMETRIC VIEW 80 FEET 13' - 101/2• n•- 8 3/4-
90 FEET 14' - 9 1/4' 12' - 9 3/4'
100 FEET 15' - 7 1/2* 13' - 10 1/4" w
INTERMEDIATE RADII CAN BE INTERPOLATED
NOTES:
1. Avoid placing drainage structures, junction boxes or other
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and SIDEWALK RAMP TYPE 4A
spacing shown. SHEET 1 OF 2
3. Curb and gutter shown, see the Contract Plans for the curb
design specified. See Std. Pion F-1 for curb details.
� p ADOPTED
4. See Std. Pion F-3 for sidewalk joint placement and details. CITY OF RENTON
5. Romp slopes shall not be steeper than 12H:IV. r STANDARD PLANS
LST DATE:03/2004
DATE REVISION 13Y APPR
DWG. NAME: F03D SP PAGE: F t(
6'-0"
CEMENT CONCRETE
PEDESTRIAN CURB
;p (SEE STD. PLAN F-1) VARIES
TOP OF 0 TO 6' TOP OF
2% ROADWAY ROADWAY
CEMENT CONCRETE
DEPRESSED
SIDEWALK CEMENT CONCRETE CEMENT CONCRETE CURB Ec GUTTER
CURB & GUTTER RAMP (SEE NOTE 3)
SECTION OA (SEE NOTE 3)
SECTION CO
3/8" EXPANSION JOINT
(SEE STD. PLAN F-3) 6'-0'
RAMP
CEMENT CONCRETE 2' - 0'
SIDEWALK TOP
LANDING OF
ROADWAY
DETECTABLE WARNING DEPRESSED
PATTERN (SEE DETAIL) CURB & GUTTER
(SEE NOTE 3)
SECTION BO
#r
SHALL BE YELLOW, IN COMPLIANCE
WITH STD. SPEC. 8-14.3(3)
i
ETECTAPLE AVAR NG PATTERN AREA
1r. RAMP
fib a a
A I I
MIN. MAX.
A 1 5/8. 2 3/8- - B TRUNCATED DOMES (SEE NOTE 2)
B 5/8- 11/2' PLAN DETECTABLE WARNING PATTERN
C 7/16• 3/4" C DETAIL
D 7/8' 1 7/16"
ELEVATION
SIDEWALK RAMP TYPE 4A
SHEET 2 OF 2
ADOPTED ,S
G CITY OF RENTON
♦ ♦ �Q J�/
STANDARD PLANS
N � LsT DATE:03/2004
DATE I REVISION I BY IAPFR�Q DWG. NAME: F03D SP PAGE: F-3c
w
N
r o
N
wr o O �a 8 Oo a =gz z
1 o f
o o ` H 'J O O S Z g N a •o--�
Ld d
�.�, z V _ o
�� w v� xt d ° $ G Q H LL C) [il
a v> °° �n 1= i 1p�r 5N Q= G = d Z F- Q
x z w r �n r '•o o b pF� O~ Z N O Q a
w n z � N om w
0:9 H °
> m ir� �� g
a Ln J =)V) 3 F-
K (7 O J in J r m w H
r a Z Q !- J W V)
J S V) a W m a W
w w V)V) O x V) ir L.L
O z d V) Er> U
K LD V) W Wa x s W
V) o � o >� w x LL W ` M
z . V)Z O W m a n .. o 0 0 0 0
O OV) Po = < N
ZZ OY U r .z J c,
H QU Zlr n ry [
U as Y
w �v) m v)In-- x Z o
o n a w m n
UU cDr c U JUd (, o O W qT$T$FF
S SZ O U ° ,ap w
r �W W W T �d W In O t °f n )
o .a a> rW rr Saa a i n o o i �5
in m3 Za Z -S d3 bbo �G
a c,-- U a vt a z o on o
ct
WW r O(D V)�-- 2a W (,, p i p O�^c o a °
O dU Zr \z rZ O¢ c¢ ¢ c o o c n o r
wV) YZ wm OW 2 MOr r Vl b o o b o tl C _a n
w ra �a z Ur 1-z p.
w> ,-> ww aw .-.a w w o a m =
< y°
O >0 . 2 J mcrm Z u z e
a7 V)a a(LK o) N aOz W
V)U r n.M0 I VW
xW WO WY zL) V)W^ O l
W> 02 Urr )Cm O>J Z G o �k
2a ..r Z W C Z> Wxa a
r3 J O a0 KW WO
O O r dUN V)
�r uoo rU 3J NM3 W -� O J O YO
2 J>a ZW f.�0 TWO 4 LL = a0w
W z0 LLO(L W� Ex M2a w o ` �X=
ZO ar OWm WO ZZ V)O� a s -� ; �O
W 3Z U� > So m
Oz W W a(n OU > r LL r O a
oo car owr as m o -U w _ = r=
(Wi)1- ZQ Zmw min YOU- <o-M �4 w¢
U 2 rJZ WV) Ow WV)W V)
■ o
ZW v)_j In J:- V)a aw mmo O
aJ xMw x Wa W o O ir
/^^
w Ja WOO aY r¢ 2W0 O
W tn0 wU WV10 Km V)r 3mr cr
r o
• _ �\/�1 j
s
OO
0
t
N m
W J
O W
o � �
m
U
� a �
o Y �
o c t
¢ } J
Wz
m Z
o ou
Op + o s
5 ao W
LD
S J z
rW Z
Y a
o ✓1
� O W
M U
O
¢ W >
Y w
O ;:
r ou
^m z J z �4
_
w o = a¢
o :3r
kn r TL z z
J W 2 Z r roo
of o O N r
0 0Y O "" U O aZ
J o
LL V W r
= Z LL O UO
LL a aw
z m o s(�
< < ¢ _
3L w z r r `-U
oo \ w > a a >w
_ « \ a m o a a
z v
�? o M J
2 O
^ O Z
v� z (n m w z aw
Z0 4r r ul r;
3c
'A
NW O
o � co
= J G ?
CN
V) oZ ° ° $ F N o
o n
�aaN N o O z z z N N
G
� O p
Z
o a= v
m ° O s �� < N D o O�� ul
• T Z z "
F
w o o �` E y W a r O 0 v
00 Um mw w N it N o o �� 1r S V� C N D Z H Q IL Z U O Mu J T C7 G C� QQ.��� a O ` ~~ a,
LLw ^'W < O Z Z O o O f` a U U) �
LL= J 2 W U Q/
In
H
CCLL Z< NO O W 0
cr
O x f f N.-.S n
i
> Z W W 0
mz~'•-• � J°W ° hW- z «p y p o 00 = o
0 o 3 O
u Q
+
O O N C N q
m 15 15 o
ow 'ji 7m
o a a a m
w o x cr=1 Ln
(AW HO <
w <m = CD z
T= J m U
O z
LLJ � O
CD cr J 0w Z 0
vl co 2= wi - O
�a
W �LL '-N OH In U
F-
O
z •� N M Q VI C
� J
40 � RCS
f
D Q'� = ni O
U
J
O 1-
O
Z
O
n CD
O X O
I/
Q V) OHO
Q LL 7x
U < In OF-
O 0 0L = N �
C Z C = O W O n
O CO�W Q Q U Z Q W �W O Q N W O
c Jo°O o t" = N 00 N
S�V C3 CD LJ
� U
xz x x
c\ '15 NIVW '15 NIVW
LLI
1U` N i Q
Q In
00—m
lr J
v Z
T =O
_
1! r
o °
C3 w w a
°
p"k
Z Q 4 U U
< m
ym 7= m m <
L)
'r J K O
M M J
W W z
d d U
T T
H H N
Cl
z
O T
w
J
D
W
J W V) Cl
Ld a j N
LD V) w �aeN, ;F-0_ Z Z N M> IUZW
U x y ^� ' OVZ d. Z d o
uj
d ° F/ Q 0 a 0 0 Cw ^ G =a a C
0 O Q
o m oN Q�° W �gF G Q U v~i < v
x x wm W 4.0 N
J N � OW
J O Z0 V�J
N LL WU F"
N �Q -1,6
w o w MJ W
m a: �r oLL = M
U QQ U y
J < N3 WLL 7
J S cc^t
= W =�
ZoW a.
N d rx Owx N z i 0..
N N H N W F-....p ^ N p o N Q
zuj
OZ N >- UO2 m s a~ w
rx U UZ ZIr.<
QQ ZO O W N < W <
> w
In : . b
N W CD U �'^W
0
W O NQ OwZ N f o N E rP NQ
UN Z OC7o W ^ o u W o
CJCr w Z� cr N
QO r U OQN L� >
N JO X W NO 6'W>o QJ` p g S
W lit CO n o >
H m W J O O N
z 'n Q N N F a i N C
N p WQ E
g
J
b � U
jW -.9 � i
N h N N J f p < <
W N
=
2 A W N
3 3 J =
ir oY°a
X 0 Q `<w
Cr
CD o 11 v w1 N n b LL
�
T
N
Z Cg O m `OQ W
tl O V .LL+ ti JQw Z
Wes= X - R
c. x(n o .°�a� 6o •`« zo • w X wwrzax; \ o o co
/ \ Zm QIA. vK ��p QW
p L p 0 t tl o W
Z C Q[¢ o o C tlC O 1-- Q W Q jn
C' b O O V co pxxw O ~ ml.)O f OJwa N Td Qz
N C C m<5 z WNJS Q
a ar r
otn(L o
.a loilo
Q
UTAOz W U
wF
W r oz O v.• v O
�Z V 0 0 0 i N O=frN N p� .J-•
W Z D .O r �` yZjO O O_O-•N V' Jb' a
`'1 o v ¢you n z
oy f o
a¢ N�� 1�dsxJ/ f o o=N o
ua 00 ^t2 u
a 0 0 2 v p 9 a x; z
Wi -OS/ N. cm (n
O J O O N W
LL N 2 Ir ()
> .-
NLL n B OU NQO z_ 0 L)
Jf d Ul �!1 Q Ow rJ0 Q
Z w m O O
J
.n z p
iX N`QJ roo �. H
uW b N m Za wzw o Z O
Q O U
• O .-. .-.. U W Z
N Jr
~ U Z
Llj o LL LLj m
• O �
� • xw a
cla
O O -c'w Z OJ tr Ua r
2 Y N Z
o s \ + w c= w O (.7 H w N
w a OOp \.� W LD m Q O x x
.e OYQ
3.
0 0 z N Cr Z 1
w p O Q 4 1
\`! ao N II
- V
0 1
mi Z °o
L-j~z m �aa' 8 lu�.�d Y cn N
Z
0
JJZ W G I� j o N
oz° x .� ' od y� N odQ g = oog a O
nap. d N z a o
Ll
oz in a. �� ° l�..l. r� ? ZWp O o Owp W
9 P O W 1L Q Q
�� � � .° u�
O •o ._ Q- Q
a v QctA Q M F-O
moo= a fla-Z Q G N O}Z F- a
w aQ< O Q W Q QQ`
Cl ac o w O u N W M Of No F LI) Q E �-I
0 (L 2 -.3 OO LZI
VI LL Q
ozo M W LL 'ysi
v U
Vl 2...2 N z m
O -VIN Oa
Lj
U ZUJ LLI- n n
i p
JLLa mw
cr
LL~ain K e ' ♦ 1-
w l
a
2 S2J
W z
J o-
w LLj<
w x x xzx
W F-O V1 VI,,,,, o 0
f- o
$a yi
O <. `L tiE fie`
fill
p
OY , • �".
