Loading...
HomeMy WebLinkAboutContract Award Date: June 19, 2006 CAG-06-068 Awarded to: Ceccanti, Inc. N T O N 4116 Brookdale Rd. E. Tacoma, WA 98446 SIT Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications L�'NTO `4 r trr SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS EDA GRANT Project No.07-79-05825 w CTED GRANT S06-76104-892 City of Renton / 6�' 1055 South Grady Way ;•� l Renton, WA 98055 0* S ■r General Bid Information: (425)430-7200 • City Contact: Robert Lochmiller (425)430-7303 120400 • Design Consultant: Sam Richard (425)951-4860 %-00% cyT�w ,?���: (W&H Pacific Inc.) � EXPIRES: 9/30/0f il/ Printed on Recycled Paper �ti`SY O� FINANCE AND INFORMATION SERVICES Am , DEPARTMENT M E M O R A N D U M DATE: August 8, 2005 TO: Terri Briere, Council President Members of the Renton City Council VIA: _�i athy Keolker-Wheeler, Mayor CC: V Jay Covington, Chief Administr tive Officer FROM: Michael R. Wilson, Interim Ad i SUBJECT: Reimbursement Resolution for the South Lake Washington Roadway and SW 27th Street/Strander Boulevard Capital Projects The City of Renton is in the process of undertaking two sizable capital improvement projects that will be debt financed through the issuance of general obligation bonds: South Lake Washington Roadway/Utilities Capital Improvement Project and the SW 27th Street/Strander Blvd. Capital Improvement Project. Since the City is likely to proceed with one or more of these upcoming capital projects before the issuance of any bonds, the City should have a reimbursement resolution in place before ground is broken on these projects. By having a reimbursement resolution in place prior to work on these projects, the City will be able to be reimbursed from the bond proceeds once the bonds are issued. A draft of the proposed Resolution is attached. MRW/dlf Attachment,as stated cc: Linda Herzog,Interim Assistant to the CAO Bonnie Walton,City Clerk Gregg Zimmerman,Planning/Building/Public Works Administrator Linda Parks,Fiscal Services Director h:\finance\adminsup\02_issuepapers memos to council or mayor\reimbursement resolution.doc wwY CITY OF RENTON �. RENTON, WASHINGTON CONTRACT DOCUMENTS for the SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS wwa City Project No. CAG-06-068 EDA GRANT Project No. 07-79-05825 .,� CTED GRANT S06-76104-892 April 2006 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS sw wft CITY OF RENTON 1055 South Grady Way Renton, WA 98055 INS .r Printed on Recycled Paper Uwe C—I tir .s .r CITY OF RENTON "w Table of Contents I. CALL FOR BIDS IL 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 r III.PROJECT PROPOSAL I. BIDDER'S CHECKLIST As 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Aw 5. BID BOND FORM 6. NON-COLLUSION/ANTITRUST/MINMUM WAGE 7. SUBCONTRACTOR LIST FORM IV. CONTRACT DOCUMENT FORMS I. BOND TO THE CITY OF RENTON m 2. CONTRACT AGREEMENT 3. CITY OF RENTON INSURANCE INFORMATION FORM 4. CITY OF RENTON STANDARD ENDORSEMENT FORM ,r V. ECONOMIC DEVELOPMENT ADMINISTRATION (EDA) REQUIREMENTS ft I. EDA SUPPLEMENTAL GENERAL CONDITIONS 2. WASHINGTON HIRING GOALS AND TIMETABLES 3. CERTIFICATION REGARDING LOBBYING r VI. CONTRACT SPECIFICATIONS 4. AMENDMENTS TO THE STANDARD SPECIFICATIONS 5. SPECIAL PROVISIONS APPENDIX A-HOURLY MINIMUM WAGE RATES m APPENDIX B-STANDARD PLANS APPENDIX C-PERMITS to VII. CONTRACT PLANS *w C-2 vrkwlt A FOR BI Ar _ t SOUIHI.An WASMNGTON ROADWAY NPROVIVAMM CITY OFREMN APRIL 2006 Ao .0 REC IVE'D CAG-06-068 1 2006 CITY OF RENTON APR 2 ® ortation systems Div. CALL FOR BIDS Transp SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS d Sealed bids will be received until 2:30 p.m.,Tuesday,May 23, 2006, at the City Clerk's office, 7`h floor Or and will be opened and publicly read in the HR Training Room, #737, on the 7`h floor,Renton City Hall, 1055 South Grady Way, Renton WA 98055, for the South Lake Washington Roadway Improvements Project. "' The work to be performed within 410 Calendar days from the date of commencement under this contract shall include,but not be limited to: rr 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 includes construction of new streets(1.2 miles),and the widening of existing streets(0.5 miles). The work will include grading, asphalt paving or an alternative cement concrete pavement, " seven traffic signals, decorative street lighting, landscaping, installation of a joint utility trench,and installation of water, sanitary sewers, and storm drains. Intersections, driveways and crosswalks will be a decorative stamped color concrete. It is anticipated that extensive dewatering will be required to install the deeper underground utilities. Work will involve close coordination with The Boeing Company,Property Developers,PSE gas&power, Comcast Cable, and Qwest. �r The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid Documents will be available Wednesday,April 26`h,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, Robert �r Lochmiller, at 1055 South Grady Way,Renton,WA 98055 or(425)430-7303. A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid. "" The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I.Walton, City Clerk �+• Published: Daily Journal of Commerce April 26,2006 Daily Journal of Commerce May 3,2006 Daily Journal of Commerce May 10,2006 Daily Journal of Commerce May 17, 2006 h �c t ap. � �i "1 SOUTH LKKE WASHINGTON ROADWAY IWROVBI(WrS cITY oP RENTON APRIL 2006 4W 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. 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 .r 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 r 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. +rn 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 wr compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. rrr SOL"r1ILAKE WASHINGTON ROADWAY IMPROVEMENT: CITY OF RENTON APRIL 2006 aw 11-1 im 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. me 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 N, City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(l) "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. VW 17. Trench Excavation Safety Systems aw 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. +�r 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 r CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements VW 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 ON comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos No materials. ur► SOU7RLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 11-2 VW 20, Standard Specifications do All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and a, 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" d` 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 wr detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. + 21. If a soils investigation has been completed, a copy of the report may be viewed on Builders Exchange of Washington's website for the project. 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 +w subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to +r bid opening time. • Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? .r • 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? ow ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ' ❑ Have you certified receipt of addenda, if any? +rw irr SOLII'IiLAKE WASHINGTON ROADWAYIMPROYEMENTS MY OF RFN-rON APRIL 200E 11-J +w CITY OF RENTON SM&MRY OFAMERIC4NS WITH DISMBMLIT7ESACT POLICY ADOPTED EYRESOLMONNO. 3007 alit 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 deiincs as set forth in app� gun federal,:state and local laws. All departments of the City of Renton shall adhere to the following guidelines: ow (1) EMPLOYMENT PRACTICES - All activities rebuing to employment such as recruitment,selection,promotion,termination and'traming shall be conducted m a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and m accordance with the Americans With Disabilities Act and 14W other applicable laws and regulations. (2) COOPERATION WrM 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 m employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILTIIES ACT POLI -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 10 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 40 (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. rr Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton Washington, this 4th day of October 1993, C RENTON RENTON CITY COUNCIL: zh 1 Mayor ;a4��'z- uncil t . Attest: City Clerk wr 4w SOIJTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 or ii-4 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the +rr following iuidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, wr 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 1W performance, staffing requirements, governing civil service rules, and labor contract agreements. r (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 v�lr+ opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines 14W and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and wo 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. `W 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 7 thday of October, 1996. �r CITY OF RENTON: RENTON CITY COUNCIL: N(ayor Council President Attest: ` \ �r City Clerl .rr SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 i ii-5 VW CITY OF RENTON South Lake Washington Roadway Improvements N. SCOPE OF WORK ow 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: ,. The work includes construction of new streets (1.2 miles), and the widening of existing streets (0.5 miles). The work will include grading, asphalt paving or an alternative cement concrete pavement, seven traffic signals, decorative street lighting, landscaping, installation of a joint utility trench, and installation of water, 14W sanitary sewers, and storm drains. Intersections, driveways and crosswalks will be a decorative stamped color concrete. It is anticipated that extensive dewatering will be required to install the deeper underground utilities. Work will involve close coordination with The Boeing Company, Property Developers, PSE gas & power, Comcast Cable, and Qwest. 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 410 calendar days will be allowed for the completion of this project. rrr vw r.rr w.r +irr �r ow sol*rxLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 ii-6 Irw Addendum 41 May 3.2006 Page 3 of 5 +r 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. wr 1. WSDOT/APWA "2006 Standard Specifications for Road. Bridge and Municipal Construction" hereinafter referred to by the abbreviated title "Standard Specifications." VW 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 low method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. 21. If a soils investigation has been completed, a copy of the report may be viewed on Builders Exchange of Washington's website for the project. 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 rrr protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. The City of Renton is seeking federal funding for this project from the Economic Development Administration (EDA) and that all project documents and activities must meet with the requirements of the EDA. 23. The Contractor agrees to pay liquidated damages for each calendar day beyond the number of calendar days established for physical completion as stated in section 1-08.9 of the Standard Specifications and ow the projects Special Provisions. 24. As stated in section 1-07.9 "Wages," of the standard specifications the Contractor shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by the Federal Davis- Bacon and Related Acts or the RCW 39.12. The Contractor shall not pay less then the higher rate. .r 25. 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? on ❑ 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) to ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? qw SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 No ii-3 a� �TM � �, ,^� F � �`�; �, ,e '•ybk,. � t~., a J"w "c-�., `'tw h � Y 4 a a "'� K � �� (w pw ,� ;r��A �€�� e ��aY•t. .'s t �Y' 3 " ''��"�q!3��4�'�`p¢, .. -r�,� +�+� •'^ t � r: ,� e4 } P#OJECTi � ) i 1 COMPANY: AUi7RESS: TEL NO.: AMOUNT: #t 4X! OUN M T• A artt ;#1: . C nlo . 4 SOMI AM WASMMON ROADWAY1MPROVEMNIS QTY OP RENTON APM 2006 ..� 111 III. Project Proposal CITY OF REN'TON PROJECT: SOUTH LAKE WASHINGTON CAG NO.: 06.068 nROADWAY IMPROVEMENTS COMPANY: +�+ ADDRESS: V TEL N04no-�i)5" )1- `'L I u ALA BID AMOUNT: Aftemative#1: ,1DIX Q Aftemative#2M PI ; Li4s a� .U0 PROJECT PROPOSAL 4 40 swnswE WASMarox aOADWAY n&xOVEMMM arYOFFENTOK APM2W s iii-0 Page 13 ovided 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 ,r 7. NON-CULLUSION/ANTITRUSTMHNIMUM do 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 err attached to the bid document. rr r sovMwMWASMO N Aa►nweY e&eays EM arropraw off AMMMM ar iii-1 Page 14 Bidders Checklist "`Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com .r CITY OF RENTON SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS 40 PROPOSAL AN TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: err 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 �" GPNpRA T C. and in figures.) shown. Show unit prices both in writing V.O v t Printed Name • P 1 ,ON•o= Signature: �.WA Address: e Names of Members of Partnership: r OR rr Name of President of Corporation Name of Secretary of Corporation ���p� 1�-cries\ 40 Corporation Organized under the laws of With Main Office in State of Washington at I p ��(( [�( �(� .QJ r, so 7a.CcXY I ll�P� X4 1.0 40 S0UM[.AIMWASE 0WN ROADWAY DAROVEMEN 8 Crry OFRElfl'Od ARM2= Im iii-2 .,. Page 15 Proposal Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com ,rr Addendum#5 June 1,2006 40 Page:Sof 45 SCHEDULE OF PRICES arlt ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: Unit prices for eH items,all extentions,and total amt of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail. 40 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY I (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ROADWAY/STORM Alternative#I-HMA(Ett 40 1 1 ractor Su plied Sine(t 5 SP LS e� ndred �0�14 p ° per LS (words) (figu(es) (figures) go 2 1 SPCC Plan 1-07 LS ms r-% 'Inac wj� °b '1A . °b per Ls MUO-oz (Wora) (fi res) ( ores jo 3 1 Resoultion of Utility Conflicts 1-07 SP FA One hundred thousand dollars $100,000.00 $100,000.00 per FA (words) (figures) (figures) aY� 4 1 Moobllililza>ipn 11 � SQ��Q�n 1-09 Ls $ � �dOIIQ�rS 1 .Do per LS (words) (figures) ffigufft) atr 5 7,500 Traffic Control Labor "'Zi� 1-10 HR $ ht A-nlru jiff 'Qi two l'1 is -oiia L05U� arlr per HR (wads) (figures) (figures 6 2,500 Traffic Control Traffic Supervisor 1-10 HR ag A-*IYQP Y Q!k .-11fY (wads (tsars.) '(figures cD 7 1 Pec;t TeY�.�L1—t iY�NI'1D1�SOL1f1�Si A ►V1a a,7 vd-10 LS S lt�{� Q�ji lf�t S ally per LS (words) (figu ) (fig 8 1 Clean' a�3,M-A-h__�m a xL s $ X- 19 a to LL trvo►w l.a .� .rut per LS (wads) (figures) (figures) 9 12,270 Sawcuting 2-02 per LF (wads) (figures) (figures) 10 5,130 Curb and Gutter Removal 2-02 1-.r� arr LF $ 1 nu k m1d rl � Al Y1�-1 l-y warl.� W per LF (words) (figures) (figures) 11 1,340 Asphalt Concrete Pavement Removal 2-02 per SY (wads) (figures) (figu s) am SY s7 12 7,270 Sidewalk Removal ,�, ��... 2-02 ` per SY (words) (figures) (figures) satl iii-3 Page 3 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com .r Addendum#5 June 1,2006 a� Page Ll of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.:1 arr 13 1,400 [Remove`-Buuried Cement Concrete Slab(8thSt) 2-02 SY IAIer V (words) (figures) (figures) 14 500 Remove Buried Cement Concrete Slab(Park Ave) 2-02 SY $ 1r V L�n c111 h�J �►�.Q,Qri C011.N2-O2 1 - oC per SY (wo (figures) (figures) 15 9,133 Cement Concrete Pavement Removal SY - 4 dm1lcal) 4N �1 JL..i�c. _1� 6 LOD ,%0 per SY wo( (figures) (figures) s 16 1 Removal of Structures an=11-ti Y1x-tad d -�CMx W4lOLcsa i sP Ls $ - doilc�clJ aD D per LS (words) (fig ) (figure r 17 100 R ove Exist�i�ngi Piling 2-03 2-03 SP TVA-LF $ r ¢ �� per LF (words) (figures) (figures) ar 18 4,500 Embankment Compaction �_u 2-03 CY ss A� 01WLM fir. .�Vd l�n�in ArL 00 per CY (words) (figures) (figu s) 19 2,400 Unsu4able Foundation Excavation Ind.Haul 2-03 CY $ .L .—1 .L.� am per CY (words) (figures) (figures) 20 22,600 -R-oaa�dw�ay Excavation Ind.Had 1 2-03 CY s f�Y�Q.all. —�(�,mL d 1n 1 c m LD 40 per CY (words) (figures) (figures 21 8,400 Gravel Borrow Ind.Had 2-03 T«, TWC�1'� ZL f1 �Dl l[1 rL18� m1t r`_ a`'� , Gi Ajr2,co o per Ton (words) (figures) (figu 22 500 Controlled I��Fill 2-09 (] CY $to CY (words) (figures) (figures) 23 1 Trimming ands sup $w two ear LS s tr♦a nCl`r_.ov_1G1�/ Y a Qilw�� 00 per LS (words) (figures) (fi ure 9 ) 24 11,000 Connsttru�ctioon Geotextile for Soil Separation A 2.12 do SY $O per SY (words) (figures) (figures) 25 3,650 Construction Geotextee for Soil Stabilization (Storrs) 2.12 s SY mlb &WO r s y♦ yl�n 00 per SY (words) (figures) (figures) 26 21,000 Crushed Surfacing Top Course 4.04 TON $N-M. 0.0 ( D1LSJ1,fn*-h VwLA-&*h ujU-o 10 �7 p �.ab per TON (words) (figures) (figures) arr iii-4 Page 4 �` Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com ar Addendum#5 June 1,2006 of Page 6 o 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ,0 27 1,500 Planing Bituminous Pavement Q 5-04 n SY $SX,Anlllc.o k'�- t�1 t� • ' co per SY (words) (figures) (figures 28 9,600 Longitudinal Joint Seal 5-04 LF 'Y2 ollgrn *A� IV+wjJQ sani� I per LF (words) (figures) (figures) 29 16,700 �H1M.A CL 1/2 PG 64-22 5-04 Ton per Ton (words) (figures) Ifiguresr ar 30 1 Job Mix Compliance Price Adjustment 5-04 CALC $One Dollar $1.00 $1.00 calculated (words) (figures) (figures) 4W 31 1 Compaction Price Adjustment 5-04 CALC $One Dollar $1.00 $1.00 air Calculated (words) (figures) (figures) 32 11,785 Stamped Cement Concrete Pavement 5-05 SP SY $5% (Q per SY (words) (figures) (figures) 33 114 Storm Drain Pipe,6 IN_Die 7-04 LF s__Ih Wk4S1)a d Oft L�11� ar per LF (words) (figures) (fig res) 34 64 Drain Pipe,8 In.Die 7-04 SP 00 per LF i (words) (figures) (figures) 35 511 Drain Pipe,81n.Dia.(DI) 7-04 SP LF - !2 dl7lIAI� L eA ati per LF (words) (figures) (figu ) 36 6,717 Storm Drain Pipe,12 In.Die. /y7-044 SP LF S 1 �—� ��� 1< Q4 lr(�! -VCI►IIJ per LF (words) ( res) (figureP 37 124 Storm Drain-Pipe,12 In.Dia.(DI) 7-04 SP ar LFk-'�C1—U1<IC �.ONa.rA ul per LF (words) (figures) (figures) 38 1,303 Stqrm Drain Pipe,15 In.Die. 7-04 SP LF s _ p %ft%UJ4,A 1 r LF PQ (words) (figures) (figures) 39 2,481 Storm Drain Pipe,18 In.Die. 7-04 SP a■ LF $--�i 4AV-!SOL A e it c trf-i W �j db per LF (words) (figures) (figured) 40 603 Storm Drain Pipe,24 In.Die. 7-04 SP to ar LF � Vtrik A�S'� d�tit0.�� ��Tie of u h '1D per LF (words) (figures) "figured" ar iii-5 ..Page 5 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 Page 6 of 45 ..r ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ,aa1 41 400 Storm Drain Pipe,301n.Dia. (� A_•- 7-04 SP C1�•�� �� �� r� LF $�ti1�U {���tl►latr�Sul TU lS�.�n �'V per LF (words) (figures) (figures) go 42 1,290 Storm Drain Pipe 36 In.Dia. 7-04 SP LF MLMM A.� �a�a cp�. b-r` 0Wn Ct per LF (words) (figures) (figure&) 40 43 195 Storm Drain Pipe 42 In.D'a. 7-04 SP 1� �t�tt;.a n dot�ar� 2� LF $Qv�G��4b- 1 £ I�sL��A per LF (words) (figures) (figures) rIr 44 2,398 Storm Drain Pipe 481n.DIA. 7-04 SP LF S I 'Ahra rk per LF (words) (figures) (figu ) it 45 270 St Drain. a0ila�704 SP LF i� r -. Per L n (words) (fig—) (figu s) 46 7 Connect to Existing System(Storm) 7-05 SP Each s7vour'suhan tmLh A acwcLm 0° W per Each (words) (fig rec) (figu ) sr 47 12 AlIlust Utility to Grade C 7-05 SP EA A 6SxbC5 Art Per EA (words) (f9 as) (fig res) 48 1 A*W Boeing Power vault 7-05 SP EA do Per EA. (words) (figures) ( ures) 49 38 Catch Basin Type 1 7-05 SP OR&V�nc►�sa�wd jkve. �cLv*C� aj Up Each tthw.",}cA_4io.t,.� c1o��d rn X 151% gar per Each (words) (figures) (figures) 50 29 Catch Basin Type 1(OFC) 7-05 SP p�q y�1n. gau.dr�e Y�t,..hdrtd Each E.F �.} Lr fit]\LA ICJ aw per Each (words) (figures) (figure ) 51 10 Catch Basin Type IL 7-05 SP *\jL%v^o pvo-% dw Each Si do t cit-Irgj w.d�ed l' CD per Each (words) (figures) (figu es) 52 6 Catch Basi Type IL(OFC) �dt� 7-05 SP owL�sas�t�Sltzvcx�YvL %l JIM it,$S\A n.4 Y1 d b\th_Y� 1 T per Each (words) (figures) (fig ) 53 4 Catch Basin Ty a 2-4V 7-05 SP S4LVtdr% � dw Each $SQ_ ,@ lr—,V.Q ck t5 i iQfA per Each (words) (fi ures) (figu s) 54 3 Catch Basin Type 2-48"(OFC) 7-05 SP EA `$°coM i,, e►;�' At oW�hwhdrad c� �U per EA 16 (words) (fi res) (fig res) iii-6 Page 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com 9. Addendum#5 June 1,2006 all/ Page 7bf 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. As 55 1 Catch Type r27S 7-05 SP Each ��� A (k ro-u-YtYt � dc►t�rJD Per Each (words) (fig ) (figures) as 56 2 Catch Basin Type Special 7-05 SP Each $_l;a Wb4 cl D it Q Y C1 per (words) (figures) (fig res) wrr 57 17 Storm Drain Manhole Type 2,48 In.Dia. 7-05 SP �y EA r-� ItMS[i�t� t7,Lri. AOl CLY I vt 1 Per EA (words) (fi res) (figures) aar 58 4 Storm Drain Manhole Type 2,54 In.Dia. 7-05 SP Q Each $6av%9MULP.6 `� hltLArlrrd dDt�� 0 Co � 00 Per Each (words) (figures) (figures) era ' 59 4 Std'`'Drain Manhole Type 2.601n.Dia. 7-05 SP Each $�h�l(Q. -�r►Y2. � Z)J .L per Each dCM Ol,'A (words) ( ) (figures) ,4.. 60 12 Storm Drain Manhole Type 2,721n.Dia. s3���� 7-05 SP �( ,Qr Each $�X�l�b&1Lh 1`,,..e►afi�l�:4 a a c♦ D . l LA .Co gar Per Each (words) (figures) (figu ) 61 2 Storm Drake Manhole Type 2,72 M.Dia.(Diversion Structure) 7-05 SP Each $n" prt A A LId b't� � I 3 � 40 Per Each (words) (figures) (figures) 62 2 Stprm Drain Manhole Tyype 2,96 In. d ` 7-05 SP Each :�i�c 4.c_s�a` d ell 1 r e� Q` Z•Co a+ per Each (words) (fi res) ( ) 63 1 Stone Drain Manhole Type Z 108 In.Dia. 7 05 SP Each i� �Wv 7 s4xA Iwo 1iM aVtL�� QU n.yam D Aft tsar rG.t V Per Each _T_ (words) (figures) (figures) 64 1 town Drain Manhole Type 2,144 In.Dia. 7�-05 SP `i'�►.ilf%%4-`t"ft4—, 4'V►LM>a �x�1LlhC��p a,s Each $Si&%.k..1 dot La cl� �I)Ld_00.al Ct) per Each (words) (figu ) (fig ) 65 61 Demolish Catch Basin Type 1 7-05 SP 4W EA $ "A"_hMAKKc - i0 4-AiRla-Y-1 _b", Per EA ds) (figures) (figu es) 66 3 Demolish Catch Basin Type 2 7-05 SP err EA XY?i Y11AmreA d1ottQrn , b0 per EA (words) (figures) ( gures) 67 3 Remove 48"Diam.Manhole 7-05 SP AW EA sf�► htu,dlrcd tltv►�I-�.► c�c�►�a r(1 �1D -Cc C�-10 .00 per EA (words) (figures) (figures) era 68 1 TVndwat.eF Contrd Plan _r �w•�M .1, 706 SP a � � LS :�likj.4 RkibIiLICA Irn�-�` *�A per LS (words) (figures) (figures) an iii-7 Page 7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1 2006 P.9.1.1`45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. arm 69 7,400 Wellpoint System 11 n1�1`�^7-06 SP 1 (� LF S Y1t 1(�lri� g �\ a >E7 J In x c i ! {o Q3. 0b per LF ords) (figures) (figures 40 70 900 Pumped Well System i^7-06 SP LF $;,V e ft�a lrf� " /�l"4� p °"{ per LF (words) (figures) (fig res) 71 3,500 -Tree-nch Sump Pumping 7-06 SP LF s 1'VVelyt rll)mm 44 Lt Ii(gi 0,Q,1n I 3 lot,vb .m per LF (words) (figures) (figures) arlr 72 51 Remove 12 In.124 In.Storm Drain 7-08 SP LF $�lArQ,n�4,1A�vVb a 1 to� SILh A034 lP0 1 D per LF (words) (figures) (figures) AM 73 195 Remove 30 In136 In.Storm Drain 7-08 SP LF s\t/IA�U 1.Jlbma_ r, : i t1A (11 Ak) • v"' v co - per LF �— (wads) (figs) (fig res) 40 74 350 Pavement Removal and Patching 7-08 SP y� SY o �b 14 co +re per SY (words) (figures) (figures) 75 1 S aoe Re torat on at Bosiva AP LS err per eLS (words) (fig ) (figures)COP 1 7-08 SP Ea s_�d (lI rrir , o tf►_ r per Each i (words) (fig—) (Wres) 77 1 _Cy(tirq,Pluggi Existing Pipas Storm) 7-08 SP LS �—s11�� Old �D �r per (words) (fig ) (figures) 78 i B 1' Exist' ►�Y`�,_ �„( � 7-08 SP LS s r \ \ arlr per LSj S (words) (fig res) (figures) 79 50.000 Non Structural Shoring or Extra Excavation 7-08 SP 40 SF S 0 7[Y 1 Ir/1 IZnTC_, \. per SF (words) (figures) (figures) 80 5,000 Structure Shoring 7-08 SP 40 SF s1l�b o1\�r(� -tl tlt-u Q on 2. � CD per SF (w ) 81 900 Removal of Unsuitable Material(Starr) 7-08 SP per CY (words) (figures) (figures) 82 1,200 Foundation Stabilization Material (Storm) 7-08 SP arr TN S )/ 5 ,CD per TN (words) (figures) (figures) Im iii-8 Page 8 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com ,rr Addendum#5 June 1,2006 40 Pagezi of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts. 41 83 9,000 Bank Run Gravel for Trench Backfill (Storm) 7-08 SP TN s 01t0.YA Q i"� 4 d D 1%Q X per v (words) (figures) (figures 720 SP 4,,, sa 900 ` .Sr�.�d or�.h�rtdl � LF $de« .rs 4. �ttn t r+t,� _t ttr Pf H i-s Z . 119 Z. per LF (words) (figures) gures) arlr 85 1 Sjoempnt MqWhoring Program 7_ Yvchi-V4 am `1-hov A.Fla DOUL yz LS _NLIGLYS LO .00 Per LS (words) (figures) (figures) 40 86 2 Oil-Water rator ono � O� � d 21 SP G� Each $-1-y r-, p t .00 ,OD per Each (words) (figures) (figures) 87 , ErosioNWater Pollution Contrd 8-01 SP FA Two hundred fifty thousand dotlars $250,000.00 $250,000.00 per FA (words) (figures) (figures) 88 1,0W Street Cleaning 8.01 HR truhukAwAjaujLA ft 1n 12b. 0 per HR (words) (figures) (figures) 89 t P Plan 8-01SP Each + h reL1-t�v�tx}c,�-�Ouy do uaxS oo . 00 per Each (words) (figures) (figures) s 90 to oeeorn r KM�on Ong _,1lIYC AID%V C% 8.41SP Each s �Gdt-tWle.1►.4t.�92y2Y� CUM s Per Each (words) (figures) (fig res) 91 5 Seeding and Fertilizing(Erosion Control) 8-01 SP Acre sl/ ifu 11rdwd r Af1 O CM4. CO Clib CID rr per Acre (words) (figures) (figures) 92 5 M- �rosion Control) `*X m,5P Acre [� - S rr per Acre (words) (figures) (fig res) 93 2,130 -Planting Area Preparation 8-02 SP atr SY $ Y% rz>f.S per SY (words) (figures) (figures) 94 235 Soil Amendment 8-02 SP a. Cy per CY (words) (figures) (figures) 95 2,200 Seeded Lawn Installation 8-02 SP SY !4 6 1101 �i—�ix�t� Q l k. _ t� C� per SY 'r'—(wor' s-)— (figures) (figures) 96 360 Bark Mulch 8.02 SP �r CY $ Per CY (words) (figures) (figur s) s iii-9 Page 9 �` Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com raa Addendum#5 June 1,2006 40 PagelOof45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 97 1,330 Shrubs(1 Gal) 8-02 SP Each h,UM mLl QL D fw (Lt a 1 A n1 I 4 per Each (words) (figures) (figures) 40 98 532 Shrubs(2 Gal) 8-02 SP 1 Each $ vkinA_ klF 1' per Each (words) (figures) (figures) arll 99 1,700 Topsoil Type A 8-02SP CY $ per CY (words) (figures) (figures) nrlr 100 88 Meta(Tree Grates&Frame 8-02SP DAL W MSGI.+�dl Y.�t_IwKd►4t!* J�C p 1l Each S 01 t0.fp s.. VM4 Yf t.1-r\nr,c 4✓1—� I, 011"T .?)1 Per Each (words) (figures) (figu ) 101 Each M.4, )L Tam per Each (words) (figures)• (figures) 102 Each �r���,c,.lnp1 I_per C ✓G1ol(a,t,s-0zsP r nA r per Each (words) (figures) (figures) atr 103 1 Plant Establi 1YR) hW1dt 8-02 al Sliku LS *A-{nrYi.ca_Ttwlb e►tnrn �. - fi!J lu,,Mt LV . am per LS (words) (figures) (figures) 104 1 Automatic Irrigation Irrigation S t 8.03 SP _1 to hul�drt ° x-te n`-thrntsa,na� Ls $_ 1'11 XrLr#-A &u NW-RaA rdi►t o rl rVAWn. 2. mrr Per LS words) (fig ) (figures 105 2,330 Cement Conc.Traffic Curb Sw -0 LF Q P art�r Per q.F (words) (figures) (figu s) 106 17,875 Cement Conc.Traffic Curb and Gutter ` 8.04 LF s h(Y2�V+2 ��IUVO g� s1to-u�1hret ciao AW per LF r (words) (figures) (figures 107 240 Cement Concrete Traffic Curb 8-04 Orr per LF (words) (figures) ( ures) 108 145 R ndabout Truck Apron Inner Cement Concrete Curb 8-04 40 LF $ ,t%t,.a4 � 1liG.fP T!4� + {� per LF I I (words) (figures) (figures) 109 445 C nt Concrete Driveway Entrance Type 8-06 SY �nKL� tA� �_ �Yttth l�-LItO per SY (words) (figures) (figu es) 110 450 Type C Block Traffic Curb 8.07 i` per LF (words) (figures) (figures) arrr Page 10 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com �r. Addendum 95 June 1,2006 AND Pageltof 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT N0. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts. 111 115.0 84W OPavement k4arkeri T t 8-09 Q 40 6 Hund $ KP TA0Q`0�5 �1 Di nil per Hund words ( ) (figures) (figures) AW 112 13.0 �R'aaiiissled Pavement Markers Type 22 , A "9 r� Hund s_li 1 1 1 dt(fl (�py1Q� Su - 1�1"4.Ufn �W .��lict per Hund (words) (figures) (figures) arrr 113 8 Wnument Case and Covgr and Pi rr_ 8-13 SP Each $" re t1i -ice vQ Cie IlLm r per Each (words) (figures) (figures) 114 6,650 Ce ent Conc.Sidewalk f 8-14 SY QNOIrn �ep4lY( (figures) per SY nrr 115 52 Gm Com.-SiMdewalk Ram T 18 Each P_.�YQe ��Q�8-14 I ^ U per Each (Words) (figures) (figures) ar 116 2,000 Quarry Spells �,"�,' ' B-115 Ton a�rif�1(1}fA�DV L c�t�l am* I Mthm-ni h D CID wr per Ton I (words) (figures) (figures) 117 3 Remove sting Signal Sy$temm Complete`^ 8.20 SP �y Each Per&y�i�:M nW�(�,�11R�-r`i 1�` _� r_ /1 _,_ ' i Each Am =tQ�(words]s)A�p (figures) (figur ) 118 1 Traffic Si SP h a 1 I System Comet ( gn/ 8.20 �l�t�d .r>t.r Ls slrllal>hAtred yCn[1o►�am s. `1i2tt_nl.i��P . b "l 0 ar per LS (words) (figures) 119 1 N��h S-Na Sys�t to a1k/8th� d-20 SP Mc'die Mt X�wiOLt-$j LS i'TNfb 1�uJ�Airrc��t'l�{�'1'n�G1Ld 1arS � t 1 I��1� 195U. b to per LS — (words) (figures) (figures) 120 1 New Traffic Signal S �CoC �e+(4�garwl8th)m w a Sp LS $= AoILX�74 gi,Lren_ la to sear) 40 1 per LS ( s (figures) (figures) 121 1 New Traffic Signal System plat (Park11_pth) �2p Sig LS �i-OL r 1—J�A 1 14 Per (wo (figures) (figures) 9 ) 122 1 ew Traffic Si nal stem omplete(Lo an/6th) 8 2 P go Ls "tom r &ht,�-�.� , 0 " ` ' 1D Pe L=am 5 ' 5`�_, (words) (figures) (figures) 123 1 New Traffic Signal System C�omptete(L, o n/`P,a� 0 SP 40 LS 1ta � 1 Per LS (words) (figur ) (figur ) 124 1 Revise Traffic Signal CompplIete(Garden/8th) 8-20 SP 0 Ls $ +,.rt,L4^4,K %eLatiD Orin-hL40ta� 1 per LS (words) (figures) • (figures) err Page 11 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,20D6 Page t2of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 4 125 L1S T porary Traffic cSignal Complete(Garden)% 8-20 SP affal per LS (words) (figures) (fig s) aril 126 2 Re fife Ilium nation P e tit t)�V 8-20 SP EA $ ",l' 1115A .14- -T per EA (words) (figures) (fi ures) '10 127 1 Signal Interconnect Com SP 20 LS $ u.hC�rtcP -�-rXr�tL)�hvusa�tc� Per L f1tY1 -`�'Y�T{.L C (words) (figun s) (figures) �r 128 1 Illumination Complete �Y` �-20 SA Ls s,�vtr►rktr. a c�O�lov f0 •� �I,,�1-Y1ro ti qqC5 nyl 43 19 Per LS (words) (figures) (figures 129 1 Permanent Signing r1tt�d 8-21 Ls lr*" - a pi ,*>ticsctr�c! k Per Ls 4(words) (fig res) (figu ) 40 130 5,000 Paaiintt Une f /� 8-22 LF - X,9b l�f�V101tl '24_%Q II v1 L14&'� • Cc a per LF (words) (figures) (figures) 131 770 Plastic Crosswalk Line .}r�yyx——_ 6-22 SF sjap d��f:G.m r4&,w-r04-` A&Ir rJ 4r per SF (words) (figures) (figures) 132 800 Plastic Stop Line ( � 8-22 LF $ Ir ablw(N � �-1�u=�tY� l�n err Per LF (words) (figures) (figures) 133 100 Plastic Traffic Arrow 8-22 Each : ._ o��rp �� 4�1, io tn_ 00 4V per Each (words) (figures) (figures) 134 6 Painted Bicycle Lane Symbol 8-22 Each cfilwoz fi YP n &V,�N do per Each I (words) (figures) (figures) 135 32 Plastic Traffic Letter 8-22 40 Each $ per Each (words) (figures) (figures) 136 27,000 Te/m�/°rary Pavement Markings �{ {_; . ' ,�/� 8-23 As LF $ '/ QXb C�lsJ WA a 4 C A y-1 L� �t, ► 00 Per F (words) (figures) (fig res) 40 s�rl iii-12 Page 12 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 Page LU 45 ITEM APPROX, ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 4 137 27,000 Remove Temporary Pavement arldngs 8-23 Q LF Jl a- r h . �� p DO per LF (words) (figures) (figures) 0 Sub-Total Schedule A: � Roadway/Storm:Alternative#1-HMA(EDA Eligible) (fi ures) 8.8%Sales Tax Schedule A: NOT APPLICABLE 40 (figures) Total Schedule A: 4 Roadway/Storm:Alternative#1-HMA(EDA Eligible) (fi ures) .rlr ar i dws iru 40 40 do 40 iii-13 .Page 13 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com rr . Addendum#5 June 1,2006 40 Page F jof 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. arr SCHEDULE A-ROADWAYiSTORM r- r • Eligible)1 LS or SuppI, Su in —tM��y� r 1Sb5 SP —Yq ilr per LS T1` �(Jw�o(rrds) (figures) (figures) 2 1 SPCC Plan 1-07 Ls $ tJl� sill per LS 01 f\(words) ( gures) (fig res) 3 1 Resolution of Utility Conflicts f� 1-07 SP FA one hundred thousand dollars $100,000.00 $100,000.00 per FA _S (words) (figures) (figures) 4 1 j`�1C � �� ICM`JOu�P SRK.11 1-09 rr Ls $jjUj3a%V#A TIMJA4,0.n de(la r5 per LS (words) figures) (figures) 5 7,500 Traffic Control Labor #REFI rr HR A-Y11YAt.1 nXYV- AIM zX*S per HR i (words) (figures) (figures) 6 2,500 Traffic Control Traffic Supervisor 1-10 400 HR > �x'tv�lnrcc�11ar5 ` n C Ct S per HR 3 (words) (figures) (figures) 7 1 Project Temp Tra c Control 1-10 "' Ls I=-V=delka"WX-%A SIX�1MrYW,YCt& O per LS (words) (figures) (figure".) 6 1 Clearing and Grubbing 2-01 are Co LS s4�11r�La i'11rrr-{�-�p�sand SIr h�rtar 00 per LS 0 (words) (figu s) (figures) 9 12,270 Sawcutting 2-02 .r LF $CQ lAtiMa rs '.DO CV " per LF (words) (figures) (figures) erll 10 5,130 Curb and Gutter Removal 2-02 LF $-If�NyPt J_`1&r,5 i R oti.') per LF (words) (figures) (figures) rr 11 1,340 Asphalt Concrete Pavement Removal \ n��L,c 2-02 SY ��tn &0 1�Qr51U�fiLA utJ 11.s I per SY (words) (figures) (figu ) 'Nr 12 7,270 Sidewa lk Removal 2-02 SY kUi)C 1dnkkW5 t 1) .9c) per SY (words) (figures) (figures) ,rr arr AN iii-14 ,we Page 14 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 ar PageI56f 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ,iota 13 1,400 Remove Buried Cement Concrete Slab(8th St) 2-02 q }� `/� SY $-Q a�T Mfft) I S1Xru CQ its U v 1 U 04 D per (words) (figures) (figures) As 14 500 Remove Buried Cement Concrete Slab(Park Ave) 2-02 SY $:�bnjx�cm &\\U5 - i 1 La 51 per SY (words) (figures) (figures) 40 15 9,133 Cement Concrete Pavement Removal 2-02 Q SY $�_&L. Mm V, Stx LUJ 11 J Q 1 . "/)r"[') V1 per SY (words) (figures) (figures) W 16 1 Removal of Structures and Obstructions 2-02 SP LS $t`M )(1� -kh YW t arc Per LS ( ) (figu ) (figures +11r 17 100 Remove Existin`g_Piling `_2-03 SP T per LF - - (words)- (figures) (figures) 18 4,500 Embankment Compaction }, ,p`�/ 2-03 CY $ S�k l\C�►�S LLAA { i e- C��S •I 4W (ids) (figs) (figs) 19 2,400 Unsuitable Foundation Excavation Ind.Haul 2-03 (�/� CY $ c C1 U 00 per CY, (words) (figures) (figures) 20 22,600 Roadway Excavation Ind.Haul 2-03 CY s ,1 tnr" iltiars 00 per CY i (words) (figures) (figs 21 8,400 Gravel Borrow Ind.Had 2-03 -y �y Ton $ — 1 _ "I M per Ton (words) (figures) (fig-4) 22 500 Controlled Density FRI 2-09 CY $(�� CO per CY �YS (words) (figures) (figu ) 23 1 Trimming and Cleanup 2-11 4" LS $�UXOWAAINC W per LS (words) (fig tires) (figures) 24 11,000 Construction Geottexxttilee for Soil Separation Ike 2-12 /� ry-� ara SY $_aQ_! l\ll 1 ��P!1 1 CQS�Y� •1 �.+ W per SY (words) (figures) (figures) 25 3,650 Construction Geotextile for Soil Stabilization(Storm) 2-12 SY $-1)z &AaA5 �eX1 C�oS . 1 M per SY (words) (figures) (fig ) 26 15,800 Crushed Surfacing Top Course 4-04 16h04,41VL09D TON $ per TON (words) HOOL*l gures) (figures w iii-15 Page 15 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com ar Addendum#5 June 1,2"006 40 Pagekof 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Wntten in Words) Dollars Cts. Dollars Cts. 40 27 1,500 Planing Bituminous Pavement �`- ���p conk-,,5--04 SY 5 sl�- �J!B.L�s f �pl Tfl_ �l�Mf) •Q of per SY U (words) (figures) (fi ures) 40 28 9,600 Lo itudinal Joint S\\e\\al��,,// 5-04 LF I�M-A—L 15. 1511 LQ �O LF - — J (words) (figures) (figures) rr 29 3,800 eA CL 1/2 6422 5-04 Ton ylu _d►�(����iL11��P (1' w per Ton T (words) (figures) (figures �11r 1 30 Job Mix Compliance Price Adjustment 5-04 CALC $One Dollar $1.00 $1.00 Calculated (words) (figures) (figures) +rr 31 1 Compaction Price Adjustment 5-04 CALC $One Dollar $1.00 $1.00 4W Calculated (words) (fig—) (figures) 32 8,000 Cement Concrete Pavement including Dowels 5.05 CY A A VIP, OD s par CY (words) (figures) (figures)an 33 11,785 Stamped Cement Concrete Pa ent 5-05 SP SY _:�- d C A UILM41, IS per SY (words)-J (figures) figures} 34 114 Storm Drain Pipe,6 In.Dia. ` 7-04 SP LF 11 , AW par Lf ( (figUfes) ( ) 35 64 Storm train Pipe,8 In.Dia,hal w `,,,� 7-04 SP n LF t n14 i ar Per LF U (words) (fig—) (figures) 36 511 Storm Drain Pipe,8 In.Dia.(DI)A `` 7-04 SP me LF ^ DI per LF U 3(words) (figures) (figures) 37 6,717 Storm Drain Pipe,12 In.Die. 7-04 SP as LF S x per L 0 rITq, (words) (figures) (figures) 38 124 Storm Drain Pipe,12 in.Dia.(DI) \11 nA� 7-04 SP M�y� do LF $�l� liI u .00 W per LF (words) (figures) (fig res) 39 1,303 Storm Drain Pipe,15 In,Dia. ��y� 1 p 7-04 SP 11A f� ^ (� LF S�l)A l?—C_�f LLIIM.J I Li i_ � p LV L Aef LF V S CMJ-S (words) (figures) (figures) 40 2,481 Drain Pipe,18 in.Dia. 7-04 SP arra LF S Per LF (words) (figures) (figures me iii-16 ,. Page 16 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 40 Page I-M 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars IC Dollars Cts. 41 603 Storm Drain Pipe,24 In.Dia. 7-04 SP LF $�iA_kffln u Six lu .*Tio 4.011a- ID per LF U ( ds) (figures) (figures) 42 400 Stone,D,r�ainn Pipe,3300 In. �Diiya�.� 7-04 SP LF $��] \1 11 CJL 11L1��J`. \ Di per LF (swords) (figures) (figur ) 43 1,290 Storm Drain Pipe 36 In.Dia. 7--0�4-SP LF $��_l IIUI� Y \WI� tI per LF G (words) (figures) (figures) +r1r 44 195 Stone Drain Pipe 42 In.D' . 7-04 SP 1�j, LF $ '-i 1 Per LF (words) (figures)• (figures) 45 2.398 Storm Drain Pipe 48 I•n., iiaa. 7-04 SP LF .rr Per LF (words) (figures) (figu ) 46 270 Stone Drain Pipe 60 in.Dia. 7-04 SP LF $ 2 . y.. per LF JA (words) (figures) pig ) 47 7 Conned to E>dsdng System (St—) ,, .G 7-05 SP ]�, M Each i Y -MO �� '1 l if) - 1 w ar per Each (words) ( es) (figureN 48 12 ust Utirdy to Grade 7-05 SP EA s 'j D. 00 ar P� EA c (words) (figures) (figures 49 1 Adjust Boeing Power Vault to Grade 7-05 SP ar EA �O Par (words) J ( u) (fiburasy 50 38 Catch�Basin�Tyyppe 1 7-05 SP rye 40 Each sO y s .2 L `i!►.1f. per Each (words) (figurer.) (figurers) 51 29 Catch Basin Type 1(OFC) 7-05 SP ro� 'th ara Each W v v For Ea (wordsF ( gures) (figu s). 52 10 Catch Basin Type IL 7-05 SP 40 Each $ , .� Per r-, ( gures) (figures) 53 6 �Catch Basin Type IL/(�OFC) �+�� p� M&Ed 7-05 SP T N� it ere Each U1�1L Mai I �XaIN 1 M��.i Ed OV W Per (words) (figures) (fig res) 54 4 Catch Basin Type 2-48" 7-05 SP Each MT1 Per E (words) (figures) (fig ) +ar iii-17 .. Page 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com +rrr Addendum#5 June 1,2006 fee Page of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts, Dollars Cis. aw - 55 3 Catch Basin Type 2-48"(OFC) 7-05 SP Q �t11 Each ll�o;�v 11 per Each (words) (figures) (figures) 56 1 Catch Basin Type 2-72" 7-05 SP Each � C� 00 per (words) (figures) (fig es) 57 2 Catch Basin T y pe S pea! 7-05 SP Each -A m khm1zw__ `` �W u per Each (words) (fig res) (figures) Wefr 58 17 Storm Drain a Type 2,48 In.Dia. 7-05 SP Each S ,Y—�1f1��1�c'-�►`c�, �Iel1 Cls��lac'� LQ� per Each -' (words) ( res) (figures) ,rr 59 4 Storm Drain Manhole Type 2,54 In.Dia. 7-05 SP nn Each W per Each (words) (fig res) (figu s) 60 4 Storm Drain Manhole Type 2,60 In.Dia. 7.05 SP Each M 2 (z • Per Each (words) (figures) (figu s) 61 12 Storm Drain Manhole Type 2,72 In.Dia. 1�7-05 SP Each s51X.'{�(y1�Z 0 �t1[� rd (RX%- —� IA40 CO CD aal per Each (words) (figures) (figu s) 62 2 Storm Drain Manhole Type 2.72 in.Dia.(Diversion Svuclure) 7-05 SP Each co aa► per Each 6 \\n (words) ( res) (figures) Storm 63 2 Drain Manhole Type 2,96 In.Dia. bW7J 7-05 SP Each by h 3-U 115 00 �r per Each (word ) (figures) (fig ) 64 1 Storm Drain Manhole Type 2,108 In.Dia. 7-05 SP Each Z 2 2 per (words) (figures) (figu ) 65 1 Storm Drain Manhole Type 2,1441n.Dia. 7-05 SP / r1� ae/ Each w .`�1/ per Each (words) (figures) (figures) 66 61 Demolish Catch Basin Type 1 7-05 SP ,. EA r�k n dZI)Ws per Qk\ CN (words) (figures) (fig res) 67 3 Demolish Catch Basin T pe 2 7-05 SP EA $ v_t r�� xe�► knmpyn BCD per EA (words) (figures)' ( gures) 68 3 Remove 48"Diem.Manhole C77--05 SP 40 EA S� USI(�YC1� a`_ ,&A YS OAT) per EA (words) (figures) (figures) • Page 18 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 ,yw Page t"t f 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. +Ia 69 1 Groundwater Control Plan 7-06 7-06 SP LS 41:u*dA YJ1l ll1 �n �� � �x .OD per L (words) T (fig res) (figures) c1t 70 7,400 Wellpoint�/Sy�sttemm 7-06 SP [� LF Q 1 LU 11\UPS � �► C� kY n VDIM �`' Per LF p rds) (figures) (figure&) 71 900 P ped Well System 7-06 SP LF �/e, . l� S ` U�Y ill 5171 Il ^[ G ••V per LF (words) (figures) (figures) 72 3,500 Trench Sump ppPuummpiing`,,,� i 7-06 SP VX LIF per LF (words) (figures) (figures) aatr 73 51 Remove 121n.t24 In.Storrs Drain 7-08 SP LF per LF (words) (figures) ( ) 74 195 Remove 30 In.136 In.Storm Drain , 7-08 SP 4(n,lK0 .W JLF - ( ) (fores) 75 350 A Pavement Removal and Patchirg 7-08 SP mm *� Sy -W O W r pef S (mss) (fig—) (figu ) 76 1 Surace Restoration at Boeing Par"Lot 7-08 SP LS I M0 +� per LS (words) (figures) (figu ) 77 8 P, Cap 18" 7-08 SP Each Aj ►&rvl rP i 1(h 1 Q Fats 90 rnr (words) (figures) (figures) 78 1 Cutting,Plugging E.6st4 Pipes(Storm) 7-08 SP wa Ct) per L (words) (figures) (figures) 79 1 Ba rng Existing Tunnel 7-08 SP sar LS E per LS (words) (fig res) (figu s) 80 50,000 Non Structural Shoring or Extra E�xcav`ioation 7-088 SP �y aia SF $ �`�l>,r fJ �Y Y en&j �1� tom.U.\ • 1 per SF (words) (figures) (figu ) 81 5,000 Structure Shoring 7-08 SP /'� r SF S O f1 � 1 WO W per SF ( s) (figures) (figurL) 82 900 Removal of`Unsuitable vvMaterial(Storrts,r)) 7.08 SP aaa CY $ per CY 0 (words) (figures) (figures) aar a.Page 19 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com 410 Addendum#5 .tune 1,2006 40 Page701of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 4 _ 83 1,200 Foundation Stabilization Material(Storm) 7-08 SP TN per �i( rds) (figures) (figure srs 84 91000 Bank Run Gravel for Trench Backfill(Storm) 1� 7-08 SP TN !R_0() &A1 PI SIX V-*S 1%.%Q LO CO per T (words) (figures) (figu s) ®rs 85 1 Settlement Monitoring Program 7-10 SP LS CO 91111b.m per LS (words) (figures) (figures) r 86 900 Wet Vault 7-20SP LF S 00 per L afyiS(words) ( r-) '(figured) i 87 2 Oil-Water Separator 7-21 SP Each (words) ( s) (fig ) C 88 1 Erosion/Water Pollution Control 8-01 SP FA Two hundred fify thousand dollars $250,000.00 $250,000.00 per FA (words) (figures) (figures) 89 1.000 Street Cleaning ,may, 8-0p1 cc HR i)m a per HR (words) (figures) (figu s) 90 1 SWPP Plan_ -^ "'ISSPP �1n M Each $5h 1h�f1 1[l _� . ( W J w vv arr Per Each Q (words) (figures) (figures) 91 10 Deoommission Monitoring Wells 8-01SP Each 4CA& INZ Man ci per ch (words) (fgures) ( ores) 92 5 Seeding and Fertilizing(Erosion Contrd) I 8-01 SP Acre S��i�.�n�Ur[1)! .um W' &VWCj per Acre (words) (figures) (figures) 93 5 Mulching(Erosion Con ) 8-01 SP AIN Acre ,5 per Aae ', (words) (figures) (fig res) 94 2,130 Planting Area Preparation �/ n^ 8-02 SP Sy �• stm : 7. 2• �0 (words) (figures) (fi res) 95 235 Soil Amendment 8-02 SP CY „�11r�,PjU�arS �h,,}Pt-LI,•Sl`X Tu 1 per CY words) (figures) (fig res) 96 2,200 Seeded Lawn Installation 8-02 SP per SY ' (words) (figures) (figures) No iii-20 Page 20 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com .r Addendum#5 June 1,2008 40 PageZ W 45 ITE APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. .m 97 360 Sark Mulch 8-02 per CY words) (figures) (figures) g ) ,so 98 1,330 Shrubs(1 Gal) .. 8-02 SP Each $PW q : .1 W Each- (words) (figures) (figu es) 99 532 Shrubs(2 Gal) 8-02 SP Each i per Each V ( ords) (figures) (figures) 100 1,700 Topsoil Type A 8-02 SP cY 3_• c�1Y,p' `SI La �'�U(P 4 6D. (mss) ( ) (figures) 101 88 Metal Tree Grates and Frame 8-02 SP Each y Per Each : (words) ftures) (figu )la 102 142 Deciduous Trees(3"Caliper) 8-02 SP Each 1X uami�Aw ol LO 51 1A q alr Per Each (words) (figures) (figures) 103 60 Deciduous Trees(2"Caliper) 8-02 SP • r Each +00 pVr Each (words) (figures) (5gures) 104 1 Plant Establishment(1 YR) 8-02 SP LS air P« o (figures) (figures) 105 1 �o ate Irri atanu�� � SIX• R01 n, LS S f�ltnle�f 4+ a r�n10 n_n C anl,�_ 'U 4- ft -9ju.. Llogg 161 Per LS (words) (figures) (figures) 106 2,330 Cement Conc.Traffic Curb 8.04 LF ixofQ11 A&aws t Lea UMW . 3 r (words) (figures) (figures) 107 17,875 Cement Conn Traffic Curb and Gutter 8-04 As LF �2,\yiP d111� ;Sl�j 1 '1'�larfl�l`�f 1r1.. \•a5 per LF (words) (figures) (figure ) 108 240 Mountable Cement Concrete Traffic Curb 8-04 ar LF r 2 " per LF (words) (figures) ( ures) 109 145 RRo�oun�dab�o/ut Truck Apron Inner Cement Concrete Curb 8-04 �,�,}�8-04 W 40 LF per LF (words) (figures) YOM) 110 445 C( ment Concrete Driveway Entrance Type 1 8-06 40 SY § uyAAA — &a• .Ar D 1S 6ye co 444 .11) 1 per SY� (words) (figures) (figu ) 40 iii-21 Page 21 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com s Addendum#5 June 1,2006 40 Page270f 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 40 111 450 Type C Block Traffic Curb 8-07 LF per LF Q (words) (figures) (figures) As 112 115.0 Raised Pavement Markers Type 1 8-09 Hund C 21 .5 per Hund (words) (figures) (figu s) ara 113 13.0 Raised Pavement Markers Type 2 8-09 Hund ZA.Na 44W per Hund lords) (figures) (figures) ark 114 8 Monument Case and Cover and Pipe 8-13 SP Each %A r ,1 LP per Each (words) (figures) ( ures) 115 6,650 Cement Cont.Sidewalk 6-14 SY W per SY IF M (words) (figures) (figures) 116 52 Cement Conic.Sidewalk Ramp Type 16 8-14 Each yrr Per Ea s) Ifigures) (figures) 117 2,000 Quarry Spans 8.15 Ton '"fin d�11er fi��e ntu 2�t.2q 54 Al rn per on ( rds) ( rte) (fig ) 118 3 Remove Ebsting Signal System Complete 8-20 SP Each �\%4 0d std U M qMq,,tA n U .. ) ("gum) (fig ) 119 1 New Traffic Signal System Complete(LogantiOth) 8-20 SP LS 1� wr ., rds) (figu ) (fig ) 120 1 New Traffic Signal System Complete(ParWBth) B-20 SP. alb LS L ; (words) (fig s) (figu ) 121 1 New Traffic Signal System Complete(Logamsth) 8-20 SP dw LS per L r SI&W C") (figures) (figured) 122 1 New Traffic Signal AN System Complete(ParW10th) 8-20 SP M LS ,V &WRA ee (emu s) (figures 123 1 New Traffic Signal System Complete(Logent6th) 8-20 SP ,11W LS Off U.V"ItA W-,N rx n!_'11')6L u-d fao n• /1Jr (words) (figures) (figured) 124 1 New Traffic Signal System Complete(Logan/Park) u., ,�•? 8-20 SP s) (figur ) PAI)AAri ur ) as iii-22 ,., Page 22 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com err Addendum#5 June 1,2006 PageM 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts. 40 125 1 Revise Traffic Signal Complete(Garden/8th) 8-20 SP Qp LS . -1 per tuv` (fig res) (fig res) go 126 1 Temporary Traffic Signal Complete(Garden) 8-20 SP (1^ LS 5 I 2 LU L� per '� (words) (figures) (fig s) 40 127 2 Relocate Illumination (6th st 1 8-20 SP EA 2 per .s (words) (fig (fi ures) res) errr 128 1 Signal Interconnect Complete 8-20 SP LS a ` (figu s) (figures) ar 129 1 Illumination System Complete 8-20 ^- LS L r .err (words) (figures (fig 130 1 Permanent Signing 8-21 Ls 2 q) 40 LS (words) (fig res) (fig ) 131 5,000 Paint Line 8-22 LF $5111-fie f)`t1 CD 48 per LF (words) (figures) (figures) 132 770 Plastic crosswalk Line 8-22 SF A M d-,)\ ` \�e,n +Vj,j,I c or,rl� `1'J tD ar per SF (wards) (figures) (f UMS) 133 800 Plastic Stop Line `,,,� ((``((++ (( 8-22 n Q LF s� Azlkn Tl Y4t�T-V)t an-h �- per LF (mss) (figures) (figures) 134 100 Plastic Traffic Arrow 8-22 �,,, }, Each �1( � i elu 1 acl t w per Each (words) (figures) ( ) 135 6 Painted Bicycle Lane�Syymboll n\ n 8-22 � r�1 arrr Each e,7171Jr1� &h\Wa1 , Ai (7 � �tZ _ V� per Each t (words) (figures) (figures) 136 32 Plastic Traffic Letter 8-22 Each U►r�t l 6yy_a per Each (words) (figures) (figures) air am iii-23 .. Page 23 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com r Addendum#5 June 1,2006 Ili Pagellpf 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars CIS. Dollars CIS. 137 27,000 Temporary Pavement Markings 8-23 LF $emC J 4\ C4.(Vis b per LF (words) (figures) (figures) Am 138 27,000 Remove Temporary Pavement Markings 8-23 per LF (words) (figures) (figures) aIM Sub-Total Schedule A: �`j Roadway/Storm:Altemative#2-CCP(EDA Eligible) 8.8%Sales Tax Schedule A: NOT APPLICABLE (figures) ., Total Schedule A. Roadway/Storm:Alternative#2-CCP(EDA Eligible) ( res) err ar Arlt me as do An ar All ui-24 Page 24 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com ,rr Addendum#5 40 June 1,2008 Pagel l�af 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO.I QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. url SCHEDULE Eligible) 1 1 CConstructionSururvveying n 1-05 SP p LS $ co 0 +� per LS (words) (i ures) (figures) 2 1 obilization 1-09 LS v V per LS (words) ( ures) � (figures) 3 4,400 _ 1_C�o�nsttrru�ctionGeeotextile For Soil Stabilization 2-13 a r SY 1�_ lJJ���i�l� &A\l �A1f��.a ( � .L V per SY (words) (figures) (fi ures 4 7,000 Bank Run Gravel for Trench Backfill 7-08 SP iMi T" ton IMAM Per TN (words) (figures) (figures) 5 1 Remove 48"Die Manhole 7-08 SP EA s` W 'h W P� (words) ( ures) (figures) 6 1 Demolish Misoelaneous Sewer Facilities 7-08 SP Alm LS ^1i��t�y.. n t� LS (words) ) (figures) 7 100 Controlled Dens4 Fitt 7-08 SP CY >art per CY (words) (figures) (fig res) 8 33,000 Non-Structural Shoring or Extra Excavation 7-08 SP �r SF s .g S' &,u , cum s1hC&".` o 5lj 00 per SF -j (words) (figures) (figu ) 9 9,6DO Sttrucct P tural Shoring \ 7-08 S SF i 1� a .1% per SF (words) (figures) (figu ) am 10 1 Cutting,Plugging Exis' g Pipes \\`` \ 7-08 SP LS ��� Per LS (words) ( res) 11 700 Removal of Unsuitable Material 7-08 SP CY i \t S M�i1 1�1 MI�QJ\ per Y (words) (figures) (fgu ) u�r 12 1,000 Foundation Stabilzation Material 7-08 SP TN i u per TN ds) (figures) (figu ) aido Q11-1-4-1 13 1 Demolish Sewer Meter Vault 7-17 SP do r LS ` rds) ( res) (figures) 14 15 SeIr Manhole 48 In.Dia . 1717 SP Each �t C�.� �*w`�+�t 9 .V-�. per Ea s) (fi ures) (figu ) I iii-25 �.Page 25 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com ar Addendum#5 June 1,2006 Page l,0 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ° 15 1 Sewer Manhole 60 Ian.Diem.(;^sid\e drop) \7-17 SP Each �z\ v I`y1��.h�,�\ ����Ri7� 01,14WX ITI Vib 90 per fzac(> ( (figures) (figures) 16 2 Sewer Manhole 72 In.Diam. 7 17 SP (� Each �\ _ W �-�✓ . ach (words) ( ures) (figures) ar 17 3 Sewer Manhole 72 In.Diam.(inside drop) 7 17 SP Each � OD�_ �t�\�c4�T� cy� L2 j4cc pe (words) (figures) (figu s) ,rr 18 5 Conned to Existing 96 In.Metro were \ 7 17 SP Each S .n�ou�f1 ^ix l�1lyQ `tv►w`1r�J� � � W (words) (figures) (figures) 19 1,584 PVC Santa r 15 In.Diam. 7-17 SP LF t', �Q !�.\��[\� C�1 tom\ ni.9m per ords) (figures) (fig ) 20 2,049 PVC Sanitary Sewer 12 In.Diam. 7-17 SP LF E Ar per LF \-3 (words) (figures) (fig- 21 58 PVC Sanitary Sewer 10 In.Diam. 7-17 SP nn LF $Z T- C �t�� 'U. srr per LF (words) (figures) 010 es) 22 703 Sanitary Sewer In.Diam. \ 7-17 SP LF \ CD .r per (words) (figs) (figuieS) 23 13 Sewer Clean out c 7-19 Each cx� DO per Each (words) (figures) (figures) 24 1 Supply Sewer Meter and Chart Recorder 7-22 SP me LS per L (wads) (figures) (figures) 25 1 Sewer Meter vault 7-22 SP LS per LS (words) (figu s) (figu ) Sub-Total Schedule B: C�L7 4W Sanitat Sewer(EDA Eligible) (figure 8.8%Sales Tax Schedule B: ( 40 Total Schedule B: San'itaty Sewer(EDA Eligible) (figures) ar Im iii-26 Page 26 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com law Addendum A5 June 1,2006 Page2V 45 ITEM APPf ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts, Dollars Cts. +ctrl ! SCHEDULE C—WATERLINE (EDA . , 1 1 Construction Surveying S," 1-05 \ \ LS ��ir kv� � )ra elm L 1 wirr par VS _ `(words) (figures) (figures) 2 1 bili;ation \ 09 pe L$ (words) (figures) (fi ures) 3 1 Demolish Miscellaneous Water Facilities \_ 2-02 SP (� 1 per LS (words) (figures) (figures) 4 1,300 Construction Geotextile for Sort Stabilization 2-13 arll ' SY S I. ►� 2 0 co per SY (words) (figures) (figures) 5 360 AC Pavement Removal and Patching rc- 5-04 J �y� am SY $ NJY t\1�b�.� C � ae�_._, - �� 1 ' 1 U W per SY (words) (figures) (figures) 6 6,500 Bank Run Gravel for Trench Baddill 7-08 SP Lv Am TIN W TN (words) (figures) (figures) 7 250 Controlled Density Fill 7-08 SP \ • SY ��♦ � WJ� C�k�n. e .�� cp per SY (words) (figs) (figu ) 8 300 Removal of Unsuitable Foundation Material 7-08 SP 4111111 CY $ \Yom.w� °s'Q__ '. D W per CY (words) (figures) (figures) 40 9 400 Foundation Stabilization Material 7-08 SP TN $ O"��C��_ . per TN (words) (figures) (figures) do 10 51,000 Non Structural Shoring or Extra Excavation 7-08 SF $ *�Q_ �t>.1. \ Suomi�ai>,�( Gt�`� .'1 per SF (words) (figures) (figures) 11 6,100 Structural Shoring\ 7-08 SF S �vJ� �j��.�,\biz\ n� \lc^ oO per SF (words) (figures) (figures) �rll 12 1 Cutting,Plugging Existing Pipes 7-08 per LSD (words) (figures) (figures) AW �1 13 9,515 DI Pipe for Water Main 12in.Diam.Ind.fittings 7-09 . LF K �' -Z � ��a�ti C'`E� Z r O CD per LF (words) (figures) (figures) s 14 4 �Connect to Existing 12"Waterlines 7-09 SP EACH $ \`�wr� i�,.r.\ ��.r,N \ b1Jt�- 1 w per EACH (words) (gures) (fig res) AN tJ\ iii-27 Page 27 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1.2006 go PageYO)f 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ar 15 15 Crossing under other utility 7-09 SP OD EACH $ .r. . t per C (words (figures) (figures) 16 8 Blowoff Assembly \ \ 7- SP (� EACH $�Q .r`\ Mtv`-1Z V�wtv�n Y��e 1 —I 00 �� Loco Cz (words) (figures) (figur s) s 17 53 Gate Valve 12 In.Assembly 7-12 EACH\;�c � '.\1vli� C 2 MV3, O W per EACH (words) (figures) (figures) ari 18 38 Hydrant Assembly 7-14 SP EACH OO l ,0D W EACH (words) (figures) (figures ail Sub Total Schedule C: 00 Waterline(EDA Eligible) es) ,rw 8.8%Sales Tax Schedule C: (fig ) Total Schedule C: .I >M Waterline(EDA Eligible) figures) AW s wr MW dw do rm iii-28 Page 28 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com d.. SCHEDULE OF PRICES June 8.2006 .Itax s,zoos r P g4o+3 ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (NoW Ural pric"tar all items,all extentiom,and afar amoua of bd mist be shown.Show ua prices in bM words and f and where wrMoU oa=rs the written or typed words shall prevail.) 11TEMI APPROX. I ITEM WITH UNIT PRICED BID UNIT PRIr-E= AMOUNT NO.I QUANTITY (Unit Prices to be Written in Words) Ulars CIS. Dollars Cts. D JOINT 1 1 Construction Surveying 1-05 Ls `I �nc�`iizlr�,�rmr1 do ucLr� c� W per LS (words) (figures) (figures) w 2 1 Mobilization 1-09 LS end 4�remL� 2I 5 00 a� per LS nl�/t V/� (words) (fig= s) (fi res) 3 50,000 Non Structural Shoring or Extra Excavation –+ 7-08 I . Fj ' SF S ( ) I tJ l l�l��(�� ! • 55 )-T err per SF —' (words) (figures) (figure 4 11,000 Trench Excavation 7-11 SP CY $-11ndbi tars�. IY+u lcn D. atr per CY (woros) (figures) (figur s) 5 4,000 T nch Spoil 8 Will 7-11 SP CY $° per CY (words) (figures) (fig= s) 6 3,500 Sand Bedding 7-11 SP TN $ Y(J •�O I �+tJ per TN words) (figures) (figures) 7 1,600 Fluidized Thermal Backfilt 7-11 SP rr CY per CY (words), (figures) (figures : 8 36,200 Install O�w,esst 4"conduit 7-11 SP y,� •Ir LF S �I7�.i �DIXQVS e l�– ,� QA'1� per LF (words) (figures) (fig= ) 9 1 I II Owest Vaults 7-11 SP Ls �Inc� nl ,n ill Q ni, n per LS (words) ( res) (figures) 10 9,300 In I Comcast 4"Conduit 7-11 SP ,TM vU LF $ per LF (words) (figures) (fig urfis) air 11 9,300 Install Comcaast 2"Conduit 7-11 SP LF $ � ►1 � 2WJ04� O W per LF (words) (figures) (figur s) err Sub-Total Schedule D: Joint Trench (figures 8.8%Sales Tax Schedule D: NOT APPLICABLE s (figures) Total Schedule D: w Joint Trench (figuresl ..Page 3 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com Addendum 95 June t,2DD6 40 Page=tof45 )TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. DoNars Cts. arm SCHEDULE E-WSOT a „ Eligible) 1 1 ��Construction Surveying 1-05 SP LS ?J1�)'r't iNJL�i�_i�11 ffA� 1 f1C�R°C� «af"(1 per LS gar (words) (fi ures) (figures) 2 1 Mobilization 1 1-09 LS S}(� �_ri\lllfl(� I��11�[fh°(1 r� r per LS (words) (figures) (figures) 3 42 Asphalt Concrete Pavement Removal � /1�2-0�2�(� SY sum] m a ti-t,&�IAf�I Q!k _ u OZAA k.1� per SY t ` (words)) (figures) (figures) 4 156 Sidewalk Removal 2-02 SY s (� per SY _ (words) (figures) (fi ures) • 5 135 and Gutter Removal 2-02 •r• LF A m1lQ ( 4 a� per LF (words) (figures) (figures) 6 20 _Systiad Surfacing Top Course 4.04 As TON i� - nQ co per TON J - �,j'^ (words) (figures) (figures)7 to PG sU� 8- - � 1r r N 'A M�0 aa To per TON (words) (figures) (figures) 8 530 Canard Cone.Traffic Curb 8..04 LF _$Q.M tg�n Amltaroe, tY�C�SWIM t j - (words) (figures) (figu es) 9 160 Cement Cone.Traffic Curb&Gutter 8-04 d. LF $ Ire_c�e�11( 4a � ,�u — a.lQ .�Slj per LF (words) (figures) ( ures) .r 10 84 Type C Block Traffic Curb 8-07 LF $4 ym ci ll an-cil 1lka � I I 2 per LF (words) (figures) (figures) 40 11 7.4 — ' Raised Pavement Pavement Markers Type 1 9 HUND t 1 11.51 per HUNG bQhvt (figures) (figures) do 12 0.9 Raised Pavement Markers Type 2 8-09 HUND S k1k An per H D (figures) (figures) ,111111 13 3 Cement C .Sidevailk Ra T Bb 8-114 EACH per EACH (words) (figures) ( res) 14 140 Cement Conc.Sidewalk 8.14 SY s per SY j (words) (figures) ( ures) ANN iii-29b �. Page 31 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 PageYd 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. aw 15 1 U de Traffic S nal Syst.Comp) ( rk/Gard 8 20 le LS q� Q per L- S -- (.nk,� (words) ( gas) (figu_) As 16 365 Paint Line ��} �+�+ 8-22 LF $�rc,�Q��1,CS�.�xlzmn 0 1jn,VT . • per LF (words) (figures) (figures) err 17 340 Plastic Crosswalk Line Q� 8-22 N (� SF S 1 Vq) per SF (words) (figures) (figures) 40 18 110 Plastic Slop Line 8/-22 LF S _n C'' �Q L' 3 1 t'T'CJI =1 l�'d Ge-n per LF (w ordsj (figures) (figures) :arr 19 12 Plastic Traffic Arrow /8-22 EACH SCE it � AM per EACH (words) (figures) (figures) 20 12 Plastic Traffic Letter ^ 822 aq I� EACH - �GC�'. (1I1Q�(J � tA-IJ��-+?v� • � [) R U ar per EACH (words) (figures) (figures) 21 1,700 Trn ry Pavement Markings c. 8-23 N LF err per LF (words) (figures) (figures) 22 1,700 R ^oveeTTemporaryPavementMa 8--223^ p �'( LF i �/1 V C`r� g/�— 'l�1 1 1 l • 1 Per LF (words) (figures) (figures) Sub-Total Schedule E: WSDOT Limited Access Area(EDA Eligible) an 8.8%Sales Tax Schedule E: (figures) Total Schedule E: WSDOT Limited Access Area(EDA Eligible) (fig res) rr s era �rrl ei iii-29c .. Page 32 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com wr Addendum#5 June 1,2006 to Page3-fof 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. as SCHEDULE F-Garden 1 1 Contractor Supplied Surveying 1-05 SP LS $ ��� w i� 0.5 r� �1�� \ . alb per LS (words) (figures) (figures) 2 1 Ad ust Utilit ROTCC�t 1-07 �u>`.r EA S�A' _�fl ylli per EA (words) (figures) (figures) 3 1 Mobilization Og LS 'two 111u ndcCG� dr��lq�Jj per LS (words) (figures) (figures) 4 240 Traffic Control Labor 1-10 LS �ftl t_nl rj(lokwo C9ltS nbr-il per LS (words) (figures) (figu es) 5 1 edule Temp.Traffic Control 1-10 ar LS A,w-Axu an.( j;ye- N.L1 iy6I Awn W �0 per LS (words) (fi ures) (fig es) 6 231 Sawcutting 2-02 40 LF seven c.otkar5 •� I luk"I CSO per LF (words) (figures) (fi ures) 7 491 C and Gutter Removal 2-02 .40 LS per LS (words) (figures) (fig res) 8 420 Roadway Excavation Ind.Haul 2-03 Am CY S v"yLn '1 1 1 l iiJkl 1� per CY (words) (figures) (figures) 9 271 Sidewalk Removal 2-02 SY W per SY (words) (figures) (figures) 10 1 Removal of Structures and Obstructions 2-02 Ls $�\�ver,Ll�hcanr,_d dQ���ar(J I l per LS (words) (fi ures) (figures) alb 11 530 �C-rrusshhedd Surfacing Top Course ` /� ✓f� 4-04 TON a 11I�\ IV1-�V��06�Wir_)Qw�llll � �I.YK \�D co per TON �— (words) (figures) (figu s) 12 TON S MA CL 1/LPG 64- �`(=4M \ `v�A\`,, f 11 C \ ` lw , per TION (words) (figures) (figure t) AW 13 68 �Concrete Pave[nent Inr<lud' Dowels 5-05 CY 0� f(� '�. �O fir[!l D O n CSL11 •t per CY -T (words) (figures) (figu ) rr 14 80 Storm`Drain-Pipe,12 In.Diam.(D.1) 7-04 ►l LF n 'n� . W per LF (words) ( gures) (fi res) iii-29d Page 33 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Addendum 45 as .tune 1,2006 Page34of 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. voe 15 3 Catch Basin ype 1 ����d� _ 7-05 ,T a EA s�c) r�iSZ1%Ct V �1 W W '1 t� per EA (words) (fi ures) (fig es) V v arr 16 1 Relocate Assembly 7_14 U a&hUACL 1,-A� LS 00 mm per LS (words) (fi ures) (fig res) 17 81 Cement Conrete Traffic Curb ^•- l 8-04 1 ]�Q LF p M9 dmttx�Cl� --9ftC'Dtikl� . 1 1 V Per F (words) (figures) (fi ures) atr 18 521 Cement Traffic Curb and Gutter 804 LF sj rft1yc dam► ,m per LF (words) (figures) (fig Gres) 19 10 Cement Concrete Sidewalk RRa,ammp 8 14 EA sohoLm a., yd�cd .ev. 4, per EA (words) ftures) (fig ) 20 545 Cement Concrete Sidewalk 8-14 Sy $ 1f lM U1'—Vh ,e, C11tM1LC1 AN 10 u .� 40 per SY (words) (figures) (figurfis) 21 1 New Traffic Signal System ete(GardeN 20 LS 111 40 per LS ,QV°C41"1" X O&At,5, (words) (figur ) (figures) 22 1 LS se a.QTr�aflic Signet Complete(ENO��)�� ht A ^ n20, % Q n 40 Per LS (words) ( res) - (fig res) 23 78 Paint Line 8_22 r LF s9 ro a9\\QYS 1C�Q•QJl y1'� Per LF (words) (figures) (figures) 24 467 Plastic Crosswalk Line 8_22 40 SF $ky% per SF (words) (figures) gures) 25 92 Plutle Stop Late �1 t, /�, s_22 40 LF s\'(1 `n,�Y\ ye- per LF (words) (figures) (figures) 26 1 Plastic Traffic Arrow 8-22 Q "V1 O Per EA J (words) (figures) (figures) Sub-Total Schedule F: (figures 8.8%Sales Tax Schedule F: Not Applicable (figures) are Total Schedule F: (figures) 40 ill-29e ,rrr Page 34 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Addendum#5 June 1,2006 go PaggZof 45 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. s PROJECT TOTAL ALTERNATIVE#1: Hot Mix Asphalt Pavement Total Schedule A: 11k Roadway/Storm:Alternative#1-HMA(EDA Eligible) (figures) �r Total Schedule B: ,"122,C1L� Sanitaty Sewer(EDA Eligible) T— (figures) Total Schedule C: NU 1%14' M Lp arr Waterline(EDA Eligible) (figures) Total Schedule D: 4% l� co Joint Trench ( ) ?rl• Total Schedule E• s LM ouci •C�rL-, WSDOT Limited Access Area(EDA Eligible) (figures) 40 Total Schedule F• �3��'jj .'Ill(.4 Garden Avenue North Improvements (figures) Alternative#1 �Ty ( � TOTAL PROJECT COST: r ALTERNATIVE#2: Cement Concrete Pavement Total Schedule A: �2 Roadway/Storm:Alternative#2-CCP(EDA Eligible) (figures) Total Schedule B: & , D .�2,0- a - Sanitaty Sewer(EDA Eligible) (figures) Total Schedule C: IAN ,OO2q .'r-1 Le WaterGre(EDA Eligible) ct (figures] Total Schedule D: b �rj 2, Do Joint Trench (figures) ar Total Schedule E: WSDOT Limited Access Area(EDA Eligible) figures) Total Schedule F: '0'),-jV ( , 'j'hCj ,r([ ¢ Garden Avenue North improvements (figures) Alternative #2 T •lots TOTAL PROJECT COST: (figures) Orr iii-29f ,,. Page 35 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 M LU NO. �_ DATE �-A foul 1Q , QWP as NO. ' DATE 1�t 201 NO. �_ DATE �Aa-iA Cho 'm NO. •T DATE q-WL-P No.`� �iL--^per-� 2001 40 SIGNS TITLE V vCP '•; NAME OF COMPANY ADDRESS ••• •�ct. ,�g,�b CTTY/STATFw .. •*4 S H R4G�� TELEPHONE CITY OF RENTON 10 )�k-p1bt4AM6 STATE CONTRACTORS BUSINESS LICENSE# Mn-fi flMmUCk LICENSE# Q 94A'S-' o-PL-) SOUMLAMWASHMMON ROADWAYMMVBI.IIEM cIIYorRF1rm AML]006 iii-30 ,., Page 43 Acknowledgement of Receipt of Addenda Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com Ina y. J. LVVU ]. JLfIVI Cd11LI InC, • No, bjYl r. j BID BOND FORM .r H=With find deposit in the fbm Of a oexdW check,cashier's dock,cash,ar bid bond in the amount Of s which amount is not less thm five pu resat of the total bid. r Sigloatae Snow All Men by These Presemts: That we, Ceccanti, Inc. �, and Ri ciel ty and I posit �v of * ag r,are held sad firmly boaad unto the City of Rrutorl• as paymat of MUM in tbo penal aunt of 5% of 1jr, Tntal ArMUI of Md *** Dooms. for the Summm ��.} �Sarlcly bind theanseYves,f4dr bars,cis,sudminisGra#,org. * �y� Y y,by these presrnta. The offiMM of fts OW19RUM is such that if the Obligee d W make any award to ft Pttnddpal for >Ith i aka_ �hinotm *x a=cdiag to the tcma Of Pfuposal or bid n>aaa by the P,dncipal tbmfor,and the ftiw pal abari dully male and exdw WO a ooaatrad vft thue Obligee in Womdaum vrlfh the tams of said proposal or bid and sAVard and sblal! give bond for tbo faitrifaat paforMaw Wlevf,with Smvety Of StuM es appwv+cd by ft Obligw,or if ft PnncMd uc 14 in case Of WUVO to do av,PAY and fatfedt to the Obiigce tbo penal amount of ft deposit spccifiad in the call for bids,then this obliga0ion gun bo null and voids otherwise it shall be and remain in fba floe m and e1'fe a and tin SUMW SW forthwith pay and fO&h to the Obligee;as penalty and lkpWated damages,ft amount of Us bond., rents, Project No. Cr,%-068 GC:•'Q0RA T,-s l V� 0 S :V �,. 3IQH-U,SEALED AND DAZED THIS 23rd p4y OF l W Zpp 6 JL s ;% �6f o l�yland Hl surcty Michael R. th, pt tony-im-pct Recetvcd setum of deposit in the tam of S •artauu�wuvr► ROAOWAYiAWp ! ni 3i 'M•WW rr Page 44 Bid Bond Form Provided to Builders Ewhange of WA.Inc.For usage Coed ims Agreeemerrt see www,bxwo.com �r Orr Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'r KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by PAUL C.ROGERS,Vice President,and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article VI, Section 2,of the By-Laws of said Company,w ' set forth on the reverse AV side hereof and are hereby certified to be in full force and effect on the date hereof d s nate,constitute and appoint Curt DYCKMAN,Michael R.HIGHSMITH,Elizabeth A. Guida MCCLAIN, all of Tacoma,Washington, EACH its true and lawful agen W �, ,seal and deliver,for, and on its behalf as surety,and as its act and deed: ° a the execution of such bonds 'r' or undertakings in pursuance of these pr ,s m ' 4 any,as fully and amply,to all intents and purposes,as if they had been d t a ularly elected officers of the Company at its office in Baltimore,Md.p er ° attorney revokes that issued on behalf of Curt Dyckman, 40 Michael R.Highs 1 Ap itt,Marie Poulin,Peggy A.Firth,dated March 6,2002. The said Assistants e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- said Company,and is now in force. 40 IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of December,A.D.2003. "' ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND T901WIk"I Ink By: T.E. Smith Assistant Secretary Paul C.Rogers Vice President State of Maryland 1 ss: City of Baltimore f On this 23rd day of December, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Q�3AS R•tq)b Wrwa�wr+ q�wmre im Dennis R. Hayden Notary Public My Commission Expires: February 1,2009 do ' POA-F 180-2913 •wr CITY OF RENTON Combined Affidavit and Certification foam: �r Non-Collusion,And T;ust,and Mimmum 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 r 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 rr overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned,having been duly sworn,deposed,say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as 0 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. 