00= L �v ntl
N
W
i0`
�c3 W
2
.ny z�a
n\ �
=m
000 0\0-00
°�Oy�m �
io Z y v
o a i J
W z�_
dr
000 'N11 ,9l b 1N913N x �O
u O N N 4
Q
1-
a.^
N ~
N p0 Y� UO
o a¢
N N
V U
o >
o
moo! Wt
OLL Q
`4 Z
WLL 4 \ \ \
2 W Z N N N W 2
OY O J Z
Q LLW xLLi z o
OH cr Q >LL C7 Q
F
�=- ~W N WU N m
Qo y0 �W
000 ° °o rro E cal m z
W z ox U Fw-W H U7
O he ¢= y 0 U.. �= i 02 K Q
c�a c < m w ^� Wo �z
0i= J vii �u LL a a
a = i
O
a c
c �
N
t. O
Zx Q z o
�aBNi 8 W H
0g O
°3:=g = Za x
♦ �j d W O U d h W p W
wo ► �...I, z` Moog ° pIll LLQ Q cv
o=w fit,d ° MF`�a G, aOp p C7
Oz )� �°t� ��5 W 9 0 y O>-Q cn a
0i P��� W mWWa QUA
s0 00zm
z w
w¢
T w
J 3 W
O W V
fll H
O U >
00 < 3 and rl7 �'
z O ¢N
O O u o
Z U< Z
fJ ¢
O V1 x^
J U
W
� o ¢
O n
� [g
w t
4. J
W<H
~ U S
N N m m> ll �
O
u 4~ O=
U �-o
V Y U p
L) n.
Z K O a v �
f C w
O
O W
4
u•x- �
.n Z O
W N
w a mw
\J <a
O z >
W
a[z Q W OF O
3.
O N
U< �o
xu
>W F
3.w U
O N <
O Ix
X!A 4A
a: I 0
V" I O
U
z
] z .z.
O Q
U W O
W
m 0 W+
(7 li
=W ¢a
\ z Q
u ,n
Z
2<
N
Q z
a s 3 w
LLJ
co
11 O Ou �O `, W
Ln ,n w z m x m <K
Ul Q J O W W U O
m U W O> f-
N O Ln .N cYi a Y ac 2<cr Q— f0 =JO O =0
C) s Z a m 3, O= '--' in W
O
Z W S O V J H
W F 'n O x Q
U=
Z O n i z LL H W
_ F
Q N F N zH s Z
Ln U' O x o s W O
W
U
n U O U =U
>
7:0 W H
�� Z
{"_ o w > O 2
1n C< � Y
N Ln N N w o
J a
O _ Ul 3
Z r
� � w
J a =w O
w� �w
LA
Q w
W r
w U J W
a <Ww <
o w
M z wiV=i (A ozz o= °o ° N O Y °
X -- s X o O U, o V i O QZ G z z ° \O
0 u -jX v s0 1z w� F `_ pd �yo J(� J i U� a O LAJ f<0 w
w z uV o Mo Jw � ee r` �d w C1= d h z d O
0 0 «z
_" ? NO LL W x
< u a l�. z p lil
a z z w <w > 0z x o v o C'
w =wo z3c Uz no L d� e� € D a W LL Q pQ
x °�r S' �� G = dUp v
a o 0LLw w+ 2: 00 LLo \^ ^ cc°O 9`� a f� h }Z Q
< z W--o o• o�— LLx x C� N c pRO =O Z p H< U a
~ oLI mwa wo rov wI, `�o Z . �-°� �� � Q U cn � cn
w JW <cr> (n WWVI ~O< �� a °Q°
> O< < w LLn_O wad Tp C, a n y
xJ Oz >T <vi x �w Q
o V)� a=z 'nom N �-w._. _ bi
<� Q o no-
rm J3 <> UUZ W�U OOw V) n o< n o0
o WW J w mW 0 �v� aacr °o `°
z oU < J r LLx r¢LL Iwo z o $ 0 4 �O
w - < �z
H >'� VIUS Wz <,U <,< FW-cr0 O [O¢ c o o cn
V) X WD Zr V)< crOW ZWcr 'n (n ` +�`O `� ii o
W W O< �V) OJ F- O <OI- <.-. ] ]
O
Z
0 in
W e '
J g„ 3 �°°a i i ��
x I
LLJ
yp J J
6` N N O U) QOQ W
J W<
L d 0 =O W U 0
CL ^ N N 3 X
V U< I Q 2
U
O O N O N
^ N b O W
J W
W I a N
z a
io� o N x
U
(V MOO=
v N J W
= N
O U v
Q.
."
V
u O
W m Q 9 Q
u �' 0 0 o VQJI
WF f ^ N in �
O W m 0
r
_ W
N N O
W V7
J b \ \ W
Z N �' N N
u �
s 4
0 OU
O W<
Z 1-jr
2 H
Q Z W Ln 0 2
w LLI 00 Z
N <
YZ VI
N O w .. U.. ...
. 9 J O LLI U�O W
�
0 L o U w O OU� Z Q F-� << OW
x LL V)N �w 0 z O Z —,,< WL O z
m U 2 O QW
d Vl W Z WVIQ J2
N .U-. J— J o m'--'
U f N < W W G '^N v' N ` W O O O LL —0 -•�Wcr w0
< O .�w i° .n ,�W < 0 LL x W x x 0 U W
cr N f ¢ �vi E .o Nf.°nNf .°o Nf i I O < >LL >ZW Ql.�
LLJ LL Jam ' y_ J ~ WU WMO UU
W ^ �' _ < < r >w >o W
n o y� >t N Z O F- < U V) 1-<!� J VI
CO m > 8 $ J Z U=^ m
°m ° 3 O w W 0 W WZx <Z
0 Z = a �-w �-w �w
Yv' n s Q W L7 O X CS of-- o=
of J VI N H cr craw O
e <
F
o Q o o z
r W N
m J
W = � O
U w F` z O
o 4 a oa b8 �V Z N o
J • Q � zz �
o N wo ,-N V N�� Wz� g = O g a C
ow N mW • OW J O
Zr w ON MU a i o�d„y� ¢ 'OW d m ° Z d
Q U JQm
Nm W J O •> S N ` G W 0 di
ow z Qor G ° Q W
Zr 2ZQ O o .y, 0 11 g j�Q Q rz O W LL Q
N N Q O W W m
F- Wr y
mm Nww rz w Qww ,� �D�O�r QQ' a WOm Z " a CL z Q p¢
Qo O mzr r— 2 Nrm o °o N
xm �oNQ a wz� J o o QQO Z0. Q U J a
C) O m NJ W �..0 g� V]
z mmr rw m xJ
WO W QQU =Z r WOU
7W m mw< (.7Z -ix °
W> Q o maw = V ° N
>O J WU� Jx z QaZ i� N v+ b WW.
U W WQQ U
a w Q ww c� U_ z
m m mxS ?'� z QoLL W if W cr
Zm N OW3 mf Q U--O J
Q N LLW d' d u r m ♦ ♦ ♦ C 'II
UJ U00 30 • m W^U W i o 0 0 w
LLNW r0 W JUW Z u N n H
JQ Y Orr U W '--'Y• mQ Q <
LLS m Or ZOO mS QQ.> A N N Nm a ^
ZN Q NO-- •�WW mr rN0 o N �'
p = O LL ZUIW Qm m Q r' •• - ¢ W
UW zp moz mi oxz : = : o o mo
J r wwm o � �, o - > W om
co m ZO mWN WS S^-' N _ W
z< m WQO rmQ ON J3 o y x O+
Q J'-'W Z Wes` O v 3 3 3 LOC
r— O NrW OJr Nm Q J �. x O
NJ Q. OZm QJ= n rZ^' O
Q. Q.^'Q WQU Q NU_ �i� _ vi vi n •o f [IA
N =
N XQ. w xQJ r=•-• Ow Z�-- N O'0
W WQ r W=LL NNZ mm N!• _ n ti
0 c m
ZN M1 Q Ifl t0 y z
O
U a �3
m L
OO
W ,• w d b « ° LL
'- '• N N of a Ot
1fl f N +O
«b 610
WN N_ 8 t �N a co V
Z c ¢ a a 0 tll
� W w
_oF KN .. ao� N o }� °aa _L
VI m O f N.•O Q W K J J W Q ¢ C K�K O Q J
S Q L I J
S N Q m Y1m
Z W �
O= ~w w w w s
O
N �N N��� D
Ld
LL Q
O p �m a
K N W N c v m J s 3 Q $a
oa
o� as
w o p�
x
•OOS B x x d �.
41 N o C
V:
� o un
LLJ
r
h U
Y W Z
ui
x e O z_ U
Q p Z
Q o = N IW ZOO O C m OU OU
co m W W J N W r Q N m
3 Q �, r O W ... Qm Nr
za z m V, m �rwz
o m r° R o ou« o r — w zwosp
Q O x.-m 0 X O N N m o WU
O N
~Q W U r r 0 Z r U = .Z.. W to QZ m^
J W r
Q O O V I Q J O O .-. Z
Y W r~Q
a
�Z Q_w
LLJ Z m a-W
n a z< z O Q m
N i
LL U
O Z< N r r Q W J U U W
U- n o i z N U `" Q m �•mQ.JN
CO m x u .. O Q u m Q r QN
u•- U o U W m Z m m
of W N Q. =W W yWj J m0 LL r O W OZ Q Z
rW
J W U Z t/� Z a LL r Q. m Q.W m=
m u ix
e« K<< ¢ �- co U W O w r W W 2 O=
N N r-a•„
O z
o a w
k' y W T O ® $ N
1 J J
N
Y O
.� G Mgg�'� 8 Z Z_ r. z z ° 00
wW° �� �d yd oQo H O:S N
Zr z d Z d
vwi w s z �pd�D'� �� $ IL 0 p = ~O 0
O
J r w
h O~}
Q N
w g< U
<a- w ZU)
» o
xo:< LL U 0m< W OS M:
D-<o m ir U
in U') a a z X
.w z O
inMw z mr [opgD
UmZ 2 J< C7
in in J in Z `o cc v < 71
in U
Z-Z O W W W Ul r--
. w
Vln to CL Z- in<
zn=z a a o u o r°o a D
incD rr N
x O U Z tS 7/
< W
EV « o<f o °•o;
o oobo �« 36a
OW JW CD p L O p b O !