40 FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS rr N t NimeQf fir Ls FiA n Signature o ve o idder Subscribed and sworn to before me on this day of7W[NA .200Jp tu IL ````��t Notary Public in and f e State of Washington . rpnY,,,�tUr� +.`14�Q��tis►on Fl Notary(Print) o� My appointment expires: -:;- r u Notary do = { public "' 1 C sovraw=Ww3MvroN . Cam? ROADWAYDAUDVEMEM .� O •.,?/12 2,,•• �♦. amro[+n$rrrON .r Of o o ♦e fl �` iii 32 AFMX006 .. Page 45 City of Renton-Non Collusion Affidavit Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com SUBCONTRACTOR LIST FORM RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the completed for shall render the bidder's bid nonresponsive and,therefore,void. Complete one of the following for contracts that exceed$1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract " price: (list subcontractor and bid item) *1t� � * sue•�.c>. ��. Bid Item(s) Subcontractor Name 1�Q`rD Y(� 'f�sC l ��4�'1 ►� Address Phone No. C-�j — State Contractor's License�No '�'�lq*2gcj.pp Pr rr Bid Item(s) ,4 u Q Subcontractor Name �YIneJE ASS CY1�Y1ri cQ C Address Phone No. (?�c�1�1 t�It 01`ly, State Contractor's cease No T1►kK*.DI?�1�-11nf! r Bid Item(s) `r s Subcontractor Name Address 1. �� �. a :FAA ��c+YrI� q%4- Phone No. C161)' 3� c tate Contractors License No —ry �� q LLJ Bid Item(s) }* I joh �• r Subcontractor Name Address Ott rL, Phone No. State Contractor's License No`}'q�t SOVIHLAM WASMCUM ROAMAY D&MOMAM MTOFR@i" APR8 XW arr iii-33 Page 46 Subcontractor list Form Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com s y� s . ,{�}( CONTRAC." DO z m a � i OUM . Y[JV UMNT- dt��" �r k.�FilillrlM i7 1.L7 `1 kY 1.,i f�By 5uCc s�� �env TEN(1�)IDA'�S FQ�I.��Vv4G THE N( CE OF AWARD. `IMw7r 14 SOUT�ILAI�P WASHINGTgN OAO xYIIMOVP TT flCY OP N AM 2006 t tr Y < 4 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: Bond No. CMB08827713 That we,the undersigned Ceccanti, Inc. 4116 Brookdale Road East, Tacoma, WA 98466 Fidelity and Deposit Company of Maryland and as principal, and Zurich American Insurance Company corporation organized and existing under the laws of the State of Maryland & New York as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ 19,443,826.60 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 �r of the City of Renton. Dated at , Washington,this ' day of QU.1.44 , 2006 . Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-06-068 providing for rr construction of SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (project name) .. 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 wo force and effect. Fidelity and Deposit Company of Maryland Ceccanti, Inc. By,:, ` Principal °'Surety Steven J. Lepere, Attorney—in—Fact By: CE.CCA i Ameri r n nsuance Company Signature ick Ceccanti j�'� .Ap09 ture StevveW J. Lepereg Attorney—in—Fact President ; Title % 9sy' t9�6 .•• NGT6N SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENT CITY OF RENTON ,yy APRIL 2006 iv-I r Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by WILLIAM J.MILLS,Vice President,and ERIC D.BARNES,Assistant Secretary, in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e , dds by nominate,constitute and appoint Scott A.GARCIA,Steven J.LEPERE and David R.M 'W ton, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal o ° ,and as its act and deed: any and all bonds and undertakings,and ° 16 h gs in pursuance of these !.r presents,shall be as binding upon said Co y9 1 p nd purposes,as if they had been duly executed and acknowledged b eg 1 c'e''d any at its office in Baltimore,Md.,in their own proper persons. Th' a re ° ehalf of Richard W.RECOB,George F.SHACKELFORD, Steven J.LEPERS, t ,2003. The said Assistant es e e certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of August, A.D.2005. err ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'eC 9f P Os�i W T. `? 11z� By: 1 Eric D. Barnes Assistant Secretary William J.Mills Vice President State of Maryland 1 ss: r City of Baltimore f On this 8th day of August, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal ,W and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above ar written. 9"' 111111\5 Maria D.Adamski Notary Public My Commission Expires: July 8,2007 s °•' POA-F 180-A +fr ZURICH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,that the ZURICH AMERICAN INSURANCE COMPANY,a corporation created by and existing under the laws of the State of New York does hereby nominate,constitute and appoint Scott A.GARCIA,Steven J.LEPERE and David R. MAIER,all of Seattle,Washington,EACH its true and lawful Attorneys-In-Fact with power and authority hereby conferred to sign,seal,and execute in its behalf, during the period beginning with the date of issuance of this power, : any an nds and undertakings, recognizances or other written obligations in the nature thereof,and to bind ZURICH AMERI t3 E COMPANY thereby, and all of the acts of said Attorny[s]-in-Fact pursuant to these presents are hereby ratifie o rr� is o f Attorney is made and alr executed pursuant to and by the authority of the following By-Law duly adopt rect e y which By-Law has not been amended or rescinded. I p Article VI,Section 5."...The President or a Vice EPreiser d s m e� etary or an Assistant Secretary may appoint any person Attorney-In-Fact with x ut sure the Company and other formal underwriting ,rr contracts in reference thereto an � ts t i al polices and bonds of all kinds and attach the corporate seal.Any such officers up p ers a ey-In-Fact." This Power of Attorney is si e` al i vn er and by the authority of the following Resolution adopted by the Board of Directors of the ZURICH A S CE COMPANY by unanimous consent in lieu of a special meeting dated December 15, �r 1998 " RESOLVED, that the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile on any Power of Attorney pursuant to Article VI,Section 5 of the By-Laws,and the signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any AIN certificate of any such power. Any such power or any certificate thereof with such facsimile signature and seal shall be valid and binding on the Company. Furthermore,such power so executed, sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding on the Company." IN WITNESS WHEREOF,the ZURICH AMERICAN INSURANCE COMPANY has caused these presents to be executed in its name and on 4' its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized, this 8th day of August,A.D. 2005. This power of attorney revokes that issued on behalf of Richard W. RECOB, David R. MAIER, George F. SHACKELFORD,Steven J.LEPERS,dated May 19,2003. .�`GPN SNSVe•1••• .Q pop •(V••. " •— i° ZURICH AMERICAN INSURANCE COMPANY %% lase f* a? %� STATE OF MARYLAND Ss: By: ,r CITY OF BALTIMORE Eric D.Barnes Secretary Willliam J.Mills Vice President On the 8th day of August,A.D.2005,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,came the above named Vice President and Secretary of ZURICH AMERICAN INSURANCE COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument and they each acknowledged the execution of the sarne and ar being by me duly sworn,they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation,and that the said Corporate Seal,and their respective signature as such officers,were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above. r i .. Notary Public My Commission Expires: July 8,2007 This Power of Attorney limits the acts of those named therein to the bonds and undertaking specifically named therein, and they have no �r authority to bind the Company except in the manner and to the extent herein stated. CERTIFICATE I, the undersigned, a Secretary of the ZURICH AMERICAN INSURANCE COMPANY, do hereby certify that the foregoing Power of „ Attorney is still in full force and effect,and further certify that Article VI,Section 5 of the By-Laws of the Company and the�Resolution of the Board of Directors set forth in said Power of Attorney are still in force. A INS gqft. IN TESTIMONY WHEREOF I have hereto subscribed m name and affixed the seal of said Company ;°�� '"'""•ryL�'•. Y �� �1tztiti 'ssj r.— ;oe %0% 1998 r' = the 7 day of �Q('p . - ''6' , Gregory E.Murray Secretary ....na, No POA-Z ZA 180-A Serial Number:MH2O05AugustO8ZA 180-A rrr CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this�day of , 200 6 . by and '� between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Ceccanti, Inc. , hereinafter referred to as "CONTRACTOR." do WITNESSETH: s 1) The Contractor shall within the time stipulated, (to-wit: within 410 calendar days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of �+• the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 06-068 for 40 improvement by construction and installation of: Work as described in"Scope of Work" included in bid documents. 40 All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable �. codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever " practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this �+ agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ..r 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 �r. i) Technical Specifications, if any a. +rr SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENT CITY OF RENTON APRIL 2006 iv-2 +rr .r 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 do 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 An 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 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 s 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 aw 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 rr manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ;■. The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses ,., and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and +„ agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or .. employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity `� provision with respect to claims or suits based upon such concurrent negligence shall be valid SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENT CITY OF RENTON APRIL 2006 iv-3 wr and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 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 40 Contract final execution, and shall complete the full performance of the Contract not later than 410 calendar 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 .r 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 to the Contractor to the City. r 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 �r 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. a. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period �. set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. MW 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; .r 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. ..r Arr SOUTH LAKE WASHINGTON 4 ROADWAY MPROVEMENT CITY OF RENTON APRIL 2006 iV-4 am r 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors " participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. do 12) The total amount of this contract is the sum of $19,443,826.60 umber' Ninteen Million Four Hundred Forty Three Thousand Eight Hundred Twenty Six I� and 601tuutris wn en wor s which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. do IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. ON T C CITY OF RENTON President/Partner/Owner Rick Ce a yor Kathy Keolker SEpt ATTEST 1 Gc� Secretary Donna M. Motland �qS...... onnie I. Walton, City Clerk dba Ceccanti, Inc. Firm Name check one .. ❑ Individual ❑ Partnership 0 Corporation Incorporated in October 1, 1976 Attention: do 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. s 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. to If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. r r SOUTH LAKE WASHINGTON do ROADWAY IMPROVEMENT CITY OF RENTON APRIL 2006 iv-5 4 xjay W xV KI L- V 1 7 � �'± *� �. ,`AD i } k Yw d � t Y 1 } 4 =e t SOUrMLAMWeAS NOTON ROADWAY 1NPROi NTS crryOPREM N APRIL 2006 V-Q 4 00 r SUPPLEMENTAL GENERAL CONDITIONS W These Supplemental General Conditions are intended for use by Economic Development Administration Grantees. They contain specific EDA and other Federal requirements not normally found in non-Federal contract documents. The requirements contained herein must be rrr incorporated into all construction contracts and subcontracts funded wholly or in part with EDA funds. SUPPLEMENTAL GENERAL CONDITIONS w. S 1 Definitions S2 Federally Required Contract Provisions S3 Required Provisions Deemed Inserted S4 Inspection by EDA Representatives S5 Construction Schedule and Periodic Estimates *W S6 Contractor's Title to Material S7 Inspection and Testing of Materials S8 "Or Equal" Clause 00 S9 Patents S 10 Claims for Extra Cost S I I Contractor's and Subcontractor's Insurance go S 12 Contract Security Bonds S 13 Safety and Health Regulations for Construction S14 Minimum Wages S15 Withholding of Payments as S16 Payrolls and Basic Records S17 Apprentices and Trainees S18 Subcontracts of S 19 Termination and Debarment S20 Overtime Requirements S21 Equal Employment Opportunity W S22 Other Prohibited Interests S23 Employment of Local Labor S24 Historical and Archeological Data Preservation Act of 1974 S25 Clean Air and Federal Water Pollution Control Act S26 Use of Lead-Based Paints on Residential Structures S27 EDA Signs. rrw W +rw SOME LART WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 V-1 aw SUPPLEMENTAL GENERAL CONDITIONS S-1 DEFINITIONS The following terms as used in these Supplemental General Conditions are respectively defined as follows: a. "Contractor": A person, firm, or corporation with whom this Contract is made by the Owner. b. "Subcontractor': A person, firm, or corporation supplying labor and materials or onlylabor, for work at the site of the project,for and under separate contract or agreement with the Contractor. c. "Work on (at)the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any subcontractor. d. "Apprentice": (1) A person employed and individually registered in a bona fide ab apprenticeship program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau: or (2) a person in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship council (where appropriate)to be eligible for probationary employment as an apprentice. e. "Trainee': A person receiving on-the-job training in a construction occupation under a program which is approved (but not necessarily sponsored)by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. 46 S-2 FEDERALLY REQUIRED CONTRACT PROVISIONS a. Administrative, contractual, or legal remedies in instances where contractors violate or breach to contract terms, and provide for such sanctions and penalties as may be appropriate(Contracts more than the simplified acquisition threshold- currently fixed at$100,000, see 41 USC 403(11)) . to b. Termination for cause and for convenience by the grantee including the manner by which it will be effected and the basis for settlement(All contracts in excess of$10,000). c. Compliance with Executive Order 11246 of September 24.,1965 entitled"Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, ► 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of$10,000 by grantees and their contractors or subgrantees). d. Compliance with the Copeland"Anti-Kickback" Act(18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair). SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON 4W APRIL 2006 v-2 wr as e. Compliance with the Davis-Bacon Act(40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of ;P $2,000 awarded by grantees and subgrantees). f. Compliance with sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in e xcess of $2,000, and in excess of$2,500 for other contracts which involve the employment of mechanics or laborers). mrr �. EDA requirements and regulations pertaining to reporting. rrr h. EDA requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. wr i. EDA requirements and regulations pertaining to copyrights and rights in data. j. Access by the grantee,EDA,the Comptroller General of the United States, or any of their 00 duly authorized representatives to any books, documents,papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. 4r k. Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. 4W 1. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clear Air Act(42 U.S.C. 1857(h)), section 508 of the Clean Water Act(33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) w (Contracts, subcontracts, and subgrants of amounts in excess of$100,000). m. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub L. 94-163, 89 Stat. 871). S-3 REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were .. included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted,then upon the application of either party the contract shall forthwith be physically amended to make such insertion of correction. tr S-4 INSPECTION BY ECONOMIC DEVELOPMENT REPRESENTATIVES an The authorized representatives and agents of the Economic Development Administration shall be permitted to inspect all work, materials,payrolls, records of personnel,invoices of materials and other relevant data and records. S-5 CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES SOUM LAKE WASHINGTON ROADWAY IN f'ROVHMENTS OF RENTON APRIL 2006 v-3 rr Immediately after execution and delivery of the contract, and before the first partial payment is made,the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor also shall furnish the Owner: (a) a detailed estimate giving a complete breakdown of the contract price and (b)periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. S-6 CONTRACTOR'S TITLE TO MATERIAL No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he/she has good title to all materials and supplies used by him/her in the work,free from all liens, claims or encumbrances. S-7 INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency " shall be selected by the Owner. Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for intended users. S-8 "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers'or vendors'names,trade names, catalogue numbers, etc.,it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties, imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is,in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the Contractor without the Architect/Engineer's written approval. S-9 PATENTS w The Contractor shall hold and save the owner and its officers, agents, servants and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention,process, article or appliance manufactured or used in the wo performance of the contract,including its use by the Owner,unless otherwise specifically stipulated in the contract documents. SOUTHLARE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 3006 v-4 License or Royalty Fee:License and/or royalty fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his/her authorized licensee, directly by the Owner and not by or through the Contractor. If the Contractor uses any design, device or materials covered by letters,patent or copyright,he/she shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception,the contract prices shall include all royalties or costs arising from the use of such design, device or materials,in any way involved in the work. The Contractor and/or his/her Sureties shall indemnify and hold harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the it work. S-10 CLAIMS FOR EXTRA COSTS wr No claims for extra work or cost shall be allowed unless the same was done in pursuance of a written order from the Architect/Engineer approved by the Owner. S-11 CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he/she has obtained all the ow insurance required by the Owner, nor shall the Contractor allow any subcontractor to commence work on his/her subcontract until the insurance required of the subcontractor has been so obtained and approved. to a. Types of insurance normally required are: VW (1)Workmen's Compensation (2) Contractor's Public Liability and Property Damage (3) Contractor's Vehicle Liability ,w (4) Subcontractors Public Liability, Property Damage and Vehicle Liability (5) Builder's Risk(Fire and Extended Coverage) as b. Scope of Insurance and Special Hazards. The insurance described above shall provide adequate protection for the Contractor and his/her claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly or indirectly employed by him/her and also against any of the special hazards which may be ow encountered in the performance of this contract. c. Proof of Carriage of Insurance. The Contractor shall furnish the Owner with certificates 00 showing the type, amount, class of operations covered, effective dates and dates of expiration of policies. S-12 CONTRACT SECURITY BONDS If this contract is for an amount in excess of$100,000 the Contractor shall furnish a performance rw bond in an amount at least equal to one hundred percent(100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 v-5 Iw hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State, Territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The performance bond and the payment bond may be in one or in separate instruments in accordance with local law. Before final acceptance each bond must be approved by the Economic Development Administration. If this contract is for an amount less than$100,000 the Owner will specify the amount of the payment and performance bonds. S-13 SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his/her employees under the contract, the Contractor shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous, or.dangerous to his/her health and safety as determined under construction, safety and health standards promulgated by the Secretary of Labor. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his/her plan, equipment, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. S-14 MINIMUM WAGES All mechanics and laborers employed or working on the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949 in the construction or development of the project will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR Part 3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and mechanics; and the wage,determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under Section 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5 (a) (1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans,funds, or programs,but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. The Owner shall require that any class of laborers and mechanics,including apprentices and ar trainees, which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclassified conformable to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the w interested parties cannot agree on the proper classification or reclassification of a particular class SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 v-6 wr 11W of laborers and mechanics.including apprentices and trainees,to be used,the questions accompanied by the recommendation of the contracting officer shall be referred to the Secretary of Labor for final determination. +rr Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the Contractor is obligated to pay a cash equivalent of such a fringe benefit,the Owner shall require an hourly cash ow equivalent to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit,the question, accompanied by the recommendation of the Owner, shall be referred to the Secretary of Labor for determination. wr If the Contractor does not make payments to a trustee or other third person,he/she may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in VV providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract;provided,however,the Secretary of Labor has found,upon the written request of the Contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. w S-15 WITHHOLDING OF PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the w Contractor as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any subcontractor on the work,the full amount of wages required by the contract in accordance with the Davis-Bacon Act. In the event of failure to pay any laborer or mechanic, including any apprentice or trainee employed or working on the project site or under the United States Housing Act of 1937 or under the Housing Act of 1949, in the construction or development of the project, all or part of the wages required by the contract,the Economic Development Administration may, after written notice to the Contractor, sponsor, applicant, or Owner,take action as may be necessary to cause the suspension of any further payment, advance, or guaranty of funds until such violations have ceased. S-16 PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be maintained during the course of the work an preserved for a period of three years thereafter for all laborers and mechanics working at the EDA project site, or under the United States Housing Act of 1937 or under the Housing Act of 1949,in the construction or development of the project. Such records shall contain the name and address of each employee,his/her correct classification,rate of pay (including contributions or costs anticipated of the types described in Section 9 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program ++ described in Section 1 (b) (2) (B) of the Davis-Bacon Act the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the Mr laborers or mechanics affected,plus records which show the costs anticipated or the actual cost incurred in providing such benefits. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-7 aw The Contractor shall submit weekly a copy of all payrolls to the Owner on DOL Form WH-347 or equivalent. The copy shall be signed on the reverse side by the employer or his/her agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set.forth for each laborer or mechanic conform with the work he/she performed. This submission is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 20 CFR 5.5 (a) (1) (iv) shall satisfy this requirement. The Prime Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The Contractor shall make the records required under the labor standards clause of the contract available for inspection 40 by authorized representatives of the Economic Development Administration and the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. to S-17 APPRENTICES AND TRAINEES Apprentices will be permitted to work as such only when they are registered,individually,under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, U. S. Department of Labor: or, if no such recognized agency exists in a State,under a program registered with the Bureau of Apprenticeship and Training, U. S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his/her entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in Section S-1 e herein and is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he/she actually performed. The Contractor or subcontractor shall be required to furnish to the Owner written evidence of the registration of his/her program and apprentices as well as of the appropriate ratios and wage rates for the area of construction prior to using any apprentices on the contract work. Trainees will be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and when the subparagraph below is applicable, in accordance with the provisions of Part 5, Subpart A, Title 29, Code of Federal Regulations. On contracts in excess of$10,000,the employment of all laborers and mechanics, including apprentices and trainees, as defined in Section 29 CFR 5.5 shall also be subject to the provisions of Part 5, Subpart A,Title 29, Code of Federal Regulations. Apprentices and trainees shall be hired in accordance with the requirements of Part 5, Subpart A. The pro visions of Sections S-14, S-15, and S-17 shall be applicable to every invitation for bids, and to every negotiation,request for proposals, or request for quotations,for an + assisted construction contract, and to every such contract entered into on the basis of such invitation or negotiation. Part 5, Subpart A,Title 29,Code of Federal Regulations shall constitute the conditions of each assisted contract in excess of$10,000, and each Owner wr concerned shall include these conditions or provide for their inclusion,in each such contract. These "Supplemental General Conditions" shall also be included in each such contract. to SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON go APRIL 2006 V-8 It wo err S-18 SUBCONTRACTS. The Contractor shall insert in any subcontracts these same "Supplemental General �w Conditions." S-19 TERMINATION AND DEBARMENT ' A breach of any one of the Sections S-15 through S-18 may be considered by the Owner and by the Economic Development Administration as grounds for termination of the contract and for debarment as provided in 29 CFR 5.6. rrr S-20 OVERTIME REQUIREMENTS +rr No Contractor nor any subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he/she is employed on such work to aw work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his/her basic rate of pay for all hours in excess of forty hours in such workweek. w In the event of any violation of the clause set forth in the subsection above,the Contractor and any subcontractor responsible therefor, shall be liable to any affected employee for his/her unpaid wages. In addition, such Contractor and subcontractor shall be liable rr to the United States (in the case of work done under contract for the District of Columbia or territory,to such District of Columbia or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual 'r laborer or mechanic employed in violation of the clause set forth above in the sum of $10.00 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime 4W wages required by the clause set forth above. The Economic Development Administration may withhold or cause to be withheld,from any monies payable on account of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided #W in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth above in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts that may,in turn,be made. S-21 EQUAL EMPLOYMENT OPPORTUNITY .r No person in the United States shall,on the grounds of race, color,national origin, age,physical handicap, or sex be excluded from participation in, be denied the benefits of, or be subjected to irr discrimination under any program or activity receiving Federal financial assistance; Reference Title VI of the Civil Rights Act of 1964(42 USC 2000d) and Section 112 of Public.Law 92-65, Age Discrimination Act of 1975 (42 USC 6102) and Section 504 of the Rehabilitation Act of �wr 1973 (26 USC 794). SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS IV CITY OF RENTON APRIL 2006 V-9 aw Form ED-503 The Owner and all Contractors, subcontractors, suppliers,lessees and other parties directly participating in the Recipient's project agree that during and in connection with the associated agreement relating to the Federally assisted program, (i)they will comply,to the extent applicable, as Contractors, subcontractors,lessees, suppliers, or in any other capacity, with the applicable provisions of 13 CFR 311 and the Regulations of the United States Department of Commerce(Part 8 of Subtitle A of Title 15 of the Code of Federal Regulations)issued pursuant to Title VI of the Civil Rights Act of 1964(P. L. 88-352), and will not thereby discriminate against any person on the grounds of race, sex, color, age, or national origin in their employment ` practices,in any of their own contractual agreements, in all services or accommodations which they offer to the public, and in any of their other business operations, (ii)they will provide information required by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii)their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Owner whereby said agreements may be canceled,terminated or suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. Executive Order 11246, 3 CFR 339 (1965) (Equal Opportunity Clause). During the performance of this contract,the Contractor agrees as follows: a. The Contractor shall not discriminate against any employee or applicant for employment because of age, race,color,religion, sex,handicap, or national origin. The Contractor shall take affirmative action to ensure the applicants are employed, and that employees are treated during employment, without regard to their age,race, color,religion, sex,handicap or national origin. Such action shall include,but not be limited to,the following: employment, upgrading, demotion, or transfer;recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, ` including apprenticeship. �t b. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided by the Grantee setting forth the provisions of this nondiscrimination clause. �r c. The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants shall receive consideration for employment without regard to race, color,religion, sex, or national origin. d. A notice to be provided by the Grantee shall be sent to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract of understanding, advertising the labor union or workers'representative of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and copies of the notice shall be posted in conspicuous places available to employees and 4' applicants for employment. e. The Contractor shall comply with all provisions of Executive Order No. 11246 of September to 24, 1965, and of rules,regulations, and relevant orders of the Secretary of Labor. f. The Contractor shall furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of SOUTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 V-lo 4W 40 Labor, or pursuant thereto, and will permit access to his/her books,records, and accounts by the Economic Development Administration and the Secretary of Labor for purpose of investigation to ascertain compliance with such rules,regulations, and orders. Each at Contractor and subcontractor of federally assisted construction work is required to file an Equal Employment Opportunity Employer Information Report (EEO-1) on Standard Form 100, annually on March 31.Forms and instructions are available at the EDA Regional Offices. VW g. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules,regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed(and remedies involved) as provided in Executive Order No. 11246 of September 24, 1965,or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. h. The Contractor shall include the provisions of paragraphs a.through g. in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to Section 203 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the Economic Development Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance;provided, however,that in the event the Contractor becomes �r. involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Grantee/Borrower,the Contractor may request the United States to enter into such litigation to protect the interests of the United States. +wr i. Exemptions to Above Equal Opportunity Clause (41 CFR Chap. 60): (1) Contracts and subcontracts not exceeding $10,000 (other than Government bills of lading) are exempt. The amount of the contract,rather than the amount of the Federal financial assistance, shall govern in determining the applicability of this exemption. (2) Except in the case of subcontractors for the performance of construction work at the site of construction,the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding $10,000 for standard commercial supplies or raw materials are exempt. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS aw (EXECUTIVE ORDER 11246 et seq) 1. As used in these specifications: rr a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; .w SOUTH LAhB WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 V-11 b. "Director"means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number"means the Federal Social Security number used on the 4W Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941 d. "Minority"includes: 40 (i) Black(all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin,regardless of race); r1 2. Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia,the Indian Subcontinent, or the Pacific Islands), a. American Indian or Alaskan Native(all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 3. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade,it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable ` goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 4. If the Contractor is participating(pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area(including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan.Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's.or subcontractor's failure to make good faith efforts to achieve the Plan goals and timetables. 5. The Contractor shall implement the specific affirmative action standards provided in Paragraphs 8.a through 8.p of these specifications. The goals set for the Contractor in the solicitation from which this contract resulted are expressed as percentages of the total hours ' of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 6. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement,to refer either minorities or SOUTHLAL'E WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-12 4W 00 women shall excuse the Contractor's obligations under these specifications,Executive Order 11246, or the regulations promulgated pursuant thereto. No 7. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of ow employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. w 8. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall MW document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: ow a. Ensure and maintain a working environment free of harassment,intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women AW to each construction project. The Contractor shall specifically ensure that all superintendents and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention we to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to Im community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. wr c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority and female referral from a union, a recruitment source or community organization and of what action aw was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,if referred, not employed by the Contractor,this shall be documented in aw the file with the reason therefor, along with.whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Regional Director when the union aw or unions, with which the Contractor has a collective bargaining agreement,have not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has aw impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs 4' for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs,especially those programs funded or approved by the aw Department of Labor.The Contractor shall provide notice of these programs to the sources compiled under Paragraph 8.b above. SOUT'HLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 v-13 1W f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.:by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment,layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, Supervisors, etc.,prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings,persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, and providing written notification to, and discussing the Contractor's EEO policy with, other Contractors and subcontractors with whom the Contractor anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority,female and community organizations,to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. irlf j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable,provide after-school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 14 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for,through appropriate training, etc., such opportunities. go m. Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and his the Contractor' obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that 40 separate or single-user toilet and necessary changing facilities shall be provided to SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON at APRIL 2006 v-14 it wr • assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts �r from minority and female construction contractors and suppliers,including circulation of solicitations to minority and female contractor associations and other business associations. No P• Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. rirr 9. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (Paragraphs 8.a through 8.p). The efforts of a contractor association,joint contractor-union, contractor community, or other MW similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Paragraphs 8.a through 8.p of these Specifications provided that the Contractor actively participates in the group, makes every .,, effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation,makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply,however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. *W 10. A single goal for minorities and a separate single goal for women have been established. The Contractor, however,is required to provide equal employment opportunity and to take err affirmative action for all minority groups,both male and female, and all women,both minority and nonminority. Consequently,the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example, even w though the Contractor has achieved its goals for women generally,the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). +err 11. The Contractor shall not use the goals and timetables or affirmative action standards of discriminate against any person because of race, color,religion, sex, or national origin. 12. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 13. The Contractor shall carry out such sanctions and penalties for violation of these .�. specifications and of the Equal Opportunity Clause, including suspension,termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations,by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 14. The Contractor,in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraphs 8.a through 8.p of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the SOUTH LANE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 v-15 low �f Contractor fails to comply with the requirements of the Executive Order,the implementing regulations or these specifications,the Regional Director shall proceed in accordance with 41 CFR 60-4.8. 15. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out,to submit reports relating to the provisions hereof, as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers,construction trade union affiliation if any, employee identification number when assigned, social security number,race, sex, status (e.g., mechanic, apprentice, trainee helper, or laborer), dates of changes in status, hours worked per week in the indicated trade,rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form;however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 16. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application or requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 17. The goals for minority and female participation in each trade will be furnished by the Economic Development Administration of the U. S. Department of Commerce. S-22 OTHER PROHIBITED INTERESTS �r No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate,make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect, attorney, engineer, or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. S-23 EMPLOYMENT OF LOCAL LABOR to a. The maximum feasible employment of local labor shall be made in the construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on-site work, shall employ, in carrying out such contract work, qualified persons who regularly reside in the eligible area where such project is to be located, or in the case of Economic Development Centers, qualified persons who regularly reside in to the center or in the adjacent or nearby redevelopment areas within the Economic Development District,except: r�rr (1) To the extent that qualified persons regularly residing in the eligible area or Economic Development District are not available. (2) For the reasonable needs of any such Contractor or subcontractor,to employ SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-16 +rr aw supervisory or specially experienced individuals necessary to assure an efficient execution of the Contract. ow (3) For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non-resident persons employed under this rrrr subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his/her subcontractors on such project. b. Every such Contractor and subcontractor shall furnish the United States Employment ow Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees,the estimated numbers of employees required in each up classification, and the estimated dates on which such employees will be required. c. The Contractor shall give full consideration to all qualified job applicants referred by .r the local employment service,but it is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required. r.r d. The payrolls maintained by the Contractor shall contain the following information: full name, address, and social security number and a notation indicating whether the employee does, or 40 does not, normally reside in the eligible area in which the project is located, as well as an indication of the ethnic background of each worker. e. The Contractor shall include the provisions of this condition in every subcontract for +w. work which is, or reasonably may be, done as on-site work. S-24 HISTORICAL AND ARCHAEOLOGICAL DATA PRESERVATION ACT +r REQUIREMENTS The Contractor agrees to facilitate the preservation and enhancement of structures and objects of to historical, architectural or archaeological significance and when such items are found and/or unearthed during the course of project construction,to consult with the State Historic Preservation Officer for recovery of the items. Reference: National Historic Preservation Act of ,m 1966 (80 Stat 915, 16 USC 470) and Executive Order No. 11593 of May 31, 1971. S-25 CLEAN AIR ACT OF 1970,ET SEQ. AND FEDERAL WATER POLLUTION CONTROL ACT AS AMENDED BY THE CLEAN WATER ACT OF 1977 w The Contractor agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a. The term"facility" means any building,plant, installation, structure,mine,vessel or other floating craft,location or site of operations, owned,leased, or supervised; by the ow Contractor and the subcontractors; for the construction, supply and service contracts entered into by the Contractor: ow b. Any facility to be utilized in the accomplishment of this contract is not listed on the SOUMI-AlT WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 V-17 iM Environmental Protection Agency's List of Violating Facilities pursuant to 40 CFR, Part 15.20; to c. In the event a facility utilized in the accomplishment of this contract becomes listed on the EPA list,this contract may be canceled,terminated, or suspended in whole or in part; d. It will comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Water Pollution Control Act relating to inspection,monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308,respectively, and all regulations and guidelines issued thereunder; e. It will promptly notify the Government of the receipt of any notice from the Director, Office of Federal Activities,Environmental Protection Agency, indicating that any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA List of Violating Facilities; f. It will include the provisions of Paragraphs a. through g. in every subcontract or purchase order entered into for the purpose of accomplishing this contract,unless otherwise exempted pursuant to the EPA regulations implementing the Air or Water Acts above(40 CFR, Part 15.5), so that such provisions will be binding on each subcontractor or vendor; g. In the event that the Contractor or the subcontractor for the construction, supply and service contracts entered into for the purpose of accomplishing this contract were exempted from complying with the above requirements under the provisions of 40 CFR, Part No 15.5 (a),the exemption shall be nullified should the facility give rise to a criminal conviction (see 40 CFR 15.20) during the accomplishment of this contract. Furthermore, with the nullification of the exemption, the above requirements shall be effective. The Contractor shall err notify the Government, as soon as the Contractors'or the subcontractors'facility is listed for having given rise to a criminal conviction noted in 40 CFR, Part 15.20. S-26 USE OF LEAD-BASED PAINTS ON RESIDENTIAL STRUCTURES If the work under this contract involves construction or rehabilitation of residential structures,the Contractor shall comply with the Lead-based Paint Poisoning Prevention Act(see 42 U.S.C. 4831). The Contractor shall assure that paint used on the project on applicable surfaces does not contain lead in excess of the percentages set forth in Paragraphs (a) and (b) of this section. In determining compliance with these standards,the lead content of the paint shall be measured on the basis of the total nonvolatile content of the paint or on the basis of an equivalent measure of lead in the dried film of paint already applied. a. For paint manufactured after June 22, 1977,paint may not contain lead in excess of 6 one- hundredths of 1 percent(.00006) lead by weight. �r b. For paint manufactured on or before June 22, 1977,paint may not contain lead in excess of five-tenths of 1 percent lead by weight. As a condition to receiving assistance under the Act,recipients shall assure that the restriction against the use of lead-based paint is included in all contracts and subcontracts involving the use of Federal funds. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 V-18 ar ■o Definitions 1. "Applicable surfaces" are those exterior surfaces which are readily accessible to rr children under 7 years of age. 2. "Residential structures"means houses, apartments, or other structures intended for human habitation, including institutional structures where persons reside, which are accessible to children under 7 years of age, such as day care centers,intermediate and extended care facilities, and certain community facilities. S-27 EDA SIGNS The Contractor shall supply, erect, and maintain a project sign according to the %W recommended specifications set forth below: EDA CONSTRUCTION SITE SIGNS ,r The EDA Project Engineer/Manager will advise the Recipient of the requirement for an EDA site sign. The Recipient shall require the Contractor to supply, erect, and maintain a project sign aw during the construction of the EDA-assisted project according to the specifications set forth below and as illustrated on the attached drawing. No additional lettering or logos are permitted on the sign. s` Size: 4'x 8'x 3/4" Materials: MDO plywood or exterior plywood(APA rating A-B) Im Supports: 4" x 4" x 12'posts with 2" x 4" cross bracing War Mounting: The sign will be mounted to the 4" x 4" post with a 3/8" galvanized bolts and nuts, four bolts evenly spaced along each side of the sign. Each bolt will have two galvanized washers, one placed between the sign and the head of the bolt and the other placed between the post and VW the nut. Erection: Support posts will be set three to four feet deep in a concrete foundation 12" in ,a, diameter. Lettering sizes and positioning will be as illustrated. .. Colors: Red-Pantone 485C,Blue-Pantone 281C, Black-Pantone Black C. Specifically, on a white background the following lettering and logo will be placed: "American Jobs.." "American Values" and the three flag stripes in red; "U.S. Department of Commerce"in blue; "EDA logo"in blue; rr "Provided by Equal Opportunity Employers In partnership with the" in blue; "U.S. DEPARTMENT OF COMMERCE"in blue; "Economic Development Administration"in red; the words "and the" and the name of the"Investment Recipient"in blue, "Creating Higher-Skill, ow Higher-Wage Job Opportunities in Your Community"in blue; and"George W. Bush President of the United States of America"in black. r The location and height of the sign will be coordinated with the agency responsible for highway or street safety in the area, if any possibility exists for obstruction to traffic line of sight. Project SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS low CITY OFRENTON APRIL 2006 V-19 MW signs will not be erected on public highway rights-of-way. Whenever the site sign specifications conflict with State law or local ordinances.the EDA regional director may permit modification of the conflicting specifications so as to be in compliance with State law or local ordinance. 40 ow SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-20 4W wr WASHINGTON 11. Area Covered— King and Snohomish Counties ow Goals and Timetables Timetable Goals for minority Goals for female 1W Participation in each trade participation in (percent) each trade (percent) rr Until further notice 7.2 6.9 Im Any questions that bidders may have on complying with these bid conditions should be 1W directed to the following agency: Im U.S. Department of Labor OFCCP Area Office 1111 3rd Avenue ow Seattle. Washington 98101-3212 (206) 553-7182 6 Im .. N ow ow SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2(X16 v-21 wo NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are indicated in Attachment A. These goals are applicable to all Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and trainincy must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer identification number, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. SOl!TH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-22 �r CERTIFICATION REGARDING LOBBYING (This Certification is required pursuant to 31 U.S.C. 1352) Certification for Contracts Grants Loans and Cooperative Al2reements The undersigned certifies.to the best of his or her knowledge and belief,that: rrr (1)No Federal appropriated funds have been paid or will be paid.by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency.a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative ow agreement,and the extension,continuation renewal, amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or aw attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities."in accordance with its instructions. `w (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans. and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. wr This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10.000 and not more than$100,000 for each such failure. Statement for Loan Guarantees and Loan Insurance The undersigned states,to the best of his or her knowledge and belief,that: If any funds have been paid or will be paid to any person for influencing Or attempting to influence an officer or +wr employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities."in accordance with its instructions. No Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S. Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. 40 ORGANIZATION NAME AWARD NUMBER WM NAME AND TITLE OF AUTHORIZED REPRESENTATIVE aw SIGNATURE DATE aw wr SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS ow CITY OF RENTON APRIL 200E v-23 am CONTRACT CLAUSE ,rf NEW RESTRICTIONS ON LOBBYING wr► This contract,subcontract, or subgrant is subject to section 319 of Public Law 101-121, which added section 1352,regarding lobbying restrictions, to chapter 13 of title 31 of the United States Code. The new section is explained in the common rule, 15 CFR Part 28 (55 FR 6736-6748, '-1/26/90).Each bidder/applicant/recipient of this contract, subcontract, or subgrant and subrecipients are generally prohibited from using Federal funds for lobbying the Executive or Legislative Branches of the Federal Government in connection with this Award. Contract Clause Threshold This Contract Clause regarding lobbying must be included in each application for a subgrant and in each bid for a contract or subcontract exceeding$100,000 of Federal funds at any tier under the Federal Award. ow Certification and Disclosure Each applicant/recipient of a subgrant and each bidder/applicant/recipient of a contract or subcontract exceeding$100,000 of Federal funds at any tier under the Federal Award must file a"Certification Regarding Lobbying" and,if applicable, Standard.Form-LLL, "Disclosure of Lobbying Activities," regarding the use of any nonfederal funds for lobbying.Certifications shall be retained by the next higher tier.All disclosure forms,however, shall be forwarded from tier to tier until received by the Recipient of the Federal Award(grant),who shall forward all disclosure forms to the Federal agency. Continuing Disclosure Requirement 40 Each subgrantee, contractor, or subcontractor that is subject to the Certification and Disclosure provision of this Contract Clause is required to file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by such person.Disclosure forms shall be forwarded from tier to tier until received by the Recipient of the Federal Award(grant),who shall forward all disclosure forms to the Federal agency. Indian Tribes. Tribal Organizations. or Other Indian Organizations Indian tribes, tribal organizations, or any other Indian organizations,including Alaskan Native organizations, are excluded from the above lobbying restrictions and reporting requirements,but only with respect to expenditures that are by such tribes or organizations for lobbying activities permitted by other Federal law.An Indian tribe or organization that is seeking an exclusion from Certification and Disclosure requirements must provide(preferably in an attorney's opinion)EDA with the citation of the provision or provisions of Federal law upon which it relies to conduct lobbying activities that would otherwise be subject to the prohibitions in and to the Certification and Disclosure requirements of section 319 of Public Law No. 101-121.Note, also,that a non-Indian subgrantee, contractor, or subcontractor under an award (grant) to an Indian tribe, for example,is subject to the restrictions and reporting requirements. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 v-24 ,w DISCLOSURE OF LOBBYING ACTIVITIES 03Approved 48-0046yOM8 Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: trr a. contract —1 a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: rr d. loan year quarter e. loan guarantee f. loan insurance date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is Subawardee. Enter Name and r Address of Prime: ❑ Prime ❑ Subawardee Tier ,if known: to irrr Congressional District,if known: Congressional District,if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: +I�r CFDA Number,if applicable: 8. Federal Action Number,if known: 9. Award Amount,if known: t 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services(including address if (if individual, last name, first name, MI): different from No. 10a) (last name, first name, MI): trr (attach Continuation Sheet(s)SF-LLL-A,if necessary) 11. Amount of Payment(check all that apply): 13. Type of Payment(check all that apply): rrr ❑ actual ❑ planned ❑ a. retainer ❑ b. one-time fee 12. Form of Payment (check all that apply): ❑ c. commission rrr ❑❑ a. cash d. contingent fee ❑ b. in-kind; specify: nature ❑ e. deferred value ❑ f. other; specify: +rr 14. Brief Description of Services Performed or to be Performed and Date(s)of Service,including officer(s),employee(s), or Member(s)contacted,for Payment Indicated in Item 11: r low (attach Continuation Sheet(s)SF-LLL-A,if necessary) +�+�► 15. Continuation Sheet(s)SF-LLL-A attached: ❑ Yes ❑ No 16. Information requested through this form is authorized by title 31 U.S.C.section 1352. This disclosure of lobbying activities is a material representation of fact upon Signature: r>� which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352, This Print Name: information will be reported to the Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be Title: subject to a civil penalty of not less than$10,000 and not more than$100.000 for Telephone No.: Date- ' each such failure. fedeMa[Use: nly: Authorized for Local Reproduction Stanriarri Fnrm- YAW VA INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing, pursuant to title 31 U.S.C.section 1352. The filing of a form is required for so each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. to 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity. Include Congressional District,if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filling the report in item 4 checks"Subawardee",then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP) number; Invitation for Bid(IFB) number,grant announcement number;the contract, grant,or loan award number;the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,'RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(Rem 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payments. 13. Check the appropriate box(ex). Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed,or will be expected to perform,and the date(s)of Will any services rendered. Include all preparatory and related activity,not just time spent in actual contact with Federal officials. Identify the Federal official(s)or employee(s)contacted or the officer(s),employee(s),or Member(s)of Congress that were contacted. 15. Check whether or not SF-LLL-A Continuation Sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Public reporting burden for the collection of information is estimated to average 30 minutes per response, including time for reviewing instructions,searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington, D.C.20503. This form was electronically produced by Elite Federal Forms,Inc. NO DISCLOSURE OF LOBBYING ACTIVITIES Approved byOME 0348-0046 CONTINUATION SHEET Reporting Entity: Page of try r +rr twr irr rwr it +rr am v1w tw Authorized for Local Reproduction Standard Form-LLL-A SF-- LLL -A yr DISCLOSURE OF LOBBYING ACTIVITIES Approv 0348-0 0O46 46 e B CONTINUATION SHEET so Reporting Entity: Page of No No i lrl Authorized for Local Reproduction Standard Form-LLL-A SF- LLL-A Cr51 k €e { , CtlY, y NTON x tr Y f _ a ff f . p 1 1 1 t i i 1 1 i 1 1 1 1 1 1 1 1 rr aw CONTENTS INTRODUCTION ------------------------------------------------------------------------------------------------------ I AMENDMENTS TO THE STANDARD SPECIFICATIONS SECTION 1-04, SCOPE OF THE WORK--------------------------------------------------------------------1 SECTION 1-06, CONTROL OF MATERIAL-----------------------------------------------------------------1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC--------------2 SECTION 1-08, PROSECUTION AND PROGRESS-----------------------------------------------------3 SECTION 1-09, MEASUREMENT AND PAYMENT ------------------------------------------------------9 SECTION 2-09, STRUCTURE EXCAVATION------------------------------------------------------------10 �r SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION -------------------------10 SECTION 5-05, CEMENT CONCRETE PAVEMENT---------------------------------------------------11 " SECTION 6-02, CONCRETE STRUCTURES------------------------------------------------------------12 SECTION 6-03, STEEL STRUCTURES ------------------------------------------------------------------15 rr SECTION 6-11, REINFORCED CONCRETE WALLS--------------------------------------------------15 SECTION 6-12, NOISE BARRIER WALLS----------------------------------------------------------------19 SECTION 6-13, STRUCTURAL EARTH WALLS--------------------------------------------------------19 SECTION7-02, CULVERTS----------------------------------------------------------------------------------19 SECTION7-04, STORM SEWERS -------------------------------------------------------------------------20 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL-----------------20 SECTION 8-02, ROADSIDE RESTORATION------------------------------------------------------------20 rrr SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS----------------------------------------------21 SECTION 8-08, RUMBLE STRIPS--------------------------------------------------------------------------21 w SECTION 8-09, RAISED PAVEMENT MARKERS------------------------------------------------------21 SECTION8-11, GUARDRAIL---------------------------------------------------------------------------------22 SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL---------22 aw SECTION 8-21, PERMANENT SIGNING---------------------------------------------------- -----22 SECTION 8-22, PAVEMENT MARKING----------------------------------------------- -23 aw SECTION 9-00, DEFINITIONS AND TESTS--------------------------------------------------------------25 SECTION 9-02, BITUMINOUS MATERIALS--------------------------------------------------------------25 SECTION 9-09, TIMBER AND LUMBER ------------------------------------------------------------------26 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING------------------------------27 SECTION 9-16, FENCE AND GUARDRAIL---------------------------------------------------------------33 �r SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL --------------------------------------------33 SECTION 9-33, CONSTRUCTION GEOTEXTILE ------------------------------------------------------36 to SECTION 9-34, PAVEMENT MARKING MATERIAL---------------------------------------------------36 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS----------------------37 SOUTH LAKE WASHINGTON ROADWAY INIPROVEMENTS fm CITY OF RENTON APRIL 2006 vi,a-0 ww rri INTRODUCTION „o The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS No The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of _the Standard Specifications. For to informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard to Specifications and may include references which do not apply to this particular project. o SECTION 1-04, SCOPE OF THE WORK April 3, 2006 to 1-04.6 Variation in Estimated Quantities The paragraph beginning with if the adjusted final quantity of any items, is revised to read: rr If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL April 3, 2006 rrr 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: .r 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at v jvw.vvsdot.wa..00v;biz'mats.%QPL/QPL.cfm The following new sub-section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source SOUTH LAKE WASHINGTON ROADWAY IMPROVEAIENTS C rYOFRENTON ' APRIL 2006 vi,a-1 .w r listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA `Aggregate Source Approval .. Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. +.. The ASA database can be accessed on-line at vroA .wsdot.wa. ov,%biz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PFi) +f 2) + + fi(PF) i = 1 to where: fi = price adjustment factor listed in these Specifications for the applicable material r j = number of constituents being evaluated SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 3, 2006 1-07.10 Worker's Benefits rr The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: .. In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 Vi,a-2 SECTION 1-08, PROSECUTION AND PROGRESS April 3, 2006 1-08.3 Progress Schedule This section is revised to read: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The. Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look-Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1 . Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of .r individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. ► The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are required on all projects. No SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi.a-3 go 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than the first working day of the contract as defined in Section 1-08.5. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. r 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. .�r 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look-Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look-Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other ■r mutually agreed upon submittal time. 1-08.3(3) Schedule Updates �. The Engineer may request a Schedule Update when any of the following events occur: SOUTH LAKE WASHINGTON ROADWAY U TROVEMENTS CITY OFRENTON APRIL 2006 vi,a-4 1 . The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1 . The actual duration and sequence of as-constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as-planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The lump sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of work in the contract. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi.a-5 irr r No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. 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, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1- 08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. �+• Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-6 date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and + 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification 1-08.8 Extensions of Time This section is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. i To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. SOUTH LAKE WASHINGTON ROADWAY P,1PROVEMMENTS CITY OF REN FON APRIL 2006 vi,a-7 err 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: r a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by r forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. L In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. �• Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will SOLTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OP RENTON APRIL 2006 vi.a-8 rri eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1- +�r 04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1- 05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. SECTION 1-09, MEASUREMENT AND PAYMENT January 3, 2006 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1- 07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SOUTH LAKE WASHINGTON ROADWAY LMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-9 r. " SECTION 2-09, STRUCTURE EXCAVATION January 3, 2006 +� 2-09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 1 . Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION +�• April 3, 2006 5-01.3(2)B Portland Cement Concrete r The third paragraph is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. 5-01.3(6) Dowel Bar Retrofit a The sixth paragraph is revised to read: All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall remove all slurry, parting compound, and other foreign materials prior to installation of the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on slots where concrete has been removed. 5-01.3(10) Pavement Smoothness This section is revised to read: •• Perform the work described in Section 5-05.3(12), and the following: Where the pavement is ground, calculation of the profile index shall exclude dips and depressions in the existing roadway. The profilograph generated reports shall be provided to the Engineer prior to payment. 5-01.5 Payment ow This section is revised to read: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Testing Cement Concrete Pavement Slabs For Subsealing", per each. The unit contract price per each, when multiplied by the number of units measured, shall be full payment for all costs to complete the testing of all joints located in the areas shown in the Plans. The costs of any retesting required by the specifications shall also be included. "Drill Hole for Subsealing", per each. "Pavement Subseal", per cubic foot. "Replace Cement Concrete Panel", per square yard. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS QTY OF RENTON APRIL 2006 vi.a-10 The unit contract price per square yard shall be full payment for all costs to complete the work as specified, including saw cutting full depth, removal and disposal of the existing panels off of the State's right-of-way, preparing the surfacing below the new panel, provide, place and compact the crushed surfacing or hot mix asphalt, furnishing and placing polyethylene film, furnishing and placing the portland cement concrete, drilling the holes, providing and anchoring the dowel bars and tie bars, and for all incidentals required to complete the work as specified. "Retrofit Dowel Bars", per each. The unit contract price per each shall be full payment for all costs to complete the work as specified, including furnishing and installing parting compound, dowel bar expansion caps, caulking filler, foam core insert material, cement patch where pavement is removed for dowel bar retrofit and for all incidentals required to complete the work as specified. "Partial Depth Spall Repair", by force account as provided in Section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Sealing Existing Concrete Random Crack", per linear foot. The unit contract price per linear foot for"Sealing Existing Concrete Random Crack" shall be full payment for all costs to complete the work as specified, including removing incompressible material, preparing and sealing existing random cracks lei where existing random cracks are cleaned and for all incidentals required to complete the work as specified. "Sealing Transverse and Longitudinal Joints", per linear foot. The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints", shall be full payment for all costs to complete the work as specified, including removing incompressible material, preparing and sealing existing transverse and longitudinal joints where existing transverse and longitudinal joints are cleaned and for all incidentals required to complete the work as specified. "Cement Concrete Pavement Grinding", per square yard. The unit contract price per square yard for "Cement Concrete Pavement Grinding", when multiplied by the number of units measured, shall be full payment for all costs to complete the work as specified. The costs of any additional pavement grinding and profiling required to complete the work as specified is also included in this payment. "Replace Uncompactable Material", by force account as provided in Section 1-09.6 Payment for"Replace Uncompactable Material" will be by force account as provided in Section 1-09.6. For the purpose of providing a common proposal for bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. All costs associated with the containment, collection and disposal of concrete slurry and grinding residue shall be included in the applicable concrete grinding or cutting items of work. SECTION 5-05, CEMENT CONCRETE PAVEMENT April 3, 2006 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The ninth paragraph is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi.a-11 r.► during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. 5-05.3(7) Placing, Spreading, and Compacting Concrete �,. The second paragraph is revised to read: The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent. SECTION 6-02, CONCRETE STRUCTURES April 3, 2006 6-02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence in the fourth paragraph. An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also be used. ' 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: ■r Batch Plant Prequalification may be obtained through one of the following methods: 1. Certification by the National Ready Mix Concrete Association (NRMCA). or Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the project engineer. a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. �. 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) N, (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. �w. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA Plant Certification checklist. The Plant Manager certification shall be done prior to the start of a project, and every six months throughout the life of the project, and meet the following requirements: SOUTH LAKE WASHINGTON ROADWAY INVROVEMENTS OF RENTON APRIL 2006 vi.a-12 a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers page in the NRMCA Plant Certification checklist shall be signed by the Plant Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. c. The NRMCA Plant Certification checklists shall be maintained by do the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6-02.3(5)H Sampling and Testing for Compressive Strength to This section including title is revised to read: 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 4, Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 40 The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. ag The cure boxes shall maintain a temperature between 60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure the internal temperature of the cure box. The thermometer shall be readable from outside of the box and be capable of recording the high and low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents moisture loss from the concrete specimens. The top shall have a working lock and the interior shall be rustproof. A moisture-proof seal shall + be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously, multiple cure boxes shall be provided. The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6- 02.3(6)D. 6-02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer SOUTH LAI.B WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON Io APRIL 2006 vi,a-13 to w 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans +w. The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(26)A Shop Drawings The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approval by the Department of Yr Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: Via US Postal Service, P. O. Box 47340 Olympia, WA 98504-7340 �+ Via FedEx, 7345 Linderson Way SW Tumwater, WA 98501-6504; and 2. Two sets of shop drawings to the Project Engineer. 6-02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. 6-02.5 Payment This section is supplemented with the following: "Cure Box", lump sum. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi,a-14 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, maintaining and operating all necessary power sources and connections needed to operate the curing boxes. SECTION 6-03, STEEL STRUCTURES April 3, 2006 6-03.3(7) Shop Plans The first two sentences in the first paragraph are revised to read: The Contractor shall submit for approval all shop detail plans for fabricating the steel. These shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: Via US Postal Service, P. O. Box 47340 Olympia, WA 98504-7340 Via FedEx, 7345 Linderson Way SW Tumwater, WA 98501-6504 6-03.3(33) Bolted Connections The first sentence in the second paragraph is revised to read: All bolted connections are slip critical. SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS ' January 3, 2006 This section including title is revised to read: SECTION 6-11, REINFORCED CONCRETE WALLS 6-11.1 Description This work consists of constructing reinforced concrete retaining walls, including those shown in the Standard Plans, L walls, and counterfort walls. 6-11.2 Materials Materials shall meet the requirements of the following sections: Cement 9-01 , Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 Premolded Joint Filler 9-04.1(2) Steel Reinforcing Bar 9-07.2 Epoxy-Coated Steel Reinforcing Bar 9-07.3 Concrete Curing Materials and Admixtures 9-23 Fly Ash 9-23.9 Water 9-25 Other materials required shall be as specified in the Special Provisions. SOUTH LAKE WASHINGTON ROADWAY IINTROVEMENTS CITY OF RENTON APRIL 2006 vi,a-15 rrr 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for r approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in accordance with Sections 6-02.3(16) and 6-02.3(17). If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9 and 6-02.3(28)A: 1. Working drawings for fabrication of the wall stem panels, showing dimensions, steel reinforcing bars, joint and joint filler details, surface finish +wr details, lifting devices with the manufacturer's recommended safe working capacity, and material specifications. 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection blockouts, member sizes, connections, and material specifications. aw 3. Design calculations for the precast wall stem panels, the connection between the precast panels and the cast-in-place footing, and all modifications to the cast-in-place footing details as shown in the Plans or Standard Plans. MW The Contractor shall not begin excavation and construction operations for the retaining walls until receiving the Engineer's approval of the above submittals. 4 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2-09.3(1)C. 6-11.3(3) Precast Concrete Wall Stem Panels The Contractor may fabricate precast concrete wall stem panels for construction of ,�. Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem panels may be used for construction of non-Standard Plan retaining walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. The precast concrete wall stem panels shall be designed in accordance with the requirements for Load Factor Design in the following codes: 1 . For all loads except as otherwise noted -AASHTO Standard Specifications for Highway Bridges, latest edition and current interims. The seismic design shall use the acceleration coefficient and soil profile type as specified in the Plans. 2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound Barriers, latest edition and current interims. The precast concrete wall stem panels shall be fabricated in accordance with the .r dimensions and details shown in the Plans, except as modified in the shop drawings as approved by the Engineer. SOUTH LAKE WASHINGTON so CITY ROADWAY IWROVFMENTS APRIL 2006 vi.a-16 The precast concrete wall stem panels shall be fabricated full height, and shall be 46 fabricated in widths of 8 feet, 16 feet, and 24 feet. The construction tolerances for the precast concrete wall stem panels shall be as follows: Height ±1/4 inch Width ±1/4 inch Thickness ±1/4 inch -1/8 inch Concrete cover for steel reinforcing bar ±3/8 inch -1/8 inch Width of precast concrete wall stem panel joints ±1/4 inch Offset of precast concrete wall stem panels ±1/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) �r The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled corners and shall be 1- 1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. The precast concrete wall stem panel shall be rigidly held in place during placement 16 and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem 16 panel shall be sloped 1/2 inch per foot to facilitate proper concrete placement. To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the 10 footing, to allow a minimum one foot head to develop in the concrete during concrete placement. The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete wall stem panel by 1-1/2 inches minimum. All precast concrete wall stem panel joints shall be constructed with joint filler ,rr installed on the rear (backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic flexible material and shall be installed to create a waterproof seal at panel joints. The soil bearing pressure beneath the falsework supports for the precast concrete wall stem panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wail. 6-11.3(4) Cast-In-Place Concrete Construction Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. All cast-in-place concrete shall be Class 4000. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OP RENTON APRIL 2006 vi,a-17 err The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as w.. supplemented in the Special Provisions. Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem #, expansion joints in accordance with Section 6-01.14. 6-11.3(5) Backfill, Weepholes and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in .r accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2-03.3(14)C. All other backfill shall be VW compacted in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. ow Cement concrete gutter shall be constructed as shown in the Standard Plans. 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed us in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement do Concrete Class 4000 for retaining wall will be measured as specified in Section 6- 02.4. aw Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 No for cast-in-place concrete barrier. 6-11.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following w' bid items when they are included in the proposal: "Conc. Class 4000 For Retaining Wall", per cubic yard. All costs in connection with furnishing and installing weep holes and premolded aw joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 4000 for Retaining Wall". ow "St. Reinf. Bar For Retaining Wall", per pound. "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. "Traffic Barrier", per linear foot. .W "Pedestrian Barrier", per linear foot. The unit contract price per linear foot for " Barrier" shall be full pay for constructing the barrier on top of the retaining wall, except that when these bid aw items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per cubic yard SOUTH LAKE WASHINGTON ROADWAY IINPROVEMENTS to CITY OF RENTON APRIL 2006 vLa-18 WA for "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for"_ Bar For Retaining Wall". SECTION 6-12, NOISE BARRIER WALLS January 3, 2006 6-12.3(6) Precast Concrete Panel Fabrication and Erection Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. The below new item 5 is inserted ahead of renumbered item 6: 5. Precast concrete panels shall not be erected until the foundations for the no panels have attained a minimum compressive strength of 3,400 psi. SECTION 6-13, STRUCTURAL EARTH WALLS April 3, 2006 0 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection This section is supplemented with the following: Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 12.3 and 6-13.3(5). 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier This section is revised to read: The Contractor, in conjunction with the structural earth wall manufacturer, shall ' design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2) and the above ground geometry details shown in the Plans. The barrier working drawings and supporting calculations shall include, but not be limited to, the following: 1 . Complete details of barrier cross section geometry, including the portion below ground, and accommodations necessary for bridge approach slabs, „ PCCP, drainage facilities, underground utilities, and sign support, luminaire pole, traffic signal standard, and other barrier attachments. 2. Details of the steel reinforcement of the barrier, including a bar list and bending diagram in accordance with Section 6-02.3(24), and including additional reinforcement required at sign support, luminaire pole, traffic signal standard, and other barrier attachment locations. do 3. Details of the interface of, and the interaction between, the barrier and the top layers of structural earth wall reinforcement and facing. 4. When the Plans specify placement of conduit pipes through the barrier, details of conduit pipe and function box placement. SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working drawings as approved by the Engineer. SECTION 7-02, CULVERTS January 3, 2006 7-02.2 Materials The fifth and seventh paragraphs are deleted: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON AW APRIL 2006 vi.a-19 rr SECTION 7-04, STORM SEWERS January 3, 2006 7-04.2 Materials .� The fourth and sixth paragraphs are deleted: SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April, 3, 2006 8-01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil', is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless ew authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): ow October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The third paragraph under East of the summit of the Cascade Range is deleted. 8-01.4 Measurement This section is supplemented with the following: „w Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after"Compost Sock", per linear foot: "Coir Log", per linear foot SECTION 8-02, ROADSIDE RESTORATION April 3, 2006 �. 8-02.3(8) Planting The seventh and eighth paragraphs are deleted and replaced with the following: All burlap, baskets, string, wire and other such materials shall be removed from the hole when planting balled and burlapped plants. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, all plants shall have their top true root (not adventitious root) no more than 1" below the soil surface, no matter where that root was located in the original root ball or container. �r After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi,a-20 NO 8-02.3(9) Pruning, Staking, Guying, and Wrapping , The first paragraph is revised to read: Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs, branches or roots. Pruning shall be done with a sharp tool and r shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. All other pruning shall be performed only after the plants have been in the ground at least one year. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 3, 2006 8-04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8-08, RUMBLE STRIPS April 3, 2006 8-08.1 Description The first sentence is revised to read: This work consists of constructing centerline and shoulder rumble strips by grinding hot mix asphalt. 8-08.3 Construction Requirements " The first sentence in the first paragraph is revised to read: The equipment shall have a rotary type cutting head or series of cutting heads capable of grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans. The third sentence in the third paragraph is revised to read: rr All cuttings and other debris shall become the property of the Contractor and be disposed of outside the project limits. wr SECTION 8-09, RAISED PAVEMENT MARKERS April 3, 2006 8-09.3(5) Recessed Pavement Marker This section is revised to read: Construct recesses for pavement markers by grinding the pavement in accordance with the dimensions shown in the Standard Plans. This work shall include cleanup and disposal of cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(4). SOLTTILAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi.a-21 46# do SECTION 8-11, GUARDRAIL April 3, 2006 8-11.3(4) Removing Guardrail This section including title is revised to read: 8-11.3(4) Removing Guardrail and Guardrail Anchor ... Removal of the various types of guardrail shall include removal of the rail, cable elements,- hardware, and posts, including transition sections, expansion sections and terminal sections. Removal of the various types of guardrail anchors shall include removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel tubes and any other appurtenances in the anchor assembly. All holes resulting from the removal of the guardrail posts and anchors shall be backfilled with granular material in layers no more than 6-inches thick and compacted to a density similar to that of the adjacent material. The removed guardrail items shall become the property of the Contractor. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND low April 3, 2006 8-20.3(2) Excavating and Backfilling low The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation r excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards shall not be erected on concrete foundations until the foundations r. have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed w. until the foundation has attained 2400 psi or 14 days after concrete placement. SECTION 8-21, PERMANENT SIGNING January 3, 2006 8-21.3(9)F Bases The second paragraph is revised to read: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS QTY OFRENTON APRIL 2006 vi,a-22 r The excavation and backfill shall be in conformance with the requirements of Section 2-09.3(1)E. The fifth paragraph is revised to read: err The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The fourteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. SECTION 8-22, PAVEMENT MARKING April 3, 2006 8-22.3(2) Preparation of Roadway Surfaces The following new sentence is inserted after the first sentence in the second paragraph: The temperature requirement may be superseded by the material manufacturers written installation instructions. 8-22.3(3) Marking Application The second paragraph is revised to read: Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing skip pattern lines at the beginning of the project. Skip patterns applied to multi-lane or divided roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface w treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor skip pattern corrections for curves on the second application. The fourth paragraph, beginning with "Lines with skip patterns", is deleted. The first sentence in the sixth paragraph is revised to read: Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the slot bottom for inset markings in thousandths of an inch (mils): In the sixth paragraph, the final line in the chart Marking Material Application is revised to read: Type D — inset/long line extruded 230 230 230 In the seventh paragraph, the final line in the chart for Liquid pavement marking material yield per gallon is revised to read: SOUTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-23 are 4W 230 21 7 In the eighth paragraph, the final line in the chart for Solid pavement marking material aw (Type A) yield is revised to read: 230 —flat inset 47 15 as The third, fourth, fifth and sixth sentences in the eleventh-paragraph are revised to read: For Type C material the slot shall be cut with equipment to produce a smooth 40 square slot with a width in accordance with the material manufacturer's recommendation. The slot depth for Type C material shall be 100 mils, plus or minus 10 mils. The slot depth for Type A or D material shall be 250 mils minimum. Slots for Type A or D material shall be filled with material so that the top of the ar material with glass beads is 20 mils, +/- 10 mils, below the pavement surface. This section is supplemented with the following: When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. The cure period between successive applications shall be in accordance with the manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. ww 8-22.3(5) Installation Instructions This section including title is revised to read: 8-22.3(5) Plastic Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials including glass beads shall be installed according to the manufacturer's 4W recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the material manufacturer shall certify that the Contractor will install the plastic material in accordance with their recommended procedure. to 8-22.4 Measurement The following is inserted after the fifth paragraph: VW Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad ae>. crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. +w The last paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS VW CITY OF RENTON APRIL 2006 vi.a-24 VV bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. 8-22.5 Payment The following items are deleted: "Painted HOV Lane Symbol Type - "Plastic HOV Lane Symbol Type " SECTION 9-00, DEFINITIONS AND TESTS January 3, 2006 9-00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. ww SECTION 9-02, BITUMINOUS MATERIALS January 3, 2006 9-02.1(4) Asphalt Binders This section including title is revised to read: 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 0 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P This section is revised to read: The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS-2P shall meet the following specifications: 40 AASHTO Test Specifications Method Minimum Maximum to Viscosity @ 122°F, SFS T59 100 400 Storage Stability 1 day % T59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- SOiTTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi.a-25 air err Sodium Sulfosuccinate Particle Charge T 59 positive --- Sieve Test% T 59 --- 0.30 aw Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 fm Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @772F T49 100 250 wr Torsional Recovery % note 2 18 --- or IToughness/Tenacity in-lbs note 3 50/25 --- `we note IDistillation modified to use 300 grams of emulsion heated to 3502F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 313enson method of toughness and tenacity; Scott tester, inch-pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. rr At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test ""` data verifying specification conformance. SECTION 9-09, TIMBER AND LUMBER January 3, 2006 9-09.2(3) Inspection This section is revised to read: +r Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade stamp provided by one of the following agencies: 4W West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) 4W Any lumber grading bureau certified by the American Lumber Standards Committee Timber and Lumber requiring a grading certificate shall have a certificate that was VA issued by either the grading bureau whose stamp is shown on the material, or by SOUTH LAKE WASHINGTON of CITY ROADWAY IMPROVEhIENTS RENTON APRIL 2006 vi.a-26 .. �r1 the lumber mill, which must be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Structures: All material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. „r For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts: Material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING January 3, 2006 9-14.2 Seed This section is revised to read: Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: (1) Common and botanical names of seed, (2) Lot number, (3) Net weight, (4) Pure live seed All seed installers and vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on err the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9-14.4(1) Straw This section is revised to read: All straw material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch blower equipment. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON to APRIL 2006 vi.a-27 9-14.4(3) Bark or Wood Chips This section is supplemented with the following: •► Sawdust shall not be used as mulch. 9-14.4(4) Sawdust err This section including title is revised to read: 9-14.4(4) Vacant 9-14.4(7) Tackifier The first sentence in the first paragraph is deleted. 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and aw transformation of plant-derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 4W 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-13, "Sample Sieving for Aggregate Size Classification". wr Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1 99% 100% Percent passing 1/2" 90% 100% Percent passing 1/4" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. ++ Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% r. Percent passing 1/4" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with �,. TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 0.5 percent on a dry weight or volume basis, whichever +r provides for the least amount of foreign material. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-28 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 3.Ommhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80% in accordance with TMECC 05.05A, "Germination and Root Elongation". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate" 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources 9. Samples may be tested using the Solvita Compost Maturity Test by the Contracting Agency at the Engineer's discretion. Fine Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. The compost supplier will test all compost products within 90 calendar days prior to initial application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, 40 NY 11741 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall submit a sample of each type compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. The contractor shall either select a compost supplier from the Qualified Products List, or submit the following information to the Engineer for approval: 1 . A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent STA Program certified laboratory shall perform the analysis. 