�YJO V12 mLD (n 0 <C Q° 0 Ic
WUJW -.r OU 5 p o b p o g be
x0<w >
�n ro:xo_ or JJ c �¢ COCm < i
w invi
or am Ww
r
p `x
l
L n
L �b
O I* C-
E
N
@0= I t �u
COI = 7 I O wo V OP
00
e... ..= OrN N
cx C�4 O
CO d C =
i
h
h
O
o °<�a
�m asp �;< it
O
2
V
Y
O
3
0
0 0
O N Z
N Q
` I Z
T
0 C O O
L O W
Es r
M nod z
O Y a I o p O
a m ` a °
¢O W
;a r
C)
I W o
x o O
W I o yyx�� yuy,� r
I o J
o z
u g 2
N
W& 00= z
w
a * wT
N J
U
�BONi M p = N
' G o O N Q\
w
W W Z z Og
LL et r` „d, V d Z a C
o W p lil
W= O a Of
W.j u Ln J p o N p(� Q ti W LL Q Q W
^< WU E r �e �` �.(p �S Q= J� p h d O `r'
z� Jj v a: o r o QQ�� a Q a O�Q a¢
aw �w z o
�z oo w N o ° N N Q O U) cn
a
o� ,nz a°
W w0 o
J> �r Q O^
Wd' ZQ r
7Q ^N
Q t/1 �^ C � ♦ O
�u w O
r w w `J
u z Z
zw z z
oz oXWW
r,n ur o -
Z^ In (
W zinZ
s_
m:r Z OZ^
a
UW
aso Q{nJ
O=w mzw O
cr(_)Ul L,2
N
u<o a w cD
wUU mJY
Ozw oJa a a a o �
Z W m W Q Z p�
N I I Q w Q
O
I I 1 u)
w
� a
K
I IN
WW I I W '
t- LLI K i
d
O
Z_ boo ° O
L W O O
Z ° < <°
X _
W W O
Q O
U
X > Y
'n w �_ O W
Y
cm
W <Z i 0=3 2 O � S
o r r z
_ X O O
Q m N N O N° N U JO^
Q ur
w < < Y QO
o o � '^pa� oocoo°oo�i ♦ ♦ m3Q 3 Z < wz�
O >HL)
W N r
� � W ° a r �aw
LL LL ' z o a r o uai
W o LLI z
Z d rZW
W i r tC 4 c J O W 1=
o F o N r cL
L g W �� �� � � a ♦
lu
IX
r N
i O
`�G BagNi� O C Z r, z z N O
W
I g h FO
�� < vo IL LL w
w �` Orr s` g J O a w Iw-p C) 0
�
P P��� W C J Z N U Q a
Z = << U)
Y H y
J �
O
$Z z
W O D
� a Z 0
NN Q
� O N
Ln w Q m cli
0 p
mO}U -C� °
I�
Y O
'
t
-7-
O
0 N
W
LL O
v
= ego
a a
r In
€V a J Ln
V N Cn I
z oo a
1 b 6 MII
V1 o
L t
Z c N a° .0
C7 c
ID
C
N a cwn e°
Lzm i� I
uj Y
4
t17
OJ '
I O=O N
= 3 3
N
� N
W W
W = U
4 W 0 0 x
Q m ' ° c O w
H U
Q W
O U < O O
d r I O W ~
2 H z
W a a 0 o D Y a O 0
LL a - < N ♦ Q Q O u
LL L W 0 O w O 0 Wz
M j °n '^ � 3 Q N U~
M
o W 2 w
N r O O tr >w
1--
¢ i = W U
2¢ Z N Q Q } >W
W x z O Q H U V1
LD J O H W
w z a
J U S O2
W C_
N 1- d�-
p
S p e
p
r N
O
r O
� N
U arae".Q o g = o g N
N4
x Y n� i .,w ♦�W d LL W C) w x
Sri ps < WW poC) M� Q
1�... z
0 0 I _ Ofd - W LL Q
3ZQ F—O 0 C7
� � S a }Q= m C w O wx w c a ■
r m Z J r Q�OF x = Z O H
tt' Q + + + a Q Q U fn J c�i�
NLL
00 0 =r H
OZO 0 Ln 0 nQ
WQ Ln M N ZW
lr20 00
.-.r ca �
O O xx w w a a a �� Ln
o ^ a Q
W¢ m� ct >W F
0,Sr �� O OOC UO
K \\ X
Ozxm nut un ca WO
WO 00 r
QW u Y WO
< u) UO OW
Z Q W N J
O O
T.4 N 1 K
U J
C) -0
ZZO O�.-. O x• LZ t`nm� 0 m L ■■'n Stn¢ €ill
w r—O 6
0 F- 1
z o o cr '
m zw I '
r J I I
O
_ � X2 I I
O I 1
O J_
Z
O
N W � I
Z I
Q
J I I
cn f.3
p Z X
/f I w It U Ln w ' ' W Po
�. 1 OW
Im J N.r..r
p Z'n Z
0 C Q z 1 1 La o
X03 Q I I KZ
W V W r J I I <•r
FS- ZOZ U aCC
Z W W «Z.� I I KO
O p S 03
Z C3 03L
r I 31
O =W J I A 1 Z
Y Z a X I WZ
LLI C3 'n� W O
Q N I J
X C w0 Z p
0
=
m O
_ J
N O
3 W
r
O r U
N Q. W W Q
3 7 Z U z
K Q O
AL Qct W co J W U OJQ
Q
O O S .-•W '-
S3Q WU W WS
4�+ OW
QW W
> Q r
/rQ
rO Y Um
O
YJ co, WW
Q¢ m
0 z w r 2 ;Q
O f-
0-0 O v1n
m J
W O
r O
x
ZZ
r -0CW r N
ba fq'�� N
G aNi ¢ y Q Z z Z N
0 o v r °day`° G d V J h O0-a � O IL Z
a _ Q C s �.� n i O W� Q ° �� � W r+
m o°o N N �`d� Q�5 W-�0 � LLJLQ Q a
z w z ° �� ��r s F'm�l a = ~OC) � C7
a D 0 a z
z o ' Q�� va PP W � Z 0 a
o = =>3 >w =�yx H ¢ U co g
z x rmw 0� y0
Lf)w ,Qx aw
2r
M Q VI 3 J .
r } o waz
z Q ZI rz xac�
3
J + rte-. y
OFQ
Q f U VIN
O�
_ Z
VI J 2 Q�U WQQ r
W Q W O U{A r m
J S Z JQ WWQ
U Vl Q JU mJ OW
J Y a Z •--Y .-+u Z
S ' Y
W D OOZ U O OUQ
> W r 3F-m ZNo 3 NQtr
J Q
W Q z O W J 3 r 0 0 3 co
> W 2 JQ VIrQ
a`w — o
U O-• O rrZ °rm p X Q
1W- Ww O OQ> 2.N-.W Q d'LLJ
L'i xdQ • rYr �3 Q E
a wr z w ut wax
\ J W m rWW w O H
3 .U-V Z W•-S.J W 3•-�
O Z W S !-�- 2 3 •6 k a 3C LAJ
Q WS a azz 20 v
2 >U 2 VIQw(V (Aral
tt.. W Q ZSw 2 VI Z W LLJ O >� W . 2W3- 2c 1AOW r
Z •-•d co I.- rUWw rQW _ C7 O
Y z Z
Q ra O QZm L) Q m
UQ }Q mQ X �VI NQm
W W Q FI-wW �Z_I 3J0 W
U O� �O V1O2r VIOQ m N
m ZO 0<0 4n= �. 10\ O W V C cm LLJ
> 3 Z Q - O WV0
Y
O Z W .J
oQ xr0J 2--+0 =O Aw
0 -V, - •_ r<OQ
V1 O (no 22 Z-+2S ZQJ N dwl
W 3 NO FF «+JFIA .-.3a
H
Z N M v VI O 3 W
O J
2 Q"•
,f� I
O V)> Y
W
I-Z
Z Q
W J
2 U
U•-• m
Q W
O
K<
U m
2�-
W ]C Q
0 0 mW
z Z OK
xa
W
�U
3=
W W
� J >
u m Z A
o Y
W
p W I m
Z
a a
f- w
N � a
0 K
Q 0
W 0
Q Q N J r
r < w Q
J V W 2 z
a Q z
of a= w
� r
3 r
W W _ O N O Q
_ _ x N O m Z
U U
O m w 0 O
O W U
j j 3 O r Q
p J Z W
r i Z Z 2 Z
w 03
W Wr W w r Y -+
O >> U Z
r J W K C J W O Q a'
0. U a Q r J
w r ¢
> v Q
o
f-
W Z M N
o J O r o
N
begN,� o z r o g a
F-
°
^� Z0: 4. ^ wo w
8 � N o C ► �...� �" z OOWQ o �2� 1-
O Z H Q
cl
a
W N
N OOx zz
°m l-
N - -�
O
o �° x w r
i,.4 0 _ r>O:
J== ZOQ
WM:(n
SW V)
Wir W
> U
QWW
m o wF amz
�=U
ZJ<
N mJ I pCF W ;:<
U
2 Q 7
W H2O
C VfWO
a NW
x JWmF-
n > LL J z
n z - ffi oaawoo
U�! m ► W{�O O D
LA15O 7<U�
J • I..L a 0 0 < W W- N N 1z<- O W f.D m a 0 G N
LLJ V,
F 4 1 4 n _ crOmQ
WOxVI
m n o U ~Z�. n iE Z \
O > JyO�y� O a
ozir-
0. » OL J• ON
u ,
D:O:mO
°D o m w ac '� i U.XIw-Q
O _
Z ...
L.
V t
Lts O j O V •[[
O< C [O[0 §B
I0 CV Ph i
L ¢0
LO
>> t 7 LL u
' c <
W
2
i ¢ y
W u¢ °s 5
Cl L)
o z5
zt-
CA
Z fill ll
x
p •••• q W �w u.+
z
_ z
_ Q
' ^I Z —>-
S
Z o r -;U<
U I O Z O UQ
W �� d p U =W3
U a O
x r ✓____�_�... J? Jz0
LAJ
Q =1 UZO:
g N O JI I I W 2W =20
g� a uI I z Q w w3w
gs � °
wU wd'ln
OYO 1 C J �I I Q Y �W �:O
UO: O. 1-2
w U W I z O Q F-V)
U LL.
Q N Q. ,-.KI I V. p WZ WZx
r �oJI , W z a om u rw
N ~ xNl J V 2 K2 O:�O
-E vi F- a-- o aw
o
N \ a O
2
OO
O Y W
N x x
O N
_V a O
i r N
z z r u' �' Z Z
N
b ~O_ Z W IL N X0/1
Og yd ¢ ~..1�'! n W D W
nF =QU IL - Q'
a 11 of �dr�tf v�S` g 1 a w0�Q (q a
a x 1w-0 ` OQ� a W 0 z G "Q U U) _7 V7
vri v `" coo c� W Z Q
E-
v N
o O W a
W Of r Ox
CL Q O CLU
m o ao +�
O Z VI W6] p H
W o zr m � Z
z o Y y
W (n W J
a x rw < 0_
z v w� xa N,xu x 3p o J
3 J OO �W v�° �V N a
O w o U O
x aw z o
r x
vi z sa m u z o
J � as as a
O a of Q d>
¢ 6
tr 3 O D s i Y w ir
� ^ o+ ¢w rw ��m '-�O = o
O in w^ Oz axc.>x 3✓> Oo ^m Qw
(n U O r3 u- '^°, WO in 0--x i� O� v.m k
w nr OJ N 1. pOO w�
t
z
5 flab
i— NN
q xW W�
0
O
Z =
NQ '^
LL V
In Y
W cr
E5 v
W R::
1
i
LF
_
r
0
r�ma ^Nm� aii
ax x N-x ax ozmo
.
u v ua
p O=
IA pm<
—VI IA
aj
J� Z, OS2
O ;O 1 aJ a¢cUi
r
NO N�
d I N
uj
LO
w� ° w
1 ° U
a �-,°
jO N W p w
91 w a
a[V z J
O
z
O 00 0
a
LLJ 0_
W Q
o cr
Q if '_' r Cr
�l r cr
Of r a
Za w (nom Z s N
W
0 Z w CL a
LLJ J
� Z
a
a o
a
N
O
O
Q r � N
W; z ° ton 41 g 0�aZ W Oz
o
o `S- og = Za x
Wp W
yWj V Z O Ow IL Q Q LU
d•W4 � Cuap� U C7
g �Z44 r p N O Q c~!� 0. 4w
WQ Q U U) -j cn
� F
= N
H
or 14
oz z
r
uoa nv
ox° O5 aw � ♦ ¢
a 5 a In 2 w S V1
31 X
w Z HVf Z^
Z<c a0
Oupl ry SS x o•G % 1 1 W W J z V1
u O N 1a-•-• r W
W n A u O 1 1 G s J W -j
W =3 5 O(.J O
O awa 25
y 2 5J V103
>C j 4l tl W f N • d I 1 U1 -10 -0-0 gL�
0 5 z s �o
�• O N n n n I i X N U X00 MILL
Z s- o €
V �• Y t °h O i O 1^1-O on V10 IIH
Q tlpU j E = 1 1 S a ZV1N Z ul
>!]
Q5J r
t-W
w U JO
tl «b0 =
W I I Mm5 Uy
Z$ tl C° or - O W W or C7 0�ncg Oe I 1 z xJZ 2Q.
n n tl n t° s 16
_ CO Ld LLJ
On V13 r
O log ` O
d z N M
LLJ to 4 b
_ m
°
^ s
,,a: x °° O
W N �- 4 1 • J6W N
LLI 0 � s
LL _. J °zs • c 4 �� °a�a
4" ,✓ • ^ 4 4
O 3. N
11 � N O .O p �:�IQ � O KsQ
C r
8M S O S ■ Q x x x x
Z
W 1 1
•
Q + r
L� N O 7 111__ q\<
W n N N Y
a
- R E « x m x
Z W~• ^ �i N
wa
Zi-
w 0Z
o ti ■ 4 r
i o ¢b �o u 00
i D J >
YZ
4 N w U
_ -0 ■ z 1- O U 50
O z J Q HW
• �.1 - 10¢ Z 0 O or
w z a o 5 r 2li V1
n z w 2 r z HZ>-
_" O
J O �UQ
n F 0¢ o °o_�oo SFo u°_1°per m m 0 p U 3W3
O n r Q O U 1L0
m o a= 1- a_ wz wV1a
n
II t N = W n 1 1 m N 11 H O li O W
Q W W SW 220
—— 1 6 >dtO � gNNY°l` 010l1` N1!°ifW 11 % N � ✓OiQQ >� LLJ>;W
z 5c' I s w d
V) F I 1 w F N WU W5 V1
Ld W ^ N W a ca 0 u U 0 r >Wa -1x
S 1 I Z o O z a 1-ut 1-<0
LL n
cr
t I W 0 WI- WW Z Z V W
W Q m m 7L OS Or
fx
J J W 5
Mt-0
51-0
n W O N 1 VI Vl W W a--
0 55{{�
`- 1 E e °
�� &8 °` z� J aka ® � �
O f W IT Y~ t Ou G �I now
O
d W S 1.1 i 1
VI s O
u
H
Q C4
Q Q Z Z Z N %,O
twog N og
z d w
olzd -
«„ Z d
lu
ZggZ yo}Z
F OQU�
fii� O i6
w ^ H
w Oz z
v p OOZ 1 1 1 1 UaQ �
J N zi< ; I I 1 02
0 0
r,o = ; I tnSW
11 � n o o In N I d
.20 88
ZQC7 �kS
P In LL J s I I i < W W J Z
�--
L
W O< Yt X
J i yp1� ^° no J 1 1 1 1 u 0 O dWQ ��
W
C� 11 ^��
C-
CL (y���!
Q ^ N Iii N V < e� Q ■■■■� 1 1 I 1 z°
O N 0 Q e♦ UP f i Z
N 0
2
� U 2c)=)
O ■■l Di I� 1 1 1 1 Q 1"'a
Y ■<q OL r % 1 1 1 1 VI
X
,V
Ell «b0 `` J I 1 1 1 <OO 1 I I 1 = d zs°� ° - N oc oa I I I o F- �w�J en of 1 1 1 0��¢°m'a§ 0 o w
f 1 I 1 I Z XJZ
W W-IW
f m P I 1 1 I N 1'- Q 1
■ I p W X Wxw
1— w .Ina
0 1 1 $ 1 �
a le 1 N
< f lO T `v
Yl
p N 0
O s � 1• 1 1 _N N
-LJ 1-1
--_---- x x x
-----
---------------
a e Q
,1- -----------------------
x x m x -
A x --,-4ne-eu
c
inf-
1 lam■ P
U-24 V
1 1 1 1
1 •el P W Q
4 1 1■
P 1 IP o w 00
f > X Z
W > I I I I ■ • W j
_ a z Q ~
e o
o N QW o oFN°OO °o
J
N O S LL Vl
I°_n4¢ to
S a= - ° < I
Q m N O 1 O H 3E I I m H Z F-^y
O
O U SW2 O
do
Q Q f O N n Lp 1p 1(1 N YI N< N 1 1 1 I J d U N Jz JNQ
CL gyIE ONE OO�00rW O 1 1 1 1 N d z ^ 2 U UZcr
N ¢ In to In lu In I I 1 �■� �- O W O ..a w
w W 2 2w 220
L- u t i l l l z I Q 2 W^ WSW
L, cr W ^ f = �o I I i I x 2 Q �� >--w
LL. s v'1 °o 0 o W& i 1 < an ~ J w U w 21di1
m °m o °o °o 1 I I n U U �d ��2
N N V <- N 1C Q 1 I 1 I 6� N {.1� 0 ? 2 Z UN (.1
y O N
o 1 1 1 i 0 O W WZ WZ2
Z C� d � H W H W
Z FL ° < l+l�Al I*I* X W .U.. Q 2 O 0X 01-2
% �' 1 l Yl I J J W w 23 21-0
E _
° u
o
BN wa N
W G Z r Z Z C°,
0 U0 nay d�
000 z
z 0: � Wo w
WZZ� °OWLLQ Q u�
ga
�uF-oo 0 0
Z g .0 , C"
v~, a
Q�o4 g Z 0 Q
�W H Q U to J v1
J
N
W N 00= E Za Q
W r� I
41F 4W 0
X,
= sza Wo w �g
o
10
10
a
= 0 0 0 = !e
° Lnn r t
-
W V
J : e mm%m Wa
D 0 O T N = z W
N d Q N N n O I 1 Q Oct
W N In u x ^ Q
LL M N N N Nc , na' 1 OX
a b o mo
a In
f— O o 13
n
3
HINn
mo
co
w a=
moo 0 0 0 ^
W O N i I N z
,+ W a
LL w i a
X a (L a a z o
Ln o o i o W
v1 e n c+, a o w o
3.1\n In N OL C W K N, K IA E
Zen N C
e M N
�F
V .0 p Y V C , , , K (L Wr 2 W W VWwi V°
N p 0
0 p U O p N 1 1G.7
N V
Ic
V O °
a n
¢ C ¢ o o F-n P i I C O L)
No ob�°5 g 0
L 11 LL tl� 1 WQ
L 7 L O] < 7 b 1 CI Zm
¢ o s�1 zm I � Oz
a i I O 1 J
1 , U M O .ZO..
tpp
> Y z N
^PP'' •+ U•-•
0 r O Wr
rW r U Ko OU
Z J Q rW Qw '
W Y U s Ul Ln
r x. n �r
u, i moo.. a ' X01 ' z 2 r z r....r Wz
O OU 3 W 3 =U
CLO
N ° ° i a N a I I 1 II d V1 WZ WU1Q Jz
11 4 I i In m 3 - �Z� Q
Q W : n i o o In In ,r, i o I i 1 0 ~ LL =W ==o 0 ui
W
Z Q W�-' 41 3 la1 Z^Wu La
LA w
W p ' I I ' ' II �i Q .a.. >- >W >0 Wd
� W n Y, W {{J�Z N , i I , "'�� 0 O r Q rV1 rQC7 JN
14L > W W p I Z J Z U UO^ m
In i g O 8 O 1 ' W W O WZ Wz= Qz
m 7 0 " > m ° ° N I I x z O p_ rW rW r
m Job o o i U o o s os ors sx
UJ W w m3 sro 03
Q J In N r 6. p.Q Ia_
�I I II W
zs
N W `
Q C14
v N�a F Q Z Z Z N 00
T p
` �..I n� o _ p LY 0 W
Z Q' E W LL.Q Q
LL
Q a�O
p Q�0�W 0
aQ F h p z
z 4 c7
F Q
� � h
o ,n�
Fw o v\i,ten m Yc
a tr w
(°
a I � 00
_ V)
a
_ wz
wr
W�^° X X z ma ° M
< w <N �N UN
I w -w m� ao i
L.L > HU 2 e�
0 0 <wUw .> Qo
>� o o '°^ aaoa<z Uw xw
S S 3 p I U'Ja{N WO NJ
II in n ` e e ZJ < aU N R
�g <(A . >-` _<Z Uil!Ce
Y V 14.J 0 z F W Z,
Q e« Vy • ZMOWO m 3
e ou _O O< MO OZ f-
CL b«ice �i m 4 USN S .-+< KZ
<J J2
OO
O«bG �L • .J _Jo U
Na0<N U UlLA
Z o <��„ .c° 1-6.wx0 Zac
C7� c cog P°a T U<I-Na tr Nw
w <
w MMO
OWwO < w 1-
T ao�-z soo a-,
_ az��-+J i-W .-.N
• �OJmWa zoz ul,
tr O<2 •+W J
~ wo mcn z(n'n w
.'-I < lr�< z IY
o zo <O co 2
• • Ozwm-; r O wa-
I jz;>ON OJT-^ 2�
J b
II c o u o In air sso waz ~o
p v, • W O<wwz
li M cc N N Q .,
D48O O O O Oj _ O
G N ~ O 0 0 Z .... N 4
Z
J
Oc
d N N •
_ Lei
3.
c S
G N
O C f I II N OU
WO a Y W<
X N Oz
W o0
SU
Z W
Z O 1--
L) fro
N � �
- a X = O z J <
O Ir ...-.
O /r 1- SIGN
Q m w x z
OO= N m O 0 O OU =WS
Q f �' < N N H 3 s < O aO
WZ WN<
o Er 3 cJl^ uz¢
N J d F a o W o W
W w=w mmo
li a I �� o o < W >� > w
LA- W y{',� /- a
O n I W >S yl Y I' < y W U W o
m m L J o 2f $ $ z u c<> a a °2
W ° °J z IY UN U=)
W O Wz wZx
e g 0 o i oz ot-m
...i N N N a2 tr<O
W
o < 8
® E � O
� lw,
lu `)
�s o
V. o
Z z z ° Q�
=G ,.P p Jvua g N 0g ! rooi
ggZQ �ow 0 Q W
mill p N�OZ 0 a �.
u"=> a O0F=Fa- N a
�y Q�� g
I I I
~
00=t'OV O x 1 U WZ
W
LLJ C,O i Q w > C < 71
o mod. " o o c'LL �$E
QOi
11 L In N O 1°c d bpi ' .Z. x W Y
0 In In N
E O -1
€g
i I
CL N y
cN 1°n uN, loo a p 1 Lnn tNn r x~ 5 e
Z vii N W" O M fi
1 1 Qr' S cr
W oQ v v r ■ p l
J 1 1 1 ; W --x-.j 3
n 0 O r
Da N M 1 p J W4 KZ
IL N N I I O ZW OU
O Ox x-
Lli M N N N Ll V 1 IbO 1� Ib N W Q NN
Q OY �N
�� N
om er 1° 1 o =i r
x Nw
W
Z ZO o _ , v 4 a a3 ao
.. = i r zN J
N x
z
♦; aW wa
Z FZ xx
1 y W r0
I X QO
+ + 1 1 K W MM !t2
0 0 O i 1 I O
w z ... N M O
N
i LLJ ty
1 1 Q
m i e l J o L
,I a ,0 L
= m Q T 1 m a h
Xa a a co u } o
M m r 1 1 I W Z N C O
11 r z
11 N O O Po < 1 T I N 2
C} N 1 /� 1 I N Jl=- O
N N N °o
C.7c M N ov v ao ° O 4 C 9 U p: o u oo
Z [m W Q M N 11 r Z N N w °
U O10 Y Y Y W J OJ O [
Q Y!} Um Z 1 1 1 1 X V W .. p 0
h OV Oh OD
O q O L �3 J N N O 1 4 4 J V O
N t L t L W S
a } n p o LL Z o In l i
Z'^O L O}} OO = N M N 1 I 1 1 • 3 LL
V O Q ON[h tll U Z
p p e
Q [ O m a..
C N 1 1 1
€j D
N L C L n LID Yl Q hm 1 p p • -�
cr=1.m W Z
> Y N
a ,.
' � r Wr
1 1 ° J Z O U VU
W I
:10
O 2 J r Q QQ
L p x O O K Nx
1 1 O x 2 r NF
> 1 W x `- r Z WZ
d I J Z Z O x 0 `
�n n Nw 1 1 m O 0 O = U WU
4r OLn o '.a ; 1 X r d N U WxZ JZ
Q m n N G W F W l 1 J _ ~ Q~
i i/1 31 I 1 N a r O W QO WO
1-- 111 i 1 II j 1 1 W =O W V W
Q W jy W W.� i 1 1 = Z Z Q W Z'_' Z.-i
U t O In O O W x 1 i O Q K >WLL Q11.
I 1 x r r J r W r U U U
W ; 1 p Q U U n..�Qd Wd
W ^ 9 , B �' O 1 I 8S z O O r Q rON JN
lLLi_ ... O �p 8 0 N 1 1 a ��< N J J w O rZW aW
CO m H o F `G J O O O (N.� 1 I — = z 2 d _
1 1 W
x J c? `� w w °poi of
i*�! N 1 1 o0 0 13
Cc 31
o CMS a c�
W
W N N
�L °O
G �aBN� Z Z z Q
W N nN , d
v c . �„
U u
0-CO j`�rar P`5 Q =w O < U
z OQ W W 0J� ��Q� a U. Z yO
O'WO f CL ZJ
r ? Q
»oo n ~� u(A S h Q U to � ai
WU V J W O
WS •ln CL rY LLJa
m YS Scr ZmM
OZ rw LD< OQW
r
00•-•W¢ --Q m UUr
rr J
Q W V O -J
w WSx rY Ur
x 0- QOD
�w x
r � , w z raw
aaa C�a z L.)< _ Z
OLL -f w w a
Z WJ O 40 • OWW ♦ '¢
tear z z r a-z
-
-�zwl- z wx az-- vo $ N
In J2 Y W O CD m(.� O J • • •O N I/1 N � �. �T
O^UW ZW �Z-. •-- �Jmp O • - SR
Z>NOK 'r V) Jz � Ow N o
cr y
a.r Q7 ZJ WO 0 Or r 1 N V m2 M : W0000 ab
Oua N z Cr ay rz¢O o '� °c Fl ■o .. _ .n
r— Z W Mm: O W ea o O '^ P• u
LL lA cr W LDCO m V) U N W Cc /y
rLL...Op .z- N zCJOm
WSW VI xJr OOU L>Lj In p N < Cd h t=k
J f-=r NHS QU^ YOJ N N If•1 d 00 ¢ [�
N LdU- <00 Wr> omm< H s• YD a O O�O,
W OLLSW2 JS� rOW OQ W2 ^ o •n Oo o OU a 1y �`O f
r Z'-'r Jr WCA vim 0 LLScr N In lD N 5 L O ~ €
O • . • ^ L O i iE L L$1 BFI■ •y!!C"
Z N M Q N = N ■« LSa
8 L t•'oO O yZJ� ON O
W ^ O Cr
J=± O N ¢ J O O O• u N rf N
N=
MI\
¢¢ N=
^ n\
H
O
Z H
W �
_ 2
W
N y,
p N �
Q = O 2 `
N f7 N= m=
N
=
C t
I I Jp 111
�y�yI I' MV 111
�WK 7 7•■
` r a 1 I.-. ■yy �
\ I
II 11
■ II 11
$$j�■ I I 1 1
Yw ■ 1 I W Q
W
N it r
,^=i I r W O J
z 0 z z
z
Z 0 J W p
O O W r
O to
S O
Y ■ Y l Ll ~I J
call i M m O 2 V1
W
i a � N z o
ir
h. r O V LL p 2 Y cr
ti < w a s
2 O N N N C S ¢ V Z Z Q m M U
s = ift f ♦ 0 0 a 0 LL
N Wo r r Q J W Q
O & ^ a U T m Q r K
°= i W>✓i s Q O O a J r r
J J jr M z W O
O Z O W •r„ H
W -- w r w m c
� /; v r r w O a
off $
0
C) N
G NggN'o Z Y�
al 5 F o= Z z N Q
�e odti �gN g N
ve „Y jj� d o z a o
olu WwLL Q Q m
r �p °�r �5 JVZin Napo V
a }z
U C j Z Quo Q N< (n
p •N Q W Y
Q M W W
0: J
r a z
z J
rW V1 YZ
�U QO ~2 UUtQ U
OLLa WU V)U JWo r z
• a-- 1] l Ja
rZr r¢ m zaom
Mxw !:Cr < OQ W
� � ¢
QOw Q 2^m UUr 0 0 '•o
Inr¢ en J O O O a n N Y5F
VI r VI O •J
ul 0: In a O• p vii N 1°n i
rY E
Ul x.
zraw
W ww Q
J Y Z J O Z-W o w -Q
• 6qa
J Mtn �Wcr x G O f
V1WN UO QO OW W
<(A M M(D- 3: 3
° � a �In o o 0m o
ZU W ° OR 8« F i 1VF•s'
ALE
Z �Jouj
K W ¢U1 J2 OW < t�
O +Z QO ZJ WO V1 t
r00 Z ¢Qr rZMO ^ vl n i n C■
z w OSQ O lay N N a a °a ¢ k
rOVf C�[d mut
■� °■ < iC!
mr^ zO >�W OZW-J d o ° no:°L_ pj r
^W SJr OOU J^
>J N b
20O NOx <U^ aG OJ - -. L ofe •L
SOS J ^ o o n LLx
v -C
a- vso w�Mtn O
$
¢_ p ■ e ��
Z ^ N M Q <' 4 °SDU7 ■C U NnN
ti
r O
N
O
< O R l ~
N t\1 N a
7 _
S
Wo
Z '
K
"o x
-
w ---------- i� a
Zz I ,
1' 1 '
W ! 1 1 -
1
... � W Km 1 i 1 ° ° /� •
■ t W¢ 1 1
+ - 1
W
- ^
111 M� I I r W J
111 � W I I Z m Q
111 w 1 1 � Z
O J O
2 r O -
--------- x z ¢ a
x --- ' o z z
X % Q O ^
p < r r 0 O
O O .-. O = M
t W W O W D N a a w Q 0 Q
�° � & & " z z ¢ U ¢
i l t o o ¢ Q w ,ct:
r D: w
r r Q J Q
O < C s Q Q r m rvQr
N O O Q w r r cr
N O J J M Z W
O ZI O W
W Z Z a W 0 Z
N co U y s a o 3
l = w w r w Q
.J N In r r N a
®� o
0
. O
a
w ;O ION IN
o
x r J d' o
to x w
n r to
LLJ
d98N QjW� N
Z OZ Q O!n0 2'v
o U x r �V o�oy 0555 tw ZOZ N N
rr rr 3tr �i �g gg ?
=3 x N LLI a: d IL LL Z a O)
w stn xw z=o E.�, =h y O yO p o W D 111 xj
x wv xcJ.l Boa Z, o v o g ^C)2'� F- t
o N L
a J r x ww ox= H p a %tWw LL < Q
d U Z w V W=p a _
O Y o > L) U)
r W r Q J
o m o <0 cxi�z m r z j;y
tn Q U i
o �� o Lna�m' Q a0 W n ° 0
to xZ Wln U
to UO f W Q _
0 X)- ^U OK rYY
CL
< V13 tom^ O> Or
O x uj N
x ZLL r w 0
W N �+� �LL MLML w Cif
a
LLJ �_ ir¢ l,x a<w m D z
Q Qr Ww w r M
r tow s Q >L)
�-
tn r xwo
w w zQ a w�
U UZ x ZU r<0 a W
ZO Z
" E
O OW =r 3ZJ M S '
w> mO W^. utn
0 0<
cr Mtn =1 La YW tnUY lr ;w
W ZF- QO Wr >OU
r c� W �L t0 -.a< EE
N x W rW O» wdJ
W W tn0 tnm wins 0011
r �
O • • • • kp
Z •" N M Q to
o a �w
3 a: i
Q
x
v w O N
Q�Q Zi i
O wo O
�Uw I Q N
o x
oQ
W = x In
4..
v O O Q
_ Q N3Y
tj rnx0]
< 3 Lr)
N
W W
> O h N
O
w < o x O
f
u, U U O Q O
N; Z f O
\ CC O�w O
o
^� OQ
1 N N d
_ h N Q
i Q
u ^
M 3 3
t \ o
m m
LLJ w
W
LLJ Z o
o
O J
x aax w R Z � O
x 3 3 oa J O w O r
11 Z N M U YQ N CL O 0
U J
Z n C a W r w
mo o° Q. 3 0 0
Qa« uto H m 4 Z Q
� p u _O a = Q Z .U..
T« ! a: !r
N « oin to� Q ¢
Z R� a° �« Q a Y 3 m
(V
Z i U_ Y tM,
I z Q
J
O IA M w J 0: M
w La p
cli S < d
. J U
o CO
a o
0
p N
�' N o0
�aa 0:0 z C',
M
ve r �N'�ya W O Z N
s zW ~a. O
W d. W D lil
0 j 0 owLLQ Q W
Z0 a �F0D D i
1t Wr '' 6 �C O N O� Q y
0 0 Q <O U)
0
N
2
OXQ II F
a�w a M Q-11 Z
=a yj
N
N
I U
x ��k
r
N
I
Q
W
m `
F- II
pp
L)
O�a
J
^ C' a
0- A
a_ n c a O W NEC
W N ¢m
LL K
LL � N n ; 2 10-
CD LL
CD
Q O
p] ° 1 a o>w
a x
N W
1
I
0 p Q a
V
u > a a
> u
vo
J
L C
P c
W
ti =
W
4 Z 4 N
Ir
U < [ J
E �
i O ,a c 9L
W m
b W
= I
r n 1
z �
a a O p p a
x
u
r N
a _ A ui
1 =
a alp p N �m w
O
q p I-
? J
13 O
w
0 0 0 O ZO
O U
W ; a
Ld U
x x I
w
X Z a
0o x O ¢
2 C00 < F ~
II S r �n O
O
CD c N OFi o O U jr
Z O C
OO U N L J K
O
U eo r 1 = L5 z a_
� b .00L Go) o t II Q 0'Q J .r w
z tl C1. 6L WD i �' =Q N 1--
Z$ L f°0 D O & S O
C7 0 t NCpH 0
N�k� � cc �o E O
nn a0 I
v
CN
�� agN� R O O O Y Z Z o t7
� QZWgto Za O
a w 1�
n^ y ZC9 no 00w� H w t
W J a. -w U-
wd�Z
0 �0 < (Qn a c
V O Q 0
ws
J�
H O U
Z
K
J
W � r II z!