4. A list of the feedstock by percentage present in the final compost product. 5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S. Composting Council. SOUTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi.a-29 Vii► aw ow Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory and the sample(s) submitted to the Engineer. No 9-14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, `r" compost, or wood shavings encased within biodegradable or photodegradable netting. Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing material shall be clean, evenly woven, and free of encrusted concrete or 4W other contaminating materials such as preservatives. Encasing material shall be free from cuts, tears, or weak places and shall have a lifespan greater than 6 months. wr Compost filler shall meet the material requirements as specified in Section 9- 14.4(8), and shall be Coarse Compost. ow 9-14.5(6) Compost Sock This section is revised to read: Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for compost sock shall consist of extra heavy weight biodegradable fiber which has not been treated with any type of preservative. Compost for compost socks shall meet the material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost Wood stakes for compost sock and wattles shall be made from Douglas-fir, wo hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, unless otherwise indicated in the Plans. No Section 9-14.5 is supplemented with the following new section. 9-14.5(7) Coir Log Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted ow within an outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. �. Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available hemp rope. .r 9-14.6(1) Description This section is revised to read: Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS IM CITY OF RENTON APRIL 2006 vi,a-30 VW Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or held in nursery conditions does not apply. Cuttings include the following forms: A. Live branch cuttings shall have flexible top growth with terminal buds and No may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 1/2 to 1 '/2 inch in diameter. C. Live pole cuttings shall have a minimum 2inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. E. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9-14.6(2) Quality This section is revised to read: All plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and acceptable conditions as listed in the contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from 40 dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by "o pruning. All conifer trees shall have only one leader(growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y-crotches shall be rejected. 40 SOUITILAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi.a-31 rr rr Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or .r foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a "" minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. to Container grown plants must be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, am without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. aw Container sizes for plant material of a larger grade than provided for in the container grown specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. VM All bare root plant materials shall have a heavy fibrous root system and must be dormant at the time of planting. 66 Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight No trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which 4, shall be supplied. Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a �. container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants, which have been determined by the Engineer to have suffered damage as the result of girdling of the roots, stem, or a mayor branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or condition which renders the plant unsuitable for its intended use, shall be rejected. Plants that are grafted shall have roots of the same genus as the specified plant. �. 9-14.6(3) Handling and Shipping The last sentence in the sixth paragraph is deleted. 9-14.6(6) Substitution of Plants The second paragraph is revised to read: .. Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS SOUTH LAKE WASHINGTON 1W CITY ROADWAY I R FREETON APRIL 2006 vi.a-32 No rrr standards to determine the correct rootball volume (container or balled and so burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. to 9-14.6(7) Temporary Storage The third paragraph is revised to read: Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50°F shall not be stored for later use. Cuttings that already have developed roots shall not be used. The fourth paragraph is deleted. +rr SECTION 9-16, FENCE AND GUARDRAIL April 3, 2006 9-16.1(1)A Post Material for Chain Link Fence The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM F1043". Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to "ASTM F1043". SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL January 3, 2006 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Box Concrete function boxes shall have a minimum compressive strength of 6000 psi �r when reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached W to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced tif, on each length of the box. For Standard Duty Junction boxes the steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. For Heavy Duty Junction wr Boxes the steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 Non-concrete junction boxes shall be gray in color and shall have an open bottom design with approximately the same inside dimensions as concrete junction boxes. Non-concrete junction box lids shall include a pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-33 to to completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. This section is supplemented with the following new sections: to 9-29.2(1)A Standard Duty Junction Boxes Standard Duty Junction Boxes are defined as Type 1, 2, 3, 7 and 8 concrete and non-concrete junction boxes and shall have a minimum load rating of 22,500 as pounds, applied through a 10 inch. x 10 inch x 1 inch steel plate centered on the lid. Type 1 non-concrete junction boxes with the same approximate interior dimensions are considered to be equivalent to any Type 1 concrete junction box. The Type 2 and 3 non-concrete junction boxes respectively are considered as equivalent to the type 2 and 3 concrete junction boxes with the approximate same interior dimensions. .r Currently approved Type 1, 2, and 3 junction boxes shall remain approved, unless the design is modified. Any modification to approved junction boxes will require review or retesting for acceptance. The non-concrete junction boxes require testing by an independent testing lab, as described below. Material for Type 1, 2, 3, 7 and 8 concrete junction boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 ... Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9-06.15 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and lids shall have a minimum vertical load rating of 46, 000 pounds without permanent deformation and 60,000 pounds without failure. .r Material for type 4, 5, and 6 concrete junction boxes shall conform to the following: Concrete Section 6-02 �. Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft-lb at 40 degrees F Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame. Mill so that there is full even contact, 1, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFRENTON APRIL 2006 vi,a-34 go nuts shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. ► 9-29.2(1)C Testing Requirements For fabrication approval by the Contracting Agency, junction boxes shall be tested, and a test report from an independent materials testing facility shall be- provided showing compliance with the load test. The test report shall certify that the box and cover meet or exceed the loading requirements and shall document the results of the load test. Three copies of the test report shall be furnished to the Contracting Agency. The report shall include the following information: sir 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load, deflection and failure data. 5. Weight of box and cover tested. 6. A brief description of type and location of failure. 7. Upon completion of the required test(s) the box shall be loaded to failure. 8. A brief description of type and location of failure. Prior to installation of junction boxes, the contractor shall provide a certified test report, prepared by an independent testing lab which documents results of testing done by the independent testing lab for the manufacturer. The test report shall certify that the boxes meet or exceed the loading requirements and shall document the results of the load test listed below. The independent testing lab shall meet the requirements of AASHTO R 18. Representatives of the State Materials Lab shall witness the test and sign the test report. The Contractor shall give the Engineer 30 days notice prior to testing. Testing for Standard Duty Junction Boxes Standard Duty Junction Boxes shall be load tested to 22,500 pounds. At each interval the test box shall be inspected for lid deformation, failure of the lid/ frame welds, vertical and horizontal displacement of the lid/ frame, cracks, and concrete spalling. The test load shall be applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the lid. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1 . Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the �w concrete. 5. Spalling of the concrete. Non concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1 . Permanent deformation of the lid or lid frame or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,a-35 wu 3. Fracturing of the sidewall or lid. 4. Displacement of lid or junction box side. Testing for Heavy Duty Junction Boxes �r Heavy duty junction boxes shall be load tested to 46,000 pounds and then to 60,000 pounds. The test load shall be applied in both longitudinal and transverse orientations. At each interval the test box shall be inspected for lid deformation, failure of the lid/ frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. The test load shall be applied uniformly through a 10-inch x 20-inch x 1-inch steel plate centered on the lid. Heavy duty junction boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of +r the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012-inches that extend 12-inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy duty junction boxes will be considered to have withstood the 60,000 pounds test if none of the following conditions are exhibited: 1. The lid is operational. rw 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: �r Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. «. SECTION 9-33, CONSTRUCTION GEOTEXTILE April 3, 2006 9-33.2(3) Prefabricated Drainage Mat The final line of Table 8 is revised to read as follows: Geotextile —Grab Strength ASTM D 4632 Nonwoven — 100 lb. min. ow SECTION 9-34, PAVEMENT MARKING MATERIAL April 3, 2006 .W 9-34.2 Paint This section is revised to read: to White and yellow paint shall comply with the specifications for high volatile organic compound (VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall ow match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA"Highway Blue Color Tolerance Chart." SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS No CITY OF RENTON APRIL 2006 vi,a-36 ow go 9-34.3 Plastic This section is revised to read: White and yellow plastic pavement marking materials shall comply with the specifications for: Type A— Liquid hot applied thermoplastic Type B— Pre-formed fused thermoplastic Type C—Cold applied pre-formed tape ' Type D — Liquid cold applied methyl methacrylate Blue plastic pavement marking material for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA"Highway Blue Color Tolerance Chart." 9-34.4 Glass Beads In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247, Type 1. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 +rr 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080-inches and a maximum thickness of 0.125- inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric 1r sign is used, it shall have been fabricated with Type VI reflective sheeting. so SOUTHLAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi.a-37 * ax }ra t r ' $ t f 5y �I } S 3 X ii 1 p PR SOVM W " ROADWAY V4PjtOVSMM t1TY dFRSNTrDN . �. ARM 200b VI,ip o, t 1 1 i 1 1 1 1 1 1 1 1 1 1 1 i 1 1 CONTENTS PAGE ` SPE IAL PAOVI IONS DIVISION 1 .GENEF�A�.REf��J1,RIcMENf�, DESCRIPTION Q ,WORK..............-....... .. . . .. .. .. .. 01 1-01 DEFINITIQR$.. ND Ta8m .. ..... .... .. .. ..... . .. ... .0? 1..01.1,General .. ...............•-- - ...................................................2 1 01,3. Defiiifions .. ....... .... ... ........................................................ ? 1 02 BIa PRQCEDUI... /#N©CONDITIONS ....---- - . . 04 1 02 4 Exammatiarl©f Plans:.Sclfilclzion And,Srte Of,WQrk .......................................................04 1,02 6, Prep ra ton_Qf F?rgi?4 .. ....................................................... .. Q4 05 1 Q2 12 Put�ltc©pnmgCl.PrRS�lI ... ... .----•.. ...05 .1..-.03 AVI/fiRD,ANQ EXEC.,t111Q1 .+ C{JNTRACT . . ....... ..Q5 1 031 Consligeralion of b!4 ........................................................ ..... .. �5 1 Q?2 Award,af,CQntrA.Ql. ..... ... . . ......... ..... . .. 05 1.-03'....3... Executtpapi.Contr M............................. . .. - ............ ... .Q5 �r ..04S Q .... . .•- --- p6 1 04 2Ci�ordrnetion ctf C�nrtCQcmer►ts..... ......... ......................... 1,04 3 Contract=or Qisr{9ve�rI C?iscrepanrt�s_ .. .........................................................op 1 04 4`.Ch�n, s ......................................................... 15 1 04 8 ,Pr©.gCess.Es ►?:1tI 8lrtt Paynlerits ............. ...•... _,15 t.04,9(1 ..`.agiriq.AAa,•............. .. ... ... 07 1 44 11 Final CIa, ftyp......................................................... --•--- 0? •W rIc ... .... .1..0412 Hc�ur�.9f. a . ..... .. . ...- ------•• --- .... ...07 1 05..CONTR©L QF WOR# .. .. ..... ...... 07 IL 1 05 4 •�anf©rmZtjr Wl;h ar►a..L7er! Ii,ons_.From Plans And Stkas.......................................... _, 07 1 05 :44ntcact r S!�i?Pllsci Sury_eyina. .. . ...... .. ..... 07' € .. 1 0 :: 4.." c1f?I Prgvftd A BuiIl.InfQrmatiQn .. ...., .. .........07 1 05 7 RerrtQ�ralof_pe ct�.ve end Unauthorized Work,, , .... _, 11 W4 MIA - - ...... - -• - ---- 11 1�?5.1 .41?. uni.::on9: ... .. ........ ... ,• - 12 1..9 =�� .C�!4P. ts �1.WIOt!?er Contractors.. . . . ... .. 12 1 451 ....W`ater l to mmr............................... o $ ................................................-....., ........ ..----------.- ..Cantrontor pailY-Q . ... . - .... 1-? 2 1 d6 :.. CONTROL OF,A�lATERIAL ......... ..... ....... • ---..... ... •--------• 1-3 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY•OF RENTON APRIL 2006 Vi,sp-A 1-06.1 APPI90 191 MaNri0-Prior.to.v5 .............................................................. ....... ............ 1 OC.2�1�,Sampies end Tuts for Acceptance.... ....... ..... ... .... ..... _14 1-06 2 2)„ taff c l- ya)ut�tiQn of Mgtglpjp jg L AccwWo................................................. .1-4 1;07.LEQAL RLA;iJI`.1 ..A1VD_RFSPQhI,,SIBtf1'j;lE TQ1;H,E PtLI,�Cr.... ........... ......... 114 i �pv e Qbserve�i.. ... .... ...... .. . . ...... . . ,14 1;07 .S e r. P...:......: .. ....... . ........ ........... ........... --•-- - ... . . . 15 1..-07 6 F?grrrrits And LteenQs�. ... . . .. .. ... .................15 9y�r �.t)ocurr�ents .... ............. . 16. 1.:07.i RQt ui�r®menu for IVon�rscnm!n Agri. •-- ... ... ...... 16 f rto t Q.V.Qj..ArZd.RW.Matign Qf RrRPPHY...................................................... .. 16 1-07.1 �.t�.Fnva a/Pudic Pf4P..e!'1!. ............... ..... ........ ............. ......... 1._07 17 U#ilies.ar�dSimrlar FacEhtie .. o ........-• -- ----- -- 17 1::971$. Punic,t�iab fi-ty,an.d,ProP.$! X.©.en? a lnevono.................................. 1.9 ..............................................................:......................................................... - •16 i-071821.Cgverags -• - ---. ... ....................... 20 ................................. .. .. 22 Qf INkYraLM. .. ... .. ....... ..N 1. UIL1}.i grtstrt�etiQri Unfit?r Tr fhc. . .... . ......... .. 24 1.:90.PRQEC�rr,IQni ANQ RRO,C.�Rs .. . .. .. .24 1:00 0- Prelminary.Mttr .......... 24 1:.90:¢(1)-PrecoBstrpcpen Conference ............................................................. 25 1;00.1. 4! .©ntrac#ing. ... ..... . . ... 25 gnme.nl... ..... . --....... 26 1:89:0.Pjbgresshedule --•- --- ... _ .. .26 1=Q8 5 Tlme_ c�rCgtn�lcon. ........ ...---- ... ... . 43 1:90:5.a?rder.gf Work.. ...................................................... ....................................... :9$:f2 AR4n-tQ Work, .. . ..... ... .. 44 1-09- MEASUf�gN.T. AND PADIAWT................ ...... ....................... ....... ...------•. 44 1-951 Mgg drefnent of guantlpes. ....................................:.. 4.4 _09 6.Eg g.Q Account. .... 44 1:49 7 M il�zailon. .... . .................................... 44 ?.:9 ..i? yrneOts , . .. .46 ..Rti3tf? 9n. .. ..... .... .46 4-09 11�,2).Clatms ... 46 1-9913lr0� .!?rooe4t!rQ,Pursue,Arbitratign 4.............................................. .. 46 1-19. TEMPQRP�RYTRAfFiC CQNTR ?L •----- .. . ........ 47 1-101I2� ©e cripUon .I........ ........ .... .... ......... SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENWS 011Y OF RENTON APRIL 2006 vi,sp-B QIVISIQN 2, --• --• --•------- -------- - - 48 EARTHWORK .............. ... ...48 2 01 GLEARlNGGRUBBING,_AND RQAQSIDE CLEAIVI�F? _ _ 48 01;y. Description .............................. ....... .. ....... . ..48 2 41 2 f?istti?aael_of Us_-title.Material_and.Debris.. ..- __• ........ .... 48 _Q1.5 Payment ... ....... -•• ---- -----_-_48 2 02 _REMOVAL OF_STRUCTl1RES AND• la5:[gUCTl0NS ......... ......................................48 2.42;1 .Descnptton -- ------••- ---........ .....................................4...8 2 02 3_Construction.Rgguiremq!is .......................... __49 2 02;3�4),$awcutting,E,;xisgng_PqtvgMQI to Sidewalk , __,_„_ ,-• -_ -_,49 2-02.4 -Meaaurernent.... . ...... ..... ..... .... .........49 .............PaY.ment ... ......... ..... . .......... 49 2,03-.RQADiNAY EXCAVATiUN ........ .............................. ,_ 49 Dg�crigtton.. ... ................................ .. ....................................4...9 •4 2.4 :3... ......... . .......... _50 .. ...51 2.:43:32)..DispQsal..Ot. 4!rt?lus lVtat$rial- •-•---......... 51 --- - -�-. 2 03 4„ Measurement --••.. ........ . .......... .... ... _.. 51 2 03.5 Payment 2 04_ HAUL ... ........ .. . . 52 2 d4 4.Mearernent ......... -s- - ,52 2 04 5 Paymgnt_.. .... . .. -- . . 52 2.49 STRUCTtr1iE EX,C�,AVATIQN - .-• -- -. .. .. 5 ._._ 2 -:� -� ,DIVIStf3N 5. ... . ................. •--- ... ..52 SIjRFACETREATMENT$ANQ_PAVEMENTS o . .,..... -- -• _52 5 04 _ MQT,MIX ASPHALT •--- ---- - ----- .-• ....... --•-52 5 44 3l7tA..Mixt7esn ................................... ................ .. • 52 5 d4 aM.A.Acnegtan o.ampall ng_end Testing_HMA_M?cturg - 52 &OA.&DA_Erine_Acijustr AM for Quality a#.HMA....................................................................... .53 5 f}4 5�1)B ProeAdi.4�s _tor.Quality HMA_Compact�gn., . ............................................... 54 5.45 CEMENT•C,ONR1 E,PAV) MENT ...... ............•- --- --... -54 5051 .Rrttion ........ ..... .......................................................54 5 4�.3(�).S4tb±mit�al .. .. . ....... ........ ... .. . - ,.....55 © ,P.1 t . . .................. ..... .. . . .. 55 `x:45.5.Payment, ..... ........ . ............ .... . .... . ..5.5 �lVtStQN 7 •--_---•• .....----- ......... .. .. ... ... 56 QRAItA,t�,i,STttJTURES,�STURM S,EWERSx SANITARY • ------- •- •---•--..... _______56 SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-C .5EWEE!5.X&lERM6NlA4D CONPLQI!a............................. ........... ...................................................... 7:Q4_,STORM .................................................................................................................... 7-04 2 ................I............. . ...................... ..A.p.................................................................... 56 7-04.5 E4yrngilt................................................................................................................................57 ............. ... M&tAjjQLg$ .. ,.jNLM AND.QATQH.Qmti$........................... . ...................... 5.7 Z&53....Cgnstruution,B§9wir!plm-Qmt§.................................................................................................57 ,§In .19.ag ...................................o........................ .....AJ? m nbgt%§L............................................. Q ............................. . ............. .Q .. .@. Z&5.3(3)....Qgmmlion to.Exigalag ............................................................. ....4.. ..........................................................................................................60 Z&5 ......................................................................................................................... Z- .Q§..5..E4y.n )gilt........................................................7................................................................I........Q! .............................................................................................................................6.1 .pj.....Qj F.Q BE . .................................................................zp Q1 MIENTS 1-amprip.im.............................................................................................................................79 71 ...Q.0110w0mil B gg!j i rommolq..............................................................................I......I........... .21 Z-.Q§.a(I)A ......m................................................................................................................71 Z-:Q83(3)A....@900009......................................................................................................................71 7-08.4...Momaironvat.......................................................I................................................................72 7-A-5...Eamvat.....;........................................................................................................................ Z-.QR....Yv A19.8NALK.............................................................................I............................... .........74 7;09 2 Mate gals................................................................................................................................74 7-99. i remmr)iq.................................I..................................................I............... ............................................................................................................. Z-:Qlacin....Lawng.N Oth k9aR Ipp....i n 0.F.jithga it Rqiygtbyj gr).Q.............................................. ........ .......................................................... ..................7.5 Mg:UM).. ..............................I.............................76 ..................................................................I............................ZB 7-09 3124}A_Fishngno,Polx:p.1g991ng........................................... ....................77 78 .......................................................................................................... 7-09.3( 4)N Final Flushin�g,�nd, ........................................................................................ Z:Qa-A...Measurement... ..-- - .... .... _ .......... .... .... 7-©9 5_ Paymgnt I.................................I........................................................................................a 7-1..1...Joint Tr ogh.......•.... .......... . .... . . ... ... ....... ...... . 79 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY,OF RENTON APRIL 2M vi,sp-D } 7-i i i d r ton 7;11 2` Matera# .. ...... - - _ 79 7-i 1 3,. onst�rc,infequirgments ....................................... SQ 7 7--i1,i 1 45 "P M a1ams? r�?# .. 81 . e � .. ... S ... ..-- ................................ ... .$1 712 VALVES.EtQR.WATEN.MAaNS. .... 81 MUM Addt �tstirl�,Vtve Box to`Grde.- .. .. .. 8.1 7....1...... Mgasemant ..- -•-•-- - .. ...82 , 7-1,2 5 Payment .............................. . ... ........2 714 HYDRANTS, ......_,. .. ... $? 7.i 4:81},_ Seyn, ,Mydran�$.. ....... .. . . . ... ... .82 714 5 Payment. ....................................... ................................ .... ...... 83 7 17 SANITARY SEWERS ........................................... 83 7-17.2 • Maeriais ,,... ., 83 7 i 7 3�1)..Protect�gn of E t a n� gwerage•FacilitEes... .. ........ ......... -83 7 1,7 3 2}H. Teie�nsion IPsRgcttgn' ......... -- - - ••--- -- 84 . 7-17.4 Measurgment .._ .... . - --84 7,)7 5 Payment ............................... - _84 7 29 W9 VAULT;............. ...... .................... 7 2fl 1.... QE.aQaT:1L N- ..... ... .. ........ ..... ....... . ................ . 85 7-katertals .... -- 85 2Q.2 j 1 Ggna a!...... . - _. -- .•----- •. .,.....$5 7 20.2j2},Valli, ----... .. .. -- 85 7 20 2�3)Laci gr . n tgC?s . .. ....... .. 8.. 20 2(4}Naavy Du M ... ... . .87 7 2fl 2 5}Access Pane}s anct X44 .............. ......... ...--- ...... 7 20 2(6}.MiSG211n�oUS ................................................... - $7 7-20.3 Consr�cion .................................................................................................................. :2Q: �?).Strucural_ lans .. .. ... .. . . .87 . 4: 2).Vtts ................................... ..... . .. ... --• 87 7 20 4 .M 4lrg flt ... -•-- •---- -----• ...... ...8.. 7. 4.5,.P a rp i! ... ... .. ... . . . .$ 7.21 ?1L wCATR SPARATUR .... . ... ....... .. .89 7 21. 1 ,a4'sgr p. .�?!!.. •...... ....... ........ .. .99 7 ?1,2 Maerlas, _ gp 7 2 13. Canstructbia „ .... .......... .. .. . ...... .98 7-21.4.0M.a.'.�4?rgment .......... .......... . . ..........98 SOUTH LAKE WASHINGTON ROADWAY I MPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-E 7-21.5 Pavment 90 ................................................................................................................................................................ 7-22,SEWER.MEI:ER .................................................................................................... 7-22.1 QLVLKrlptjgM ............................. .....6.. .... --- - ...... ........................ 99 .......... ..............................................I....................................................................................... Z-22 3 ol .......92 7:22 4 ............................................................................................. qfigrgr.n piit.................... .... ........................................... ............... .....................7.......... ......... ................................................................................................................... ............. Qjyt$.!QU....................................... ........ ................. ....... ... ...... ........... ....... ...... MISCEt?_L,gNE3US CONSTRUCTION...............................................................................................93 .§- u ct+Qn,Requirement ....................................................................................................93 .............................. ............................................I...................................................94 AMAMA..ETPAt@A' !Qxt.QtArea.................................................................... .....................................94 AM-AULISIQ Dg-AmijEAMIging.....................................................................................................94 ..Liming..... ---•-_. . , .. ..... .... ... ..... 94 ..........................................................................................................................Q.4 8-©1=5 Payment............................................................................................................................... .................................................................................................... 8.42:51 ..F .j pq. ity .............................................................I......................95 ............ ................................................. ................................................ .............................................................................................................. Cof .................................................................................................I.................95 ....................................................................................... .................................. ............................................. ................................................. 9.Q ........................................................................................... ............. .........90 ..............................................................................................................95 ................. ..............................................o.................................... .............................................................................................................97 ..............................................................................................................97 g-a2=311y..�?Y44�t of irrgt?on ............................................................. ...................................97 ............................ .............. .... ...........4................................. ...............................9? ............... ..................................................................-4........ ...............................................r................................................................. 98.................. ......................................................................m........................................... 8'.13 MQNUMENT .........................................................................................I ..................... .............................................................................................................................. 6.13 4 m ..............................................................1 99 ........................... 8-13.x_Payment .......................................................... ............................................................. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-F SIDEWALKS 99 . ........................... --- 8 .. . ...- . . .99 8•?0 Ill�llM,f,1,NATO{�IV,,TR;4F1 ,SIGNAL•SYSTEMS AN> ELTRiA ., .... 1.00 PARP.. ...... . .. . ---- ... .... ......................0 ........................ -•--... 101 8 20 3!41.Fgi?r?0 wAs .10.1 . . ..... ... .. .. ..... .. $ 20 3(5} CQ!�d4�i.. . ......... .............. ...1.02 &;20 3!0)..{Junoti©rt.Boxe .. ............... ...... .. . ... .103 .. ...103 8 2Q 3 9).. Bond ng .C�.rgur ling. ..... .....................103 g?9.3j10)...SerAm 1conafgrm rjatgl fl a ....... ....... . . 104 8 20 3(11}-,Tesng- ......... ...... . ...... .. ...-•--- •---•- .. ... .. 104 8 20 3 j13}A .�1ghlrSa!? ar ....................... . . . . ..105 .?0.3!141,S��n l S�stgms. .... . ........... .......... --- . -• •- .--107 8 2Q.3(141G -Induc;�gn Logg_Vhile Deliectors ......... .... .- .. .,. . .... ...107 8.?0 3(141Q... .fiQr Ind4!4fl!,�5?4P.s..and•Lead�n Cable........... . ............. ........... . ,107 8 2Q,3(141E Signal Stead rde.............................................. . -. 107 8 20 31.141F.Qpti�om f?rigrrl Co!? :41.. YStems .............................................................. 107 $ 20 315).. rout.... ......... ........... .. .. ---........... _---.. ...... .. .,.-... 8-20.4 Measurement......................................... ........... . ... ... .108 8 20 5 ,Payment- --• . . . ............ .. .. .. 108 8 21. .PRMANENT,SIGNNG.. --•--- ...... . . .. ...... ... - .109 r 8 21 1 I?escnption - ................. ... . . .......................... .109 8•?2 PAVMENT_MAR} IN .. ........ ..... ... . . _ ... 109 ..109 22 3151.Instailg4nit? gg9!?s .................•-------•--• •-•-..... ............ •- -•• 109 8 33 FABER,OP,TIt .Ct!°lBt { UIPMENT--•-•- •-• - - • ----- - ... ...110 8 3 .1 .Q !:�12�l4n.................................................................................................................. .........1.10 .................................................................... .................................................... 110 @:A.A11.W. -QPAUQ90e .. -• -- - . •--..... .110 ° :?l.?}..,1°►!??�)la!3f.Eguipment for IVEIvIA Cq.ntrq(lers. ..........................................................i 10 $r :?.41, Fiber Opt c,Pat h Qrds ......... .... ...... ...... ...•- --•-- ----111 $: :?L5).,. Ibergrxnec#ors ...... .... ....... . ........ .. -- .. ......................... .33:? 1..>wr#aer. P.l.ica•Er? IQaures .. ............. . .. ---... . ..----.. .111 :3 : f. 1,Eull Boxes .. . ..... .. . . ...... . .... ... .... .... 12 .ho . ....... .---••-....................................... ............................ $.?3.21 �Ol.Qo1rr : Ie Tie - ..............•--...... ...... ...... .. .. .- •---•-- :113 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-G Bgg wi rem ents .............. .... .. ............................. ...... ................ ................................................ 8.3313(2), Fiber Optic...... ........... . ..... . .....................................................6.......................................................... .q- -ADA...Wigtoq.....................................................................................................................•.....!A5 :33:3L3)..Eta L Optic R piiiq h.Ewml.................................................. ................................................... 8:33:3{.4).Fiber.Q-ptic Patch-Cords....................................................................................................115, 8:33 3(5) P.4+ffer Tube Fan-Out.Ktts...................................................................................................115 ................................................................................................................ 33.3(7.)..E i tp L.$pXj q..,Enclosure............................................ ...........................1...1..5 A-al.a(g)..PlAll.f.1.9m........................... .116 .............................**......**-------- ................................ .................................................................................................................................AM UIAAQ).904YR........................... . ... ... ......... .... ......... . .. . ....... . .... .*---117 A-3 ........ ......... . ...!Az 8;33 3(12).Dei}gct..ble TaR , ..............................................................................................................AID ................!...................................................................................................AM A-K&......Rgymoot.............................................................................. ..... ..• Al .... ... ................................... alyt,51.Q.M.9................................................................................................................. ...............AM 9-Q3. ACOREATES.................................................................................................... .................AID Qs (Lt�iL ta n ..IRQ. g gqt4................... ................................................. ...............AID 7------------ .............................................................................W.....AID 9-29-- ILUMINATIQN,�SINALS,_,ELIECTRICAL.............................................................................Aip 9.2911 GQ[1dllit .........................................................................................................I.......... ......Alp 9-22.2...4qngjLqjjg!pjq a.(RQ)...................... ........ .........................................................................'Ap 9;29 3 .9n L ... ................................................................................................................AAq 9;29 3(A1_Fltiert•E?-pt!c Cables............................................................................................................120 ............................................................................................................120 :Zg M .IQ...�qMin kimp ...... ............................................................................... ............I........................A .....................................................................................................A a-za-13(2) Hing..Q onktipm........................................................................................................12Q 9.29 13(,3)• Emergency nl .pAjqr ........................ - 121 ............................................................................... ..widua.p.inom.............................................................................................................122 1MR&TAlm.5 w P w wa 122 ............................................................................................A 11 ff)&DAP DMOMI, L aplioAtimp. TrafficCgntrglleca. ......................................................................................................140 .................................................................. ja:gR (7)2..MEMA jZ9MM9119L Cabinets.............................................................................................12 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS; CITY OF RENTON APRIL 2DD6 vi,sp-H fr ; �ianvgntional Tra fig.Signal.Heads... . ........ ....--- ---...... .............................. ............154 .NN 1%2)A..QP.V-9Aj-Unb...................................................................................................................154 ..... .......... ................ ............. ,..-_..........-----... ... ......... ._... ..1.54 9.29:1.6L2)a .S�a Pl�ieS- - -----......•--- ..... . .. .. .. ...... .15-5 a-99 A 155 9.29 17-S�gr�al Heed,RAountrn ,BraclCets,gndFitflngs... . . 155 ,9 29 1.$(3)_, V►tleo VehicleDgt®cban --.__.,_ ...... .. ... 156 9 29 23.---Tr, ffic-Slgnal.a my 4 q k P.SXsterrl. ......... ............... ........ ..... .................... ....156 8 29 28 ,1)„ nclosure,Sgacifieations .. - .... ... ............. - -- -•-156 s 29 23j2).BBS Panel MIt14mUt1l F�aizuCes ................................................ ... 7 .....157 9 29 2313)..SSS.Untt Mirnm4?r?!. ? ii"r�c runs.......... . . . ----157 9 29 3(4).�gBS.IJnitMinimr►ja$ tres- ... ........ ...... .... . - 158 .158 9 29 23 .6),.Bffrlea- - --• -•--...... . .. ---• 158 ..... ............ ..... ........ ......... .............. . ... ..,....,.. ..159 2929(8)_PQwe[.SYStflm. al.&C©n#lint R€�olytion•Mod�le.... ........ ................... ........ ...159 9 29 2 � ).TP.�a. Y1?a5as :tam.for-Qfftine.. ............ . ........... ..... ...... ......... .... :.......... ...159 9 29.2q(i M..ftart iNIM.ph.1mraer .. .. --.. ........... .. 159 9.29:291 11) lnleillc..P. Sri!fAnar ement _ - - •• 159 9.29?3 ,12).Hgt,SwapPal�t@,E atterX_Rgplacem nt ....... . 16.. 9 29.23C13).lVarrar►ty.. .. ......... ...- =-- .162 29.29 :t:f).Addrtional l?esiflR.Otions ... . ... • .. •..z ..160 9,2$224 Sgrvtne.,��,dt ine.. ---•- . .. .... ... ....1.60 9;2�=24�,1), Felntin - .. ........ - -- 160 9 29 24(2)„ itricai CiritBreakers and, ontactgrs .. .........161 9-29 25.Ampltfier,.Transft rmgrjrtd Terminal,Cabindts ..... - 161 9 30 ,1NATR f STRIBUT)QN-MATERIALS ............................. ....161 :3R: ..ow. Am.iatoAwi.LQ.12.i11q ol.................................................................................. 161 ff1flyy W,ve ... ................ ... .... . 1.64 .... ...162 ..Qt? ..... .... .. 1.62 2a.9$) .T gping.S[eeve,and Valve Assembly........• ...... •--• ... .... 16? ; ).. 114?w Qff.Assembly... ........ ..... ....... ....... ................163 ....:4xa�.00k.......... ..- -- ...... ..... . 163 ` :9905.#.)..� iS .4 .irl✓ .... .........•-- .- • ... . ... _163 9-34:9f 2).. 4 t: ►.�?:l imp........................................................................ ..... 163 9 30 6l3)S. .'4 Xe.Itl L jo Pi!?e. .... . ............ .... --• ---• --... . . 163 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-1 9-30.6 4 Service Fittin s 163 ..........(..).........mic ...QQM...... .. ...... ------.. ........... 9;30.6(5).,,Meter Setters .... 164 APPENDICES .. ... . . .... ... .... ... ..... 164 MNQAR4 Pk M5... .... .... .---- .... .. ... ...... ... 164 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006' vi,sp-J SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road; Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision *****} Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually,the only difference from one project to another is the inclusion of variable project data, inserted as a"fill-in". Region Special Provisions are commonly applicable within the designated Region.. Region designations are as follows: Regions'' ER Eastern Region NCR , North.Oentral Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a Project Specific Special Provisions normally appear only in the contract for which they Were developed. DIVISION 1 GENERAL REOU#REMENTS DESCRIPTION OF WORK March 13, 1996) (March provides for the improvements of extending Logan Ave North from N 6t' street to existing intersection at Garden Ave North and Lake Washington Boulevard N, N e street from New Logan Ave North to existing Park Ave N, N 10th street from New Logan Ave North to existing Garden Ave N; and realignment and widening of existing Park Ave N from N 8th Street to New Logan Ave N: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vise-1 Work includes clearing, grubbing, pavement removal, excavating, embankment, grading, placement of hot mix asphalt, curb and gutter, concrete sidewalk, storm, sanitary,sewer, landscaping to include trees, shrubs, sod& Irrigation, new street lighting, pavement markin new signals with video detection at Logan Ave N and N 8'h Street, Logan Ave N and N 10" Street, Logan Ave N and Park Ave N, Park Ave N and N 8t" street, Park Ave N and N 10tf' Street,'signal modifications to existing signals at Logan Ave N and N iii' Street and Logan Ave N and Garden Ave N; trenching and backfilling of,a Joint Utility trench and placement of colored cement concrete pavement for intersections, on street parking, driveways and crosswalks. Dewatering will be required. Alternate bid is included for Cement Concrete Pavement in lieu of Hot Mix Asphalt. Work will involve coordination with the Boeing Company, 2 developers, PSE gas & power, Comcast cable, and Qwest. 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 Gad "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. City The City of Renton Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Priers 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 calendar 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS' CITY OF-RENTON APRIL 2006 VI sp-2 ; 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. 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'documerlts o-Jrickided with the Plans or the City of Renton Standard Plans. R Points Wherever,reference is made to Engineer's points, this,shall mean all'marks, benchmarks, 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/Buil ding/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 Addithrrdi 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. SOUTH LAKE WASHINGTON ROAMNAY IMPROVEMENTS CITY OF RENTON APRIL 2M vl,sp-3 1-02 BID PROCEDURES AND CONDITIONS Addendums A.,yendums, if needed, will be issued each week on Wednesday May 3`d, 10�', and ma 17 , 2006 (March 13, 1995) 1-02.4 Examination Of Plans, Specifications And Site Of Work Section 1-02.4, is supplemented with the following: The soils and groundwater inform ation used for study and design of this project is available for review by the bidder at the following address: W&H Pacific City of Renton Builders Exchange 3350 Monte Villa Parkway Transportation Systems of Washington Bothell,WA 98021 1055 S. Grady Way wwwbxwa.com (425)-951-4800 98055 425-430-7303 There will be pre-bid meetings orlMay 4 and May 5, 2006 at 10:00am at LOT#10 on SE comer of Park Ave N and N 8 Street. These meetings are not mandatory. 1-02.6 Preparation of Proposal Section 1-02.6 is revised and supplemented by the following: The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words;where a conflict arises the written words shall prevail. Alternative Bids The bidding proposal on this project requires the bidder to submit bids on both Schedule A, Alternative#1, and for Schedule A, Alternative#2. Bid Proposal The bid proposal is composed of the following parts: Schedule A Alternative#1 for using Hot Mix Asphalt and Alternative#2 for using Cement Concrete Pavement. Schedule B, C, D& E Remain the same for both alternatives. Base bid consists of Schedule A Alternative#1 with Schedule B, C, D_& E and Schedule A Alternative#2 with Schedule B,C, D & E. Bidding Procedures The bidder shall submit price on each and every item of work included in the base - bid. The bidder shall also submit prices on each and every item for both alternatives. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-4 The Contracting Agency will evaluate both total bid alternatives and will decide which alternative is most advantageous for the Contracting Algericy. The successful bidder wilt be determined bu the lowest total bid for that alternative. Award will be based on the lowest total subject to.the requirements.of Section 1=03. 1-02.6(1)is a new section. i-02.6(1) Proprietary information Vendors should, in the bid proposal, identify clearly any materials) which constitute "(valuable) formula, designs, drawings, and research data° .so as to be exempt from public disclosure, ROW 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, (August 2,2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. Pubiic Opening Of Proposal Section 1-02.12 is supplemented with the following: The Contracting'Agency rose-rves the right to postpone the date and time forbid opening. 'Notification to bidder will be by addenda. Sealed bids will be received at the City of Renton, City Clerk's'gffice,.7t".Floor 1055-South Grady Way, Renton, Washington 98055. The bid closing date is May 23`d, 2006, .Bis received will be opened and received until 2:30 PM on this date. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration Of lAds Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial-bids will be accepted unless so stated in the call for 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. The contract, if awarded,will be awarded to the lowest resgonsive, responsible bidder. 1-03.2 Award of Contract Section 1"03.2 is supplemented with the following: The contract award or bid rejection will occur within 45 calendar days after bid opening. 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 shalt be determined by the Contracting Agency. 1-03.3 ExecutJon of Contract Section 14,03,3 is revised and supplemented as follows: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 20M vi,sp-6 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 1-01.18, and a satisfactory bond as required by law'and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any`pre-award Information the Contracting Agency may require under Section 1-02.15.' Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor, shall any work begin within the project limits or within Contracting Agency-. furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control, that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency, may grant up to 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 39.46.010 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 Washin,9 ton.State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the. 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 Addend 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. EDA Supplemental General Conditions 5. Contract Plans, ' 6. Amendments to the Standard Specifications, 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. Contracting Agency's Standard Plans (if any) 9. WSD0T/APWA Standard Plans for Road,Bridge and Municipal Construction Section 1-04.3 is a new section: 1.041 Contractor-Discovered Discrepancies SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-6 Upon receipt of award of contract, Contractor shall carefully,study,.and cumparO 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 nIm" ediately'`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. 1-04.8 Progre.ss Estimates and Payments Section 1-04.8 is supplementedas 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 JUMP SUM pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. Section 1-04.9(1) is a new section: 1-04.9(1) Staging Area `. The City has obtained a site for the contractor to use for equipnnt, parking,+;field office and storage of material. The site is Boeing Parking Lot 10 located on-the south east corner of Park Ave N and N 8tn Street. The property belongs to the Boeing Company., The City of Renton and The Boeing Company have entered into a License Agreement.for.use of Lot #10. A copy is attached in Appendix`C.The limits of the site are defined on the plan: The site shall be fenced. Upon vacating the site, the contractor shall restore area to the satisfaction of the Boeing Company. The Contractor shall allow traffic access from Park Ave N to Garden Ave N in the southern portion of the lot. 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. 1-412 Hours of Work(Additional Section) The Contractor will be allowed to work 7 days a week, 24 hours a day, except on Logan Avenge N (between North 6th Street and North 8th Street) and along N 6t" Street which are restricted to Monday-Friday 7:00am to 10:00pm and Saturday 8:00am to 8.00pm and no work will be allowed on Sunday. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-7 The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. 1-05 CONTROL OF WORK Conformity With And Deviations From Plans And Stakes Section 1-05.4 is supplemented with the following: contractor Supplied Surveying Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining; and resetting all alignment stakes, sewer and water, slope stakes, and grades necessary for the construction of the 1-3 roadbed, drainage, surfacing, paving, channelization, sewer, water and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The.record shall be adequate to allow the survey to be reproduced. A copy of each day's,record .shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. 3 The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting 3 Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations.of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs,and Pis). and at points on the alignments spaced no further than 54 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 • vi sp-8 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stares shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet; and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and ht additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails an€ barriers, and signing) provide staking and layout as necessary to adequately locate,construct,and check the specific construction activity. The Contractor shall provide the Contracting Agency -copies, of any calculations and staking data when requested by the Engineer. To facilitate the-establishment of these lines and elevations,the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used. for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three-miles of project length. Primary control points -.will be described by-reference-to=_.the-project alignment and the coordinate system and elevation-datum utilized-by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection'•(PI)-on~each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet :±0.5=feet (paraNel;to.alignment) ±0.1'feet (normal to alignment) Stationing on roadway N/A ±0.1.feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-9 �ir The Contracting Agency,`may spot-check the Contractor's surveying. These spot- checks will not change the-requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall- perform . independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting ,agency will verify these coordinates prior to Issuing approval to the Contractor for commencing with the work. The Contracting'Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency: Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H-14 When stakes are needed that are not described in the Plans, than those stakes shall be marked, at no additional cost to the Contracting Agency as ordered`by the Engineer. It is anticipated that some survey markers, monuments and property.corners will be disturbed or destroyed by construction operations. in the event the Contractor disturbs or destroys any survey marker duritig the course of construction, the Contractor shall bear ail costs of survey, resetting, legal claims,filing state forms, and any and all costs associated with'this item. All survey markers,property corners, monuments, obvious, or discovered durin g work on this project shall be protected and preserved as specified herein. The Contractor shall employ a,land surveyor,registered in the State of Washington and acceptable to the Engineer and submit name, address and telephone number of surveyor 'before starting construction. The Contractor-shall maintain a complete and accurate reference record of ali survey markers, monuments, property corners, etc , on this project. No such marker, monument, pin, or point shall be removed`or disturbed prior to"reference"points being established by said land surveyor. Any and all State forms required for temporary removal of such a marker, monument, or property comer/stake shall be procured and processed by the contractor's licensed land surveyor. A copy of this fotm(s) shall be given to the Engineer. The Contractor shall protect all survey markers and intersection monuments and, for such markers or monuments that must be, `or are accidentally disturbed during construction, the Contractor shall bear the.costs incidental to resetting such markers or monuments, to include all survey'work., The disturbed markers/monuments shall be reset by a licensed surveyor employed'by the Contractor and approved by the Project Engineer. Section 1-115,4(4) is a new sedbon: i-06A(4) Contractor Provided Aa-built Information It shall be the contractors responsibility to record the location prior to the backflling 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,spo10 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 Resign 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 end 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 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. Payment Payment will be made in accordance with Section 1-04.1 for the following"bid item when included in the proposal, "Contractor Supplied Surveying" lump sum. The lump sum contract price for"Contractor Supplied Surveying"shall be full payJor all labor, ;requipment, materials, and supervision utilized to.perform the work specified, including any resurveying, checking, correction of errors,, replacement. of missing or damaged stakes, coordination efforts, as-built survey,.preparation of as-built drawings, and other wor k necessary.#or full completion required documentation. Payment will be made on a pro-rated basis;with 5%being withheld for costs associated with_as-built. 1-05.7 Removal of Deftailve and Unauthorized Work x Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor jforces, 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 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. Sec#on 1-{I5.10 is supplemented by adding the following: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2(106 vi,sp-11 If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work is discovered, the Contractor shall promptly,upon ritten order by the Contracting Agency; return and in accordance with the Engineer's instructions, either correct such Work,or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting'Agency.. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the'Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized . Work. The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the woration of the legal time period set forth in ROW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however; shall defeat or impair the right of persons furnishing materials or Tabor,to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to Took to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph<shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials'for the Work when no formal-contract as entered into for such materials. 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. (March 13, 1995) Cooperation with Other Contractors Section 1-05.14 is supplemented with'the following: 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. QWest Communications 3. Comcast 4. Boeing 5. Private contractors employed by,adjacent property owners SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-12 j $ Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Boeing will demolition the 10-80 and 10-90 Buildings on the'South of N 8 ' Street, Harvest Partners.contractor will be constructing buildings in parcels north of N 8th Street. Private utilities will be installing new power, gas, cable,-and telephone in the area. (October 1, 2005 APWA GSP) 1-05.16. Water and Power The contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work. Water for construction:maybe available from the City of Renton. Contact Rick Kokko of Development $ervices at 425-430-7266 for assistance. There will be a fee charged for the use of City water, Section 1-05.18 is a new section: 1-05.18 Contractor's Daily.Diary 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-hound diary book ofth_e type that is commonly available through commercial outlets. The 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`tl, t,the reader can easily and accurately identify said work in the Plans. tdentify` location/descdpiion of photographs or videos taken that day. 4. An entry for each acid 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 sariie-. 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 maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature,quantity,and,quality of Contractor's progress on each day. 13. Plan' markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-13 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., LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public;shall post danger signs warning against known or unusual hazards; and shall designate as Safety> Supervisor a responsible employee on the construction' site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-14 1 Contractor shah, at ail times, enforce strict discipline and good er�errtri .ill employees and shall not employ,any person unfit or not skilled in.the work ass',,' :to hill her. Necessary sanitation,conveniences for the use of the workers on the job, property secluded from public observation, shall be provided and maintained by Contractor. 1-07.2 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract.is to be-performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to'c6UeGt State sales tax` from the Contracting A9ency on other portions of the proct Ots follows: 1. The provisions of Section 1-07.2(1) apply to the ,following listed portions,of the project: Schedule A, Alternate#1 & D Schedule A,Alternate#2 & D 2. The provisions of Section 1-07.2(2) apply to all of the remaining portions of the project. Schedule B, C& E For bidding purposes the Contracting Agency has segreggated the plan quantities which are affected by Section 1-07.2(1) from those quantities affected by Section 1- 07.2(2). These approximate quantities are shown on'the Bid Proposal sheets; however, any tax payments shall be based on actual quantities used: Permits And License Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits ara required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Temporary ra Construction Permits have been secured from the property owners along the rgj t to.allciw.work outside the right of way required to do the project work fronting the roll pars and to restore all property as shown in the Plans or necessary to furtG an In pre ojoe condition. No entry will be allowed in to any areas that are not ai so ide iy r uiredto oomplete'the work on the adjacent parcel. The Gon tractor and his subcontractors performing work within the City limits of Renton sha)i lousiness licenses'from the City of Renton. The Contractor shall be held respjansible to ir#.oft and to ensure all his subcontractors obtain licenses. Failure of the prime or;any,aut on for to obtain licenses shall result in withholding any payments by the City.'. City business licenses are available at the City Hall. Contractor, shad.be'.r q lead to comply with all conditians of the permits, easements, and rights cif entry, at'no additional cost to Owner. Contractor is required to indemnify Owner from claims on'ill easements and rights of entry. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-15 All other ermits, licenses, etc., shall be the responsibility, of Contractor. Contractor p 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. The City has acquired a Construction Stormwater General Permit from-the Washington State Department of Ecology. The contractor shall follow all the permits requirements as stated in the permit provided In Appendix C. All'work associated to maintain and follow,the permit guidelines shall be considered incidental to other bid items. The contractor will have to prepare and submit a Stormwater Pollution Prevention Plan as part of the permit application. You can review the requirements at Department of Ecology web site httpJ/www.ecg.wa.gov/programs. _11-01.9(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. j:07.11 Requirements for Nondiscrimination Section 1-07.11 is;supplemented as follows: Contractor shall follow the hiring guidelines for female and minority participation as described in Section V of the contract documents Contractor shall submit a signed " Certification Regarding Lobbying," for the contractor and all of the subcontractors and lower tier subcontractors,provided in Section V of the contract documents Protection And Restoration Of Property 1-07,16{1} PrivateMubiic 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. SOUTH LAKE WASHINOTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2W6 vi,sp-16 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 shah 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. 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.` 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 gays)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 pald 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 aordatcewith the City of Renton Trench Restoration Requirements, which is avai#able at the f�ubl10 Works Department Customer Services counter on the 6th floor, Renton City Hal1, 1u55 South Grady Way. 1-07.19 UlIilies and Similar Facilities Section 1-07.17 is supplemented by adding: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-17 1-07.17(A) Generai(Added Section) 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. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW,'a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. 1-07.17(8) Pothole Underground Utilities (Added Section) Prior to .beginning construction, the CONTRACTOR shall pothole the existing underground utilities as described in Note 3 on plan sheet UOO. The CONTRACTO shall provide surveyed elevations n writing to the OWNER. The OWNER will determine if there is a conflict with the design and revise as necessary. The CONTRACTOR shall perform this potholing a minimum"of five working days prior to crossing to allow for potential revisions. The CONTRACTOR shall not have cause for claim of down-time or an other additional y t! costs associated with 'waiting' If the OWNER provides design revisions (related to the information supplied per this section) within five working days after the contractor provides the surveyed elevations. 1-07.17(0)' Other Requirements(Added Section) The CONTRACTOR shall provide_written notification to the ENGINEER whenever an adjustment to the new sewer, storm, or water line location or grade is known to be required in order to avoid conflicts. The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all tiMeS.r Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shutdown. Where services are to be shutdown, affected parties and the Engineer shah be notified in writing at least 72 hours in advance of the time and period of shutdown. The Contractor shall make every effort to keep shutdown schedules to periods of anticipated'minimum usage and for the least period of time. Where services are planned`to be temporarily shut down, affected parties shall be notified in writing at least 48 hours and not more than 72 hours In advance of the time and period of shutdown. The Contractor shall make every effort to keep shutdowns scheduled to periods of anticipated minimum usage and for the least period of time. 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 Cali system. They must be contacted directly by Contractor for locations. SOUTH JAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-1$ ° `±g < , n Contractor,shall make arrangements 48 hours'in advance with respective utility owners to have a representative present when their utility is expQsed or modified, if the utility chooses to do so. 