Z ,°,
O
O
°
a wx N
x x... a '0 0 o
a web F�
cr J U
Ln Q
Q d
ZVI Xfi�
W UZ 4° f
o _o
vl v'1- p
w zw
a ° @�E
Z L
Zn wo ° °
< l
x
1— 3-0
_ _ � �
s WU
W UC7 O
Z< O
VI <J N
> >1�
O
V O <cr
W 4 7lL
O
Z N
1
I
! p
I
p
® W ~
4 W O p
O v
O
Z
-j F 1
� plp
1
vl I p i
W W ° 1
>
y�j
' O
O I
p
N
In o p I p
e n
v p = N
1 w
II ~ w
Z O
i i i O
1 O J
W X O Z
a
w - o
L� a i ^ U
� I �
x x
x x i p0 O 1 W 2 1 LL O
Co O 1 II >W
` 113 .ynn� pp[ `Ul 1 �U Z a ~
LD N G O N I 0 a' H
Z 0 Y
0 O ~ ~
p N <
X U cr
e pu_Oe O Or
N b��f n` I =,. W O 0 w
V. oo a I 0 Z a U >
a �5 W ` x < a
tnb88o O i � � N
MO d3 i I °
b�
N
In
O
N °
�ILZ� ZZ °
0W OZ Oa a N kn
�4'..,g = x
W V(a�d LL WO 111
lu
z Ui av`n d�` to �° g Z rJa wi0Z Q
v N awuw QQO� w Z ZZ N0—►-- g �
WW U UJ CL M<Z �O—a QUU)
w rr W J O- J F.
a Oa WZ 0V1 H
ulna
1-w ,w �= rxao
00 < �l •`��
la_d WU MY JWO�
CL r¢ t1 J0
YZr >-� Sa • Zc VI <0w r
¢¢w Oa (O
Q�w Q W L, V e 71
Inr¢ O
m Jw J
VI H S N g
wrin rY U W VdOQ o LN N p ,°o Nn
UW xcr zoz rawx
WwW c�a w c�aaln -
ZJO ^m Zln In W -+
In W U) J O • a a O W UJ O
Qln L, ZWr cr 0rZ r NN O m a o a=i a
O Z Z W m S O_Z•-••• u f •• 3 m 1 0 .•- v®O o
VI J O 00 0 C� O J
zU ZWW ZOO^ -Jm L+' O` = �` n � U < los
W d'lnW Jz S OQ . O N O f in ii 1p
r z a z KO/- rzo'� N off, uCk1
ZO ;WU1 O0Q 1 O> d
rOtn �m< 00 V1
In Z U O Q N N j• Y W d f.On N Lj
.� xJr OOU J•-•>O o N o . O!� o°e
W r I
x0r V102 <U.. Y00_ n N N b oiie 3L
ozw <O r
CD w > w¢��
to MOx Jx�-• rOW OQWW N N N a« Lbp
W aUr WInZ VINO w X¢r
F- <C[p NCbC Oop CC O O
o N
,
Z .-. N M Y WF.. O SL{,VC P ui I+1N
<G• JKm <c
Jf v
J
N
< O
� N N
N O =
= N
4 U �WO
N N
` C
W� p
W oG
K S
" i x q x q x q
a ,00s --
« '
» w
w
r W J
x z O Z
H-� O J O
b r ¢ d
-iZ) Z °
sz a o
O NS r
N ¢ < C) no .U. N S
= G N O O
os D- d
zo
� LL
W O r Q
< r r J fr
r
UO Z, Q O
J
O z W
N O Z d O Z
/y 3. .-.; t7 w W <
I vi r n a
Z p�
LLJ
W
J
lu co N o
N6 o
w r V 8gg�i W.0 O a Za r Z Z cc,:, �D
c� w av<i vat�yd Ima j_W–J = 05 a N
� Zd
z m �uj C ► ! (, � ? W0WNG IL w
LAj.U. N > 1-u o
O .... QWUw ��` V Q�.� �1 LL Q L7.1
ww U UJ amaz a 00 0 0
< a w z z J a in p0.0QQ H Z Z Z � cn a z zJ a w ra << _F Q U cn °'
�U QO ~2 !-Ozw cn
OO �U �N W
< Z h
LLa WU NY JWOO
'
> z� dr� xa zminw
�cr w �cr LDMO OQ m
V7 r-x Vm :;OO UUQJ t.. ♦,�`
N f 0 YO
W1-In �Y (,~W VIdOQ H
caw xm �oz t awx z
WWw �Q w ug«-n C 71
zJO zv)vi w < g o g
AWN JO QOa nmmvi
<VI l.�F-o 3w1- 13f.,
0 z w mx dz
v�JO _OO U (.� OJY
2!u ZWW ZO.- xJm2
W xVIW JZ W OQ O = x = yy
•Z QOZ ZO O 3 3 3 Ov O WY
F'v70 T SOH F-Z�
z ujcn �xQ c) '� v+o ° pf .. Zo°.°o °
O� t�mQ mV1 UN ¢ • LC F $€
m1- .Z. _N 2000 w °o
ul o W 2�1- Co. -1 zw> Ctl
2Mm VfOx <u;: < Oe N p
N OZW QOU WF-> oD:S�
W 'LOx J2.. h-OW O<LdIw tl eon
h- auI LLln2 Inx 2Xcr W F
L
2 L eie e0
_
L4 p<NC e -[o O O
S O
ir
0
N N O
_ N = ^
JN
' x x
aJx �< i x x x x J
' WK —
• a a:
f o
o «
— — w
`o = F•--X�I w Z
¢ O O
~ ( a z O
x x Q x O i
IS I U W O <
< w O d <
N w Q d
< U ~ U
p
a
W& a: m z
^ M O w
O W
a w r-
2 a z z
s w >- 2 c
Z O
W Q
Ld
W o
J
�N °o
� N
aa8 Q O Z Z N
G N�o d Z ZQQ O g N
W Z ZIL - w 0 6i
oY° �`a �..�, ZQ�a 02 QQ
cow )`t��r try OO u=,b> Q a¢
Cl) LU
�3Q PQ�4 W Z ;Z C)(f)
O Zy
ow
C) N a I,m 'c
I yr e 91
ti O � 4'
m ^ I
3
Z
W N NnaO�+ Lu
W X= m x �
n
w a X� I
x
W 4 W �Bi
� W K
E
P n J w rGGG J
/ I ^J K 00 J QNII
~ O 6 OK W < Q.<N
J 3 N ruv�i¢ U
Lij
0 ow
Q > t V S W
O O J 2 J N
iL
W I
' o r
N X
W
rtnao
I I W
W I I d
r O l n N W K
w N m uO
w t 3 N I H I 0 h
V
w 1 x 1
W I W I
L <
y
N O
11 N v n 1 M I I
CL
N oin o�
o Na Lc p m
Z t i Vlb <O IO N J 3 W
c £ p h G. W
O >
LLJ
> U
p a r w
J LD r =O J
O Z O J U
O 7 S O .z-�
I X O cr t
� � p F- Z
O Z <
W r = 0 0-OU 3
LL w o 0 0 \ Z In a U
z m c l ,� w W X= I Y
y w Q X m ICI m I I <
Z Z Z mm< W W
i � J 3 O O�=J �e a
W p o o % p Z o o cr J
r a a w J J¢r: a J
W I U W Q In 3 ('� Z z d lwi w � >
O W W N m W U U Q d m Q
= s
J a
. u OY
O a t E • CO o
Q: 3:
O
N
3
'~ VI. CONTRACT SPECIFICATIONS CITY OF RENTON
v1
CONTRACT PLANS
2006 CITYWIDE SIDEWALK PROJECT
CITY OF RENTON
JULY 2006
m
g m
\ 6
z N a Z --
3 z
zza ..
oazg
Jr-oa
:oao
ogwo
wwo5
Z Z w W N
wwzz �
z «a a E
E
pz zz33
5 oozz `
¢
U ZZZpo E J
o OJ Z a-Qf af z z
o a CO.x
co ca
(wj~_J =S min
N ?�
N W}Z z z z
X o o n<<<a U) s
zo
Q
LLI F <zwi-LLww
Z W Q w w w x af c
of Z<1 Qz>< ncn n U
U - ww====
-j W U W w w w w W
T H j d d Z z z z
U)
(7 u
� I I I 7 N
T N T N I I I I I o
00 Y
qp < < k k
� 3
0 o _ F � i � z ii w = < � �z
_ �cNr�.r n o�ao ff W $ W
a
8 3
a j n m . rc a m 6 W a rc t 1 6 $ z
o
§ m
psi 3 3
d s , c, b 6 §
Lo
F I N I a
J
F
g S
3�7qq H
0 84
a
a
A
,AFwNY�/1 ° J o
-Z=, =w < < z W ¢ 1
W F a o o u x z 8 • ' �
WWWW L � rc
�n o
z ° ►-� x
v rc Z r 0 F 8
v `w' b b W z o w a < a x Z a
^ x x F a < � YS
o� o S S z z 5
0 0 z< Z F i >
F.�h U w a a z z a c $
< N Jk' !1 8
U U
W Ln
z •■ �"� I o
H o >
Ua H � U w _
0 0 w a° °a o o o r o a m z
I I JJ 2 N N W W o = U J m < o-
a Q Z z z y�Q� VI 3 7 7U WWW 1�Jj ' _ �WW 0 w UW
U U N M [� t� U a > >a FK 1-> TUV-5 Vl 1~/1< O d
W � e
O O ♦ zoo + � • oe ® � �
a
o B
a
B
z
U ? ° Cj-6 g ®a% ❑a Q o El
� x
1� _
♦ m
rc o
a a <
a z
U < U
N O
Z Z z
o w m �-' ° i
rc K z Zo>
o 3 O
Q N
W
oO
O x 0 ® ® X • ■
a VVV
z JJ
X
W
sjuawanoadwj�Iemapig ap!mAlio
3WVN 133rONd
IW�/ err alb Ur■U rmmr w• aummom•1 Ir11■11 r�� - _ •■•�� Ila�r Orel•• ••�•• 1•r■••I r� +•r�11/I/ r� 1
\ \ LZ '}aaS `5 'd 2Z '1
\moo E c
Po M -yaoci 'o
CL
\ E
65
as
,,o MaN dcd 69! a N
dS u
ON
\yls �qpa�Jg � 61;6ugn
^° _
4911DA aldow C)C) �
+� ~
U �z a
' \ w
a
1S 41t 3S
is 41ti 3S (D
U)
41\C1 Lo
� / 1S P��3S `� dam°✓ Q°°�
� a
QO 1 bIS 7 N
l U o 1pJ
PuZ \ tea\ n
Pu bpa
�'d J�a'� Z 3S a • \ J
°Q
�
00 oa J a�,a a� ld
J
pu
J
Y'£ A is Pj£ o�
J o
� z a
QL
� y x d Pupa
m /
3N
416
f
+% r,
3" uowP3 3 �� j oulN`
is 419,3N
c o
uosuol9 /
X
Apuoao
i
� C 3N a�pGJa
418 1 o _
3N
y N E a 9
�
H N LX) 00
3
d
`b 2 / U
3 p n N N
Ln
Z,OFQ
u� �S y�8 N L6
" �
CV
3N
sIuawanoidwl�jemop!S ap!mAlio
3VIYN lo3road
r � •moo �. .. +�® W� W� w.i.r rrmr rrr" u...rr •�nP 3 i ommomw
a „3
Ld
J ► 00
U..0
U' m
W.w s e � C
m
VC)
CO
g.Y m
gg
�w n ° o
M ¢
al N P C .rr
to
�a z z
J J, O
N
#m r to v. HaNQ� �' —► ' ¢ / Q > f
cn
z w
7
tsa ,�
.4 .;
rb
�. o ,., �
e J /' W
cn
4a 71
0
pQ
I LO 0 4
a �n
o
cn
Irnwz�
F/
�j
\ �o
/ l
Lo
LO
Lo
LO
LO
ZN
Z
�
v r 'f p o. � /
-INIf -le
� \ � arc? cn
o
VA \.. ..
Z
W J W
HQ ZQO O j~LL, HZZ N m �ZO? ¢Q � 0p
0
W. w�3 W O wgaz z QO N
JW wJ0 lnm�J¢ m?� } ~ uop� O H!n W N CO
J— Q
JCC J' O JZ J2J (n W Z Z ¢ p ¢-
NQ ?N,n ON1=-�� ¢ xww O H��_p Q om m w O d'
N m W ¢Z W~Z W H p 0 Q = o=Z} W 2�QQ O
lJ� WO Io Cw7�0Uj0 �-' ZV CC Z �¢ m mO m p
Qa >ad c'awz ° 33� ow¢o p ww W w
(n =mN >�CCw� p 00 >mO�- = pK h O
xzo r z�l -j w. Ul INJ � ¢ �Vn�w U �¢ w z
0°52 �°U°o ¢>R> o 2= ¢ or Wp}> a cn
W¢ m oL a ~wcn Ira-, Yz cn
IL alp �_� awa�o a zap a mw�Q oo z Li
o� ¢� SSO-z who 2 ¢ ��� cn cnW ¢
Boa �ciw �3wwQ W ao� U -j W crz
¢~W QmZ QzQN~ O ~v O =3>W U r� z w LL'Zmp d�w �¢~H� Z O�Z L, > N�jm Q JU O
0OQ aQU FW JjO Q NOO H H �pUJJ Z Ww� Nw U
Q�¢�c~si r 0UU U > W �3¢¢ 'mW a Zo
w(nt�Z wZU pO�n f~nFZ O ¢F9-2 O 3 jZNN O Z ;S w U
QZ g ¢Q O ml"' ZZQ J JZF-- d' ¢ 09 W mw ¢ Z<5 W w Z
IIt0 ZQ J aOOOOOC Y Q�J CL W 0Zm W Cr m ZM:Z 3p ¢
¢wN O�Q JU¢OWw ¢ dW> J m ¢CLJjW J J(nW vW N O
OHi NOU =J�~F-a0 �FI-wm 2 J mW2U0 2 2WF- L5Q } Li
W I rt Z ¢ w
JOH lnZZ mulp Q�[C J j�� CC 2 =�YZm mW0 WN > p
~ O�oZ O�WWF}'= m U�o. pZ¢mr OZ OcnZ OW
W O W H W=W W mJF_2 �¢ W Q�wO�'- �� �?� ZN U U
LLJ F-Q)z OWF-U F-m Zm0 Z 09?z� F- W YUtnUW HU F-QW ¢w Z Q Z
WZN }J}�FJ--.� OQpwf-Ztr Z ~ZX3 O Q Q� pQ Om Om� Z� N Z
Z Wdln -D 0 UwOOdZ w cNgow U CL WW~ -QFS- Uw UUp OZ W LJ
O ¢wO F-O JZ Wmmoa-Z W i. a-W w J pZD w W,W H
KJO SHW�W¢ 2 4'wT 2 J Oxs"w 20 2¢2 ¢W J
��o �W¢U owa�� �- air¢ ¢ inOw o rc) C)F- c�i�� a �JJ
J
Q J
� N
N M 4 ui cn I� 06 O) •-
sluawanoadwl Mlemapig ep!MAIio
3AVN 103rO8d
00
ui
C CL
v
r� 1 jbHysb a " a
Al
w Z
W
13M�N0 ,rt az M co - :.
W
, ' Sb O O
�wNke y
C 5� x
J
t
a
0 o
77 0
fir
� O r
t'
i
;
is
00 gQF {pp�
,
"J
r
W p
s Al
ran
Z
Ln
LO
Cy?�J
m
O
O
I
Li
W
w0 m z
=w cr Oa
U U D U
Q U
w W 11 U
z Y Z Z Z Z Z Z Z Z zZ z F--- z m!n
Ox U Oa Oa OQ Z W J SOS OQ ZQ w LLI
w~°- m a° wo wo w0 oa o=z �3 wo3 �Q w C)Cl)
Z Q U U W W W W W U OH U J m O Z W W
pa Q r }pr }or or �Ln w0 Q pr
�Z Y ul Q F_m F-m �m (n0 a°U �Z �m LAJ
UD J Z N U U U Z~ W W Q UO ow
cr
LLJ C) 3 � w YQ �¢ law Qa� a a a
a U W U
ap Z p Z w2 WS WS O U Of ap WS Ul N
J F- a Ln a Ln a En F--li Q? J a In N W
3Q N N N WW Q N� Ma a{C- F-0 zOX Lal w}a d'a Lwi. > m
Li >w W a U U J J ay� ayy F- }d}F- (a7U >` W U F-> d}F p Ln 0
w W Q O U Z d ° d a 3 Ld F d F d °w Z N O a �- F d m ww/1 Li.
° W U d a Q Z ? ac9 ac9 acs Qa Q�w ? mz p
° Q LL, Z Y �Z m M 41 a W LL
W K t5 Y 0 Z Z W W F- U a Z a Z z ° W w 3 0 Y a Z J
U Ug > U J U p aW ma �af w m<> ��N W mH �w Y Y n-
z ° Zm N N W W a m mQ mQ mQ (� O U_ °!n m Q Q J Q
= of O O 3 W ° Q�Q �3 D3 �3 ° WU Wzz N WJ ?w wW 3 w
O N J 3 2 a ? z Z Y Q J U J U J U J x Z'¢ O Z a'3 U m °O 0 J ° Z
F Z Q N ° F Q J X ° W m - W Q W Q Q W U p () W Ln Y Q Vl p
x L` �w F a w o m 0 0 r," L9 L� z m� a zw �� 3a vl w ° z
0 o wW Z F_ z m � XW wW a'0 li ��U') a oW �'L+-I w m U p z w
C)z m �CZ ZU_' FW-- O U 2 Q w z U U 0 Q J00 LLI z Z z a s
W Z� Z W O U Z Z O m F- N
> > wzga Z U Q U Ua O° O° O° QY Nm QZ O° zQ N m L�
> J �w ° p U �3 U U U w UU z w °w0 U c� X w 0
Q a U J U J (.� (.� (� a Y F- J O m a (.� a U J W = >-
> > a z w z c, z z w c� g a- z w,t a o
m w°pz J N N ? N N m< w01 U w0j U Wpj U > H� V a m N -0z 6OI U 3 v
W W a W F- O N ° 5 WQ 2LiQ 'm LL N J H W W F- Li W W
F- k-- a X Z X X X W J w J W m x 0 W
3 3 �z X W W a D W w W W QU UZa UZQ UZd QU' wO UN W W UQ Z x U zGQd z N
W�W °J U W 0 U r U U W� w n w n w�Z F, W W z N 0 U W g w w J Z
N L~n °ax (na W > W N W W >F- °a °a °p- N fn2 °0� w °a2 °a I
:D D OoFw O p O O O �z Op O6N 0>6L~il 5>6 ON 0zp O o 0pH Opp
° O LYHQ a W v m ° K WO �F- mF-a �P O OKO W F- .Z.. mH¢ �F-Q
a a n-(n� zN a lY a Q a a aU aina (L V) n-NU a Qam a�tn a amp aU)
z 000 O 00000000 0 0 0 00 O O N N
sivawanoidwi Mlemapig ap!mAlio
3riYN 133rodd
V-L
o _
I r`
4I � o z 3
W k. W I � a o
Q'
aa
ty
g
E
Azz C) co
Lij
Y
'
cn
l_ II S
I v
�J
a' a
AVM0 1HOR1
' ., AbAQ,iQ 1H`JI21
av<, �tPk^ ray @je
0
—M—M—M—M—M—M—M—M—IM—M—M.—M—M—M—M—M M—M—M—M— o
N
�f�_ anuanb' uOlbuuar)H 3 00 3
IN anuany uo46uuanH >-
z
w
`—
m'
� 1y1`�3 �I � ��1 AVM�j0 1H9121 �r
g$
a
y w a
Jr -21
s «
3` ,..
� a a
v w
W�
y� s
�
JF
Tf
i 4 k y Q
fe
_aS _—QS— k T e+ �.
a
�y'
a
,
9
h
/ $
O
O
W J W N
w J W O O
wj �U�O Ln :3 w ~OZ 2 O wzpo� 0 �� w N
LLJ Lo
m0 E'er Zwzm m�3 ��d? ? O F-
m J m m J Q J?_ d z o o D H N (wj Vwl
J— _
Q� L]Jd O Q? J�J N W Z Q O Q� 3 O
w
�O W d'� Q�W F-w L3+1 ND� O _ U} _� ~ ~LLJ
w m0� �00>O U-3 Z(0~/l 0 Z o3�J > ~� 0O O
F Q >aa wawz� ° 33W °wl.iQCQ� ° wW °LLJ
a m N > m 0 J H ° ~
x Z Z Z�I J U 2 O O('J J Q O m OF W U z Y z
O-O ~OO Qw0j p NSQ Q O m,Ln > Q
��M- mUO > O� 6. H 2 H �oJ V)Z N
aF WI--a W Wd'_ O O W N dJ~ YO w
a W li �2 I Q W QUO d zQ� Q J m W U U O O° Z Z
w°v ar x2o-z w�0 2 Q �t=3 m Lnw Q o
�O wa W �3 w w 0 -0 Q O U 0 _=w� w w z w
Qt-' omz �?F~~ cn °~� °� w x3>m FL6J z �i z 0 of 30Z dgU w�JUO O NOZ L, > NZ7 J Q WU OLj U CL z
O O
02UQ Q>w U�Q=U F- 0008 U j W03JJ z Jmd' Na Z J H LLJ
m�Z �ZU pOfnN�Z O Qom= ~O 3 3Zm(n0 Z IQ-.JZ w� O 0 CD
zoa ZDOJ doo�o2Q Y ooU� a w °ZmwW z�w 3000 a o °
Q w U] O f J J H U o W Q d W j J m Q J W J J(n W W N J<wm OF- NFU =JN-~~p OH0 = J mW2UO x =WF_ NU Q U z CL
H W F N Z W Ln N O it W J_ W W" N 2 O W N Z m Ul N J W LL J O N
J}Ox Z Z UN}OW 3 >0 ° N UOYQ of WLSO Llx m z^^ U Q
OF-3 Om OO V2'.- FS- w 2�ON Q W z2wmN Q2 QZO Z~ 0 V LLJ H U wH 2�1'w-W w 1-2 a' Q�°O m'F- d'Ln~ QN Z
Ll W Hmz OW HU F-m Zm0 ? OmWH F- W YUN0 PO HQW H Xa L- W
O WZ~ JF J� OOw�_ Z ~Z � O Q 4w °0 O� Om� O ZW m —I
z waN F�O� OwO�0z w VWOW2l U n. 3.F-0ZM 0� 080 Z oz w
O Qw0 ~0 JZ wmmo z w QNWQ W J 9ZN p_ WZ LLI Q QW J
�JO SHW�WQ 2 of m x J OX:�w 20 =!;i T_ �H Q L'i F a�U OW QU F-Od'QIY� F- Q2'HQ F- Q L/1UW10° I-U t-UH
o z
0 U N
° N M 4 to U r m 01
sluawanoidwl Nlemapig ap!mAIiC)
3wVN 103roaa
r a��r r.rr o r awwo r m l onew� loommoo goo— nlrrrr unwo" Lrmw wows" r +err "ROMEO MEMEM r" LMM MEd
+J ..
F t
� r _
1 —
4-j I
Z2. >a rc; < E N
aw VI a a� a
I x I W Z 3 , k` >
EA
cc Z (/j o a
cu
LLJ C)
Lk
oti
t
z
Z
'p IH r
x
1, bw
U i
Q
w a
3
IN an aay u016uiaaDH 0 Q�N a uany uo}6 iaaoH �-z
w
v�
C
In
�dM H`Jf21 Mkt AV pia
(gyp 3 a
d t ix
x W o
PUYk` II
AV
I` k
y 3
a.
cq
N b a
s
9
sn a x a,'p,
W'z'
a s ;, 'dt.
)
q �
n
a f-
� 4,,,�
Z
0
W
o w
z y Z Z Z Z Z Z Z Z Z Z O
o� a oa oa oa 3 o J o= °a c�v
w3 m a Wo Wo w0 as =Z �3 w0 ON
a � �rl- a J
0 J a'J J U° a W°
U} J
pZa Q ° �' p} }}> p> °V) wpm OZa 0>-
1-z Y V) Q m F_m m V)O W O U F z F--m
Do Q Z 0 U J U J U J Z Z F-
L, Q 00
U J 0
W C) U a'Q Q a'Q W
a0 O O W w= a= w= 0 Uj0 a0 n-En Uf
J Z N z a V) N n.(n F-W n_z J
w aZ UZ az w0 °ate �> az
L.i 33 x ° w U U a ww ww ww Qow cc a3 Ww L-i
°a >� W w a U g g a- a- a}- �c> >Np g �> °ya
C�7 lal °O O U Z a ° a a a F a °W O 17 a
° W = a a Q z ? a0 aC7 n.0 Qn- axw z 3 aO
° a w U ? y IZ Li Ha W
g J N �� �I �� �w �3� w era �w
Z °w o f U) 3 � a am �3 �3 �3 c� �o �w� U) w J m3
W m U_J Q a z p. Z y Z ..] U J U J U J W Z J Z m N J U J
° z a3 V) ° ? z a o wm wm wm v=i ¢� w°" z0 �� wwm
x W ~W H z W O m J Q O ~ ~ ~ Z m m }m} 6� H z w ,L j U
O 0 W W z F= Z m a'W n=W K W W 2O F--N�n aU' U Z a'w
M H °Z Vj w Z w Z = Q -� U U U W U
0 c)W W NZa z U1 ¢ Q U 0Q>- 0° O° O° O QY (?�ma QZ° 00
J J a' O p J 3 U U U . W U U Q Z W U W U
> > U a Z W Z C7 Z Z W > 0 m a O U
mod: J F-� F-� H J UJ _2 a z w� 'z
W WIZ J N N N �� wpj U LZ+)°j Ua W°j U > N° 0a N �OOZ wOj U Lj
t- N awP a X ° X (n X X ° W<Lg W W J WLig V)J a p W x 0 WH W W g
z 3 3 �Zx 3 W Q W w W W W QU UZa UQ Z n" UZa 0 WV UN3 W W Ua z X U Za
z F- w°5w °J U w n U � U U W0 w5Z w.JZ wgZ �W Wzf U w-7w W51
V) V) a= V)a w > w V) W W >H °p-j °a j °a j W V)0 °0� w °am °a I
> > OAF 3w O m p O O O �Z Opv~i 0°(~n 0°� D -=iON 0Zp O 0 0pF O6(~n
U 0 �
p ° ° �f-a W9 W Z K ° a' K WO �Ha �F-a a'F-a ° 0cr0 n_WH v 2 2'F-a �)-a
R a a a(n� Z0 a a n. a n. a aU m C) a(nU a(nU a aam aam a a(n� acnU
oil
H 000 0 00000000 0 0 0 00 O ONO 16!@
sjuawanoadwj Njemopig ap!mAlio
3MYN lo3road
to F 1_n"m "MEOW 4 r O� WAMM� ummr rr Woo" cwt wmwm. w.rr ONUNItl amurP 31'nlomwmd
i
WSW / o
O
c
3i Y 1
E
Q a
O r ' c�
Z \ gg
IM Wil',Z�,!"f,�,
�s A
cn (n
'.i ,R Y [
0
J
c F-
r,:ya I
Lj
i
r
y{
li
A
Y is
s
z �ts l
i
X Al
15 hi,
M
�d
A.
O
WE
O
a W} W W J W 04
J w 0 J O N
WjUo ON �W ~pz O wpom O
(D �0 of Zwzm mr3gJ a-��z_ z 00 r-
JW �JK V) JQ J?J } a WZ00 p F-(_n 0 fn
J J O z J z J N W Z Q
=W °=a Z H W=- r 2 Q ° w W Q W O
2 cn w z x �o } m
Lj
�p�,�,``�y mom0�~3 > moo p3J > �g o
¢< >Q L LLJ ° 30 ��a cai o ww o ui
o
p?O Fz� J 0 0 W Lj O L (f) -J J Q �mOFW U �Q W Z
JOO Q>H>rr O 2Q Q O W(n}> Y
a W Q m U W m W W x LL Q p W(n m ~ a J Y ~
Qra� rx awQ�O a zQa Q J mw(?U OF O° a Z LJ
w°U Q� SxU-Z WHO 2 Q WF-Q N V1W Q O
�Oam 9 iw �3Wwp WO ap(~j U J2WN z
Q~N ofm ~ N °~� w x�>m 'w, W� 3
=Za° d�(Wj wQ F-OX Z paz W > (/11-� Q JU o 2'
0Q ajw �w J?O p (nOO U ~ Wp3�J Z -j (na z 10- Q F U�QaU F- °UU Q Q Q J W O Z
NF- Qf ppN(~nrz O QH2 O 3 DZN 02 z FJZ �� U O J
Z J Q Z Z p J J z 1- �' Q (�O W Q N Q U W W J O
L a Apo- o a N v)m�w ?xz xc� 0 m
aU ZQ J W V U Q Y pUJ W °Z W a' UI W 3p Q W
Q W(n O a'Q J V Ua O W W Q a W> J m Q a J W J J N W FF--W V7 Q °
OH= NpU =JK~Hap O�F-� 2 J mWS0O 2 2WH WZ Q F- W LLJ
J0m
V)zZ mV)r � 3 >0 a N UOYQm a a�0 t(`iN = U Gj~ ON pZ orww x a U-U�O� F- °ZQ m' Oz ONO °w ° N O
LL,Um W O a H W W W rt J~S aQ W Q OM_ O NH ZN Z z Q U
LL,C~ zmw 02 J7 zod U' FOmW3 z W YUNU0 Zp ZmW aas¢ H tr�il
Z wZ� F-�� O W -Za z Z O Q Qa O Oa O a zW \J
mO- pr- Ua>ZOW w (n0w0 U a L-w Z x 0 omm X W
z Wa(n J� N w0::) QQa Q InF-QF- V1 U OZ W
O zoo F p-j z W 2 m O V)Z w (s(n W U.1 w J Z(n a W Z H J
aJO SHWmWQ x a'WSa x J �0 . W SO xQx Hx J
F ago ° . QU o�Q�M Q�r¢ a cnUw D° t U F--c�r (nr
J
O
N
° N M 4 N c0 n m O)
sjuawanoadwj NiemapiS ap!MAIio
3V4VN 103fo8d
Mmmow kow� *novalf mo� MINNOW toomm MINNOW amwoM wtvAmo "WON" Umanow *Now" 'MINNOW wommoo goommV MINNOW M"WO,]m L
r �C)(
7k rt N 7 v C W
E >.
Z > 3
w
A+ fr'�d'�• �' d
"�y oY m
Ud� w a
� } a�
W
U
�pq
It�
a
m
�•„d,'S h yj,�. t{� t 1'� � It��l t- �, i t: /d k H = if C
r
1d "4'Yua
C
r
A�'d
a� \
x' a
A�
k d
µV �3
46�
Y
O
!/ k
Ay .k
P
• 3 t s a O
a• { "¢ ��s � e �� 3 Z
O
Z Z °
O� U 4i O¢ O¢ ZO¢ wZ W J �� 0¢
w3 m wo w0 w0 ¢� }OF=-z Li Wo Of,0 J J mJ U° U}¢ a° J
oQ a ° ~ 0 0r Wo} °N yam Oz¢ 0�LLJ
�z Y Q �m �m - On`o a°� �z �m
V O Q Z m U J V J V J Z z F F Q (-)o
U.�
�¢ 3 W �a of �a Ww �¢�
W U O W= W= W= a (.�L7 W U W 2
a0 Z o Z a-En n cn a-V) °UC_ c m z aoJ avi
3Q N N ~ W N NZ M' <—� HO Lu O to W Q �c
o > `'� LLi Oa v U 3 J a� aG aW.� m >N W `� �> aK
m w °0 ° a ° a a 3 �a �a �a °w z ° > o �a
O w x a a a z ? aU aU aU ¢a ¢-W z 3 aU LLJ
I 0 WQ Q ? Z U N �� xz �� ° gW �30W w �Q ��
Zp zN N N w w a m m¢ m¢ m¢ �O �ac~�N off) ¢
W _ oUJ O U 3 W W ° ��' �3 �3 p WU ``zz N WJ 03 IL Z Z U J U J U J W 2 J Z� — U J
~ Z ¢ Z Y W W W W O v p U W m ck:xx �'- ~w f- z w m ? p p0 Lm Ci~ ram z_ m� n- H Zw
O O ww Z H Z m cw mw mw tL �C� ¢ OW of
L'z WjJ j LW� N O U U g3 OD U� �� Or UU aZW UZ p0
¢ ¢ U J U J U U U aY H� r� �� J O m a U U ��LLI(n > > 0 U ¢ H H Z Z' H Q z O W Z p lil Z Q 41 ¢ Z 2 d a FZ-- Q(7 Z O W
W O Z J In N H (n N 3 W I U W 1 U W I U > H° U W Vl
aW� ¢ x ° x N x x ° wWg wWg wW� m Np QoW x OWN wWg
3 3 �zx w W z o W w W W av 0za 0za c�za ¢ x� UNw o W 0Zx 0za
z wgw °—� v W o f v c~i W- Wgz Wnz W5 1 0 Fw wzm j v WgW Wgz
D N N °d- cn¢ W > w to w w >0' °a °a °a N N� °0� W °a= °a I
U O�� w O 0 O O O �Z O[]N 00N 0QHN >�OCOy 0Z0 O O DOH 0�N
O p p of x W .z.. ° of m w0 xm< WE 0_�...Q ° Oa0 �W H � 0: �1-¢ �F¢
¢ ¢ aN2 ZN a a ¢ a a [CU afn0 M C) CL 0 ¢ ¢O_m a-�fn a d(A� (L
000 0 00000000 0 0 0
sjuawanoadwj Njemepig ap!mAlio
3WtlN IOW08d
*MEOW somom oww m %VON" somrseo ■ow nor *NuWAW WANKAW wwwr nNnnr wrrn *sort mumom win+ •mww rwrwi """"'tirnrrf'