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 66k location to be determined by t►e Engineer or utility personnel under adverse conditions, (inclement weather or darkness ILIf 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. The following addresses and telephone numbers of utility companies.. known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Existing PSE IPower and Gas) New PSE (Power and Gas) Jeff McMeekin,: Janet Olsen Municipal Construction Planning Dept. P.O*Box 97034 PSE=11N P.O.Box 90868 -Mali Stop: XRD-1 W Bellevue,WA 98004 Bellevue,WA 98DOO-0868 425-462-3912 425-462-3824 Existing:Qwest New Qwest Mel anle'Wheeier E o Steen 23315-66th Ave. South 23315-66`x`Ave South'- ' Kent,WA 98032 _Kent,.WA 98032 206-345-4055 2,66-346-4478' Corncast. Boeing Ccrrapany Bill Walker Jan F odor . 4020 Auburn Way N. P,O.'B6x 3707�MC 63 01 Auburn,WA 98002 .Seattle,WA 98124 253-288-7531. 425-2'37-2623. : .. . Kin County Metro City of Renton Water 9 tY tY Eric Davison Abdoul Cafour 201 .Jackson Street Way 1055 South Grady Seattle, WA 98104 Renton;'WA 98055 206-684-1707 425-490-7210`. City of Renton Sewer Miel-Benoit. 1055 South Grady Way Renton,WA 98055 425-4St3-7206 Mt�tl8lt 11 No men &'s�rrernent will be made for utility potholing to determine utility location to avoid potential conflicts. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-19 Payment Potholing of existing utilities, where required, shall be considered incidental to other bid items. If relocations not shown on the plans are required by the Engineer, payment on a Force Account basis, as provided in Section 1-09.6, will be considered. Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18 Public Liability and Property Damage Insurance 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. f=ailure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverage's 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 Xlt 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OFFIENTON APRIL 2006 vi,sp-20 The Contractor shall obtain and maintain the minimum insurance coverage set;forth below. By requiring such minimum insurance, the City of Renton shalt not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if ,it deems appropriate and/or 'prudent, maintain higher limits and/or broader coverage. Coverage shall include: . A. Commercial General Liability- ISO 1993 Form or,equivalent. Coverage will be written on an occurrence basis and include: • Premises and O, er tions (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 L:rability including all • Owned Vehicles • Non w e l Vehicies • Hired C. Workers' Compensation Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial . General Liability and Automobile 'Liability- Coverage should be as broad as primary. . E Professional Liability (whenever the work under.this' Contract.-includes Professional Liability, (i.e. architectural, engineering,,advertising, or computer programming)the CONTRACTOR shall maintain professional liability covering wrongful acts; errors and/or omissions of the'Ct7NTRACT�7R for- damage sustained by reason of or in the course of operations tinder this Contract; ' F. The ContradngF Agency reserves the right to request and/or require.additignai coverage's 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:Certficates 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 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-21 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 Uabiiity General"A gregate* $2,000,000** Productsi�ornpleted $2,000,000** Operations Aggregate Each Occurrence Limit $1,000,440 Personal/Advertising Injury $11000,000 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 CG2603 or equivalent) **Amount may vary based on project risk Automobile I-labilltv Bodily Injury Property Damage $1,000,004 (Each Accident) Wor s' � n tion Statutory-- Benefits Coverage Variable A (Show Washington Labor and Industries Number) Umbrella LiaWlily Each Occurrence Limit $1,400,000 General Aggregate.Limit $1,000,000 Products/completed $1,000,400 Operations Aggregate Professional Liability (If regWte Each Occurrence/ $1,0001004 Incident/Claim Aggregate $2,0001000 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 ggeneral aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate a 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 Farm (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(l),, 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; Certificcate is issued as a matter of information, only, confers no rights upon the Certificate Holder"; SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp 22 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. Boeing Indemnification and Insurance: The City of Renton and The Boeing Company have entered into a license agreement for use of Boeing Lot #10 for a Contractor Staging Area.. The Contractor and all his subcontractors shall obtain and maintain the following additional insurance i requirements: Indemnification and Insurance: Indemnity Licensee and every Contractor of Licensee that enters the Licensed Property will indemnify, defend, and hold harmless, Licensor, its subsidiaries;and their respective directors, officers, employees, agents, attorneys, and assigns (hereinafter "Indemnitees") from and against all actions, causes of action, liabilities, claims, suits, penalties, fines, judgments', liens, awards and damages of any kind whatsoever r (hereinafter "Claims") for injury to or death of any person or employees or invitees of any Contractor) or damage to or loss of any property or clean up of any discharge or release by Licensee or any Contractor, and; expenses, costs -of litigation, and reasonable attorney's fees related thereto, or incident to establishing: the right to indemnification, to the extent such Claims arise out of or are in any way related to this License or the presence on the Licensed Property by Licensee, any.Contractor or their j respective employees or invitees. Licensee expressly waives any immunity under industrial insurance whether arising from Title 51 of the Revised Code of Washington or any other statute or source, to the extent of the indemnity set forth in this paragraph. In the event that Licensee is successful in providing that the foregoing indemnity-is limited by RCW 4.24.115, Licensee shall defend, indemnify and hold harmless the Indemnitees to the full extent allowed by RCW 4.24.115. In no event shall Licensee's obligations hereunder be limited to the extent of any insurance available to or,provided by Licensee. Licensee shall require each Contractor who desires access to the Licensed Property to provide an indemnity, enforceable by and for the benefit of the Indemnitees, to the same extent required of the Licensee. t, SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi;sp-23 Licensee shall ensure that an Contractor that enters the Licensed Property carries and maintains during the Term of any License, Commercial General Liability Insurance with available limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury, including death; and property damage combined, One Million Dollars($1,000,000) general aggregate. Such insurance shall be in a form and with insurers acceptable to Licensor and shall contain coverage for all premises and operations, broad form property damage and contractural liability (including without limitation, that specifically assumed herein). Any policy which provides the insurance required under this paragraph shall: (a)`be endorsed to name The Boeing Company and its subsidiaries and their respective directors, officers, employees,agents, attorneys and assigns"as additional insureds.(hereinafter"Additional Insureds with respect to any liability arising out of Licensee's or Contractor's presence on the Licensed Property, (b) be endorsed to be primary to any insurance maintained by The Boeing Company and Boeing Commercial Airplane Group, (c) contain a severability of interest provision in favor of the Additional Insured and (d) contain ,a waiver of any rights of subrogation against the Additional Insured. A:certi#icate evidencing such insurance coverage shall be delivered to Licensor not less than fifteen (15) days prior to the commencement of the Term. Such certificate of insurance will provide for fifteen (15) days advance notice in event of cancellation. If licensed vehicles will be used in connection with this License, Licensee shall ensure that any Contractor who uses licensed vehicles in connection with this Licensee carries and maintains, Automobile Liability insurance covering all vehicles, whether owned, hired, rented,borrowed or otherwise, with limits of liability of not less than One Million Dollars ($1,000,000) per occurrence combined single limit for bodily injury and property damage. Licensee shall ensure that any Contractor covers or maintains, insurance in accordance with the applicable laws relating to workers' compensation, with respect to all of their respective employees working on or about the Licensed Property, regardless of whether such coverage of insurance is mandatory or merely-elective under the law. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: Park Ave N from N 6th Street to Lake Washington Blvd may be closed to traffic starting July 5,2006. The Contract Plans contain,detour routes to be used. Public notice signs shall be installed 72 hours prior to closures. Local access to businesses on Park Ave N North of eh Street must be maintained at all times. Boeing access to the K9 and K35 entrances must be maintained at all times. The Contractor shall coordinate with 'the City's traffic 'operations group prior to implementing the detour. The City will perform the necessary signal work needed for the detour. 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: 1-08.b Preliminary Matters SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-24 1-080(1) 10rocon4dru ion.Conference The Engineer will ', rnish the Contractor with up-to 5 ores th r<Oon 'adt Documents. Additions[documents may be furnished upon request at a Po t' rsrduct#an. Prior to untlertsktng'eAch.patt of the Work the Contractor sha#I car e# y 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 preconstruc ion conference Will be held between the Contractor,the Engineer and such other interested parties as maybe 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) 3 List of materials fabricated or manufactured off the project Material sources on the.project 4 Names of principal suppliers 3 Detailed equipment list, including "Rental Rate Blue Book" houdyµcosts (both working and standby rates) Weighted wage fates for,ail employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum'bid items) +. Shop Drawings(bring preliminary list) 4 Traffic Control Pans(3+ copies) 4 Temporary Water Potlution/Erosiion Control Plan In addition,the Contractor shall be prepared to address; • Bonds and lnsArrance • Project meetings.,-schedule and responsibilities ■ Provision for inspection for materials from outside sources • Responsibility,#ar.#ocating utilities • Responsibility for damage • Time schedule for relocations, if by other than Contractor, * Compliance with Contract'Documents • Acceptance and approval of work • Labor compliance, avrolls, certifications ■ Safety regulations far 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 * ':E ri ents rights of entry Cher"contracts Tfie franchise'utilities may be present at the preconstruction conference' and Contractor st+oUld, be prepared for their review and discussion of progress `schedule and coordination. 1 Wile subc.00ftf ngELL S tion 1 08.1 is suppternented as follows: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-25 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 13 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 subcontractors 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. Progress Schedule (Section 1-08.3 is supplemented as follows: Network Analysis Schedule (NAS) Description Prepare-a progress chart of the contract that shall consist of a network analysis system. The network analysis system shall consist of the network analysis schedule (diagram), mathematical analysis, and associated reports. The scheduling of construction shall be the responsibility of the Contractor. Submission of progress and revislon data shall be used to measure work progress, aid to evaluate time extensions, and provide.basis of all lump sum"bid items progress payments and unit price bid item payments. The Critical Path Method (CPM) of network calculation shall be used to generate the project schedule and shall utilize the Precedence Diagram technique to satisfy both time and cost applications. Submit the following in accordance with Section 1-08.3 "Progress Schedule" of the Standard Specifications and these special provisions • Standard Activity Coding Dictionary • Network Analysis Schedule • Accepted Network Analysis Schedule • Monthly Network Analysis Updates (to be submitted with monthly payment applications) •' Closeout Submittals Schedule Acceptance SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CiTY OF RENTON APRIL 2046.. vi,sp-26 Review comments made by the Engineer on the Contractor's donstruction schedule shall not relieve the Contractor from compliance with requirements of the Contract Documents, The Contractor is responsible for scheduling, sequencing, and prosecuting the Work to comply with the requirements of the Contract Documents. Engineer acceptance extends only to the activities of the contractor's schedule that the Engineer has been assigned responsibility for and agrees it,is responsible. The Engineer will also review for contract imposed schedule constraints and conformance, and cost loading of the CPM activities. Comments offered on other parts of 'the schedule, for which the Contractor is assigned responsibility, are offered as a courtesy and are not conditions of government acceptance; but are for the general conformance with established industry schedule concepts. Schedule Acceptance Pnor to Start of Work The Accepted Network described in the paragraph entitled "Accepted Network Analysis Schedule" must be submitted and accepted by the Engineer in accordance with the conditions of the "accepted Network Analysis". The "Preliminary Network,Analysis Schedule" must be submitted and accepted by the Engineer in accordance with the provisions of these special provisions and the provisions of the "Preliminary,Accepted Network Analysis" before the contractor shall be allowed to start work. Acceptance a. When the Accepted Network Analysis Schedule is submitted and accepted.by the p Ys Engineer, it shall be considered the "Baseline GPM Schedule. The 'Baseline CPM Schedule shall then be used by the Contractor for planning, organizing,,and directing the work; reporting progress; and requesting payment for work accomplished. The schedule shall,be updated, monthly by the Contractor and submitted monthly,with the progress pay request to reflect the current status of the work. The submittal and acceptance of the Accepted Network Analysis Schedule and-accurate updated schedules accompanying the pay requests are both conditions'precedent to processing pay requests. Only bonds shall be paid prior to acceptance of the Accepted Network Analysis Schedule. b. Submittal of the Network, and subsequent schedule updates, shall be understood to be the Contractor's representation that the submitted schedule meets all of the requirements of the Contract Documents,• accurately reflects the work accomplished, and that Work shall be executed in the sequence indicated on the submitted schedule. software The scheduling software that will be utilized by the Engineer on this project is Primavera Project Planner(P3) by Primavera Systems, Inc. It is the responsibility of the Contractor to ensure all data elements and logic required by this specification is kept. Intact during the Conversion to Primavera. The scheduling software package shall contain all user manuals normally provided by the software distributor. If the Contractor upgrades his software-during the course of the contract, the upgrade shall also be provided to the Engineer.The software shalt remain the property of the Engineer. Computer Hardware SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-27 The network analysis software shall be capable of running on the Contractor provided personal computers. Provide and maintain a personal computer (PC) capable of panning the network analysis software specified herein. All necessary software and hardware shall be provided�to make the system a complete and useable package. Provide a printer with necessary cable. The contractor PCs shall remain the property of the Engineer. Software Training, The Contractor shall arrange for and provide schedule software trainin g the three Engineer personnel in the 601, 602 and 603 Primavera courses in a location within 30 miles of Tukwila. A firm accredited by the scheduling software manufacturer, as their authorized trainer shall conduct the training. The training shall last a minimum of 40 hours per individual. Provide course material the training firm normally distributes at their software classes. Provide all necessary materials and equipment to conduct the training. The Contractor shall provide 'training with 10 working days after notification to the Contractor, by the Engineer. Unless agreed to by the Engineer, the training site shall be at the Engineer's offices,or approved equal. Qualifications The Contractor shall designate a Scheduler that shall be responsible for the development,. preparation, and maintenance of an accurate, computerized Network Analysis Scheduler. The scheduler shall be actively performing on-site,,+coordination, attending project meetings, and preparing updates. The Scheduler shall have previously developed, created and maintained at least 2 computerized schedules of similar size and complexity of this contract. A resume outlining the qualifications of the scheduler shall be submitted for acceptance to the Engineer. If;at a later date, the Engineer considers the Contractor's Scheduler to be incompetent or objectionable, the Contractor shall propose a new Scheduler, meeting the qualification requirements. Payments will not be processed until an acceptance Scheduler is provided. Network System Format The system shall consist of time scaled logic diagrams accompanying'mathematical analyses and specified reports. Diagrams SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OP RENTON APRIL 2M vi,sp-28 Show the order and interdependence of activities and the sequence in which the work is to be accomplished'as planned.. The basic concept of;a network analysis:diagram shall be followed to show how,the start of a given activity is dependent on the completion of preceding activities and how its completion restricts or restrains the start of following activities. diagrams shall be organized by Work Phase and sorted by Early State Date and shall show a continuous flow from left to right with no logic (relationship lines-) from right to left. With the exception of the Project Start and Project Completion milestone activities, no activities shall be open-ended; each activity shall have predecessor and successor ties.The diagram shall clearly show the activities of the critical path. No onsite construction activity shall have duration in excess of 20 calendar days. Once an activity exists on the schedule it may be not be deleted and must remain in the logic. No more than 20 percent of the activities may be critical or near critical. Critical shall be defined as having zero days of Total Float. "Near critical"shall be defined as having Total Float in the range of 1 to 14 days. Show the following information on the diagrams for each activity a. Activity/Event Number` b. Activity Description c. Original Duration In calendar days d. Actual Duration in calendar days e. Early Start Date f. Early Finish Date g. Total Float(or Slack) h. Responsibility Code I s Activity Cast Provide network diagrams on ANSI E sheets, or larger, if required. Updated diagrams shall show the date of the latest revision. Quantity and Numbering of Activities Numbering shall' be assigned so that, in general, predecessor activity numbers are smaller numerically thaw the successor activity'numbers. Skip numbering shall be used on the network to allow,Insertion of additional activities for contract modifications and logic changes. The minimum number of construction activities in the final network diagram shall be 200 or more. Types of activities included in the schedule are specified below. Pro, cur. int A 'tom { SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-29 Tasks related to the procurement of material or equipment shall be included as separate activities in the project schedule. Examples of procurement activities include, but are not limited to: Materiai/equipment submittal preparation, submittal and approval of material/equipment; delivery of 4&M manuals; material/equipment fabrication and delivery, delivery of extra parts, extra stock, special tools, etc. As a minimum,,separate procurement activities shall be provided for every specification section. If the Contractor intends on using Just-In-Time (JM delivery methods, the schedule shall show each JIT delivery with'relationship tie.to the Construction Activity specifically for the JIT;delivery. Material and equipment for which payment shall be requested in advance of installation shall be cost-loaded with the procurement costs. All activities within a procurement process/cycle shall have a unique identifier in the activity, code to` show their relationships and shall extend to the related construction activities. If the Engineer's action on any submittal is "Disapproved" or "Revise and Resubmit," a new series of Procurement Activities shall be inserted into the schedule. Predecessor for the new submittal preparation activity shall be the original approval activity and the successor of the new approval activity shall be the fabdcation/deliver activity for the equipment or material. Engineer Activities Engineer and other agency activities that could impact progress shall be clearly identified. Engineer activities include, but are not limited to; Engineer approved submittal reviews, Engineer;conducted inspections/tests, utility outages and Notice(s) to Proceed: Engineer activities shall be driven by calendars that reflect Saturdays, Sundays and all Holidays as non-work days. Construction Activities Construction activities shall include, but are not limited to: 'Tasks related to mobilization/demobilization; the installation of temporary or permanent work by tradesman; testing and inspections of installed work by technicians, .inspectors or engineers; start-up and testing of equipment; scheduling of specified manufacturer's representatives; final clean-up; training to be :provided; and administrative tasks necessary to start, proceed with, accomplish or finalize the contract. Contractor activities shall be driven by total calendar days within the NTP and substantial completion date. Anticipated Weather Delays SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp.3p Schedule activity duratiori(s) shall be formulated with allowance for normal. adverse . weather conditions. Any activity duration which could be impacted" by normally anticipated adverse weather (precipitation, high or low temperature, wind, etc.), due to the lime period in which the Contractor has schedule the. work, shall include and adjustment to include the anticipated weather delay. The,Contractor shall anticipate delay by comparing the contractually imposed environmental:restrictions in the-Contract Documents to the National Oceanic and Atmospheric Association's (NOAA) :historical monthly ,averages for the NOAH location closest to the iproject site. The number :of anticipated adverse weather delays allocated to an activity shall be reflected in the activity's calendar. A lost workday, due to weather, conditions,,is defined as a.day in which the Contractor's workforce cannot work 50 percent.or more of the day. The Contractor shall immediately notify the Engineer when a lost day has-occurred due:to weather and shall record on the Daily Reports, the occurrence of adverse weather and resultant Impact to the normally schedule work. If the number of actually:adverse weather delay days exceeds:the number of days anticipated, the Engineer will convert . any qualifying delays to calendar days, giving full consideration for equivalent fair weather work days and issue a modification in accordance with,the contract clauses. Activi ty Properties Schedule activities shall have the following properties: a. Standard Activity ,Coding Dictionary: The. Contractor shall submit a coding scheme for Schedule Activity Numbers that shall be used throughout the project. The coding scheme submitted shall list the values for each.activity coda category and translate those values into project specific designations,.Code length, shall not exceed 10 characters. Once accepted, the coding scheme shall be used for the duration of the project: b. Activity Description: Each activity shall have a narrative description consisting of a verb or work function (e.g.; form, pour, excavate), an object (e.g.; slab,.footing), and area (e.g.; Street East, Shoofly Track No. .North, etc,). c. Work Phase: Phasing is specified in the contract. All activities shall be identified in the project -schedule by the phase of work in which the activity occurs. Activities shall not be contained in.more than on Wo*k Phase. d. Work Category:All"Activities shall be identified in the project schedule,according to the work category which best describes the activity. Examples of`work categories ;are procurement, Engineer, and construction activities that I are all related to a single Definable Feature of Work:Activities shall not be contained in mare than one Work Category. - e. Area Code: All activities shall be identified in the project schedule by the Area Code in which the activity occurs.Activities shall not be contained in more than one Area Code:Area is defined as a distinct separation in construction, such as separate structure, usage or function diff erence, utility system, etc. k SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-31 �r f. Responsibility Code: All activities in the project schedule shall be identified with the party responsible to perform the task. Responsibility includes, but is not limited to the prime contractor, subcontracting'firm, or Engineer performing a given task. Activities shall not belong to more than one responsible party. The responsible party for each activity shall be identified by'a responsibility code. For example, a .responsibility code value, "ELEC", may be identified as "Electrical Subcontractor." g. ,Drawing Code: All activities in the. project schedule. shall be identified with its respective project drawing code. The drawing code is the,Sheet Number on the primary project drawing which indicates the work to be performed..Activities shall not belong to more than one Drawing Code. Examples of Drawing Codes are "C- 10", "C.10" 'or "CIO". The code system shall allow organizing all 'activities by Drawing Code in alpha and numeric order. If an activity dues not have an applicable Drawing Code (such as "Mobilize"), the code shall be"00000". h. Modification Code: The Modification Code shall identify 'activities that, are modified or added by contract modification. Activities shall not belong to more than one Modification Code. The Engineer will assign the modification number. Use a shortened version of the modification number for the code (e.g.;A00010 010). 1. Request.for Change (RFC) or Claim Code: Activities that are modified or added, as a result of a Contractor's RFC or Claim shall be identified by a code generated by the Contractor. Activities shall not belong to more than one RFC or Claim Code. j. The Three Phases of 'Control (Preparatory, Initial and Follow-up), For each Definable Feature of Work.identified as requiring quality control sampling and testing by the Engineer of.Contractor, Include an activity for the Preparatory Phase. The Initial Phase and Follow-up Phase shall be represented by the Construction Activities in the schedule. k. Project Milestone Dates: Dates shall be shown on the diagram for the start of the project, any contract required interim start and completion dates, contract completion date and other significant milestones. 1. Scheduled Project Duration: The schedule duration shall.extend from notice-to proceed to the contract completion date. m. Project Start Date Milestones: The schedule shall start no earlier than the contract award date and the project duration (Day 1) shall start on the Notice-to- Project (NTP) date. The Contractor shall include as the first activity in the schedule, an activity named "Contract Award" and another activity on the NTP date 'named "Start Project/ Both activities shall be zero duration, with constrained start dates equal to the contract award and NTP dates. SOUTH LAKE WASHINGTON ROAOWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-32 n. Constraint of Last Activity Milestone: The Contractor shall include as the last activity in the project schedule, an activity named "End Project'. The "End Project" activity shall be zero duration with a mandatory,finish .constraint equal to the contract completion date for the project. Calculation of project updates shall be such that if the finish of the last activity falls after the contract completion date, then the float calculation shall reflect negative float on the critical path. o. Earl Y Project Completion: in the event the Contractor's project schedule shows completion of the project prior to the contract completion date,-the Contractor shall include an activity named "Contractor Early Completion". The activity shall be a zero duration milestone with an unconstrained.date representing the Contractor's Early Completion date. P Substantial Completion: If the Contractor elects to .include an ,activity for Substantial Completion, then it is agreed that Substantial Completion shall be the point in time that the Engineer considers the project is complete and ready for its intended use. The activity shall be named "Substantial Completion"...The activity shall be a zero;duration milestone with an unconstrained-date representing the Contractor's Substantial Completion date. Contractor shall include as the first activity q. Phase Start Milestone: The_C for a project phase, an activity named "Start Phase X", where "X" identifies the phase of work. The"Start Phase X" activity shall be zero duration with an unconstrained start date equal to the date of the Phase NTP. This unconstrained start date is not a release from contractually required start dates,;but is left unconstrained to allow the schedule logic to calculate without hindrance. ` r. End Phase Milestone:The Contractor shall include as the last activity in a project phase, an activity named "End Phase X" where"X"-identifies the.phase of work. The "End Phase X" activity shall.be zero duration with an unconstrained late finish date equal to the contract phase completion ,date. This unconstrained completion date is not a release from contractually required finish,dates, but is left unconstrained to allow the schedule logic to calculate without hindrance. s. Early Phase Completion: if the Contractor expects to finish prior to the contract phase completion date, the milestone shall show an early;#inish date equal to the Contractor's early finish date. The name of the activity shall be "Early Phase Completion" and shall be zero duration with an unconstrained-,date representing the Contractor's early phase completion date. t. Summary Activities: The-Contractor shall include special activities that are a summary of a chain of activities. The start of the activity shall be the start date of the first activity in the chain and the finish date shall be the finish date of the last activity in the chain. Generalized work sequences, Categories of Work and all Phase of Work activity chains shall be summarized. u. Activity/Event Constraints: Dateltime constraints), other than those required by the contract, shall not be allowed unless accepted by the Engineer. SOUTH LAKE WASHINQTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-33 v. Leads and Lags: Leads or lags shall not be used when the creation of an activity will perform the same function (e.g.; concrete cure time). Lag durations contained in the project schedule shall not have a negative value. The use of any lead or lag shall be explained in the Narrative Report. w. Default Progress Data Disallowed: Actual Start and Finish dates shall not be automatically updated by default mechanisms that may be included in the CPM scheduling software system. Actual Start and Finish dates on the CPM schedule shall match the dates provided from the Progress Payment Update Reports and Production Reports. These reports shall be the sole basis for updating the schedule. Work activities shall be updated by actual work progression rather than being cash flow driven. The updating of the percent complete and the remaining duration of any activity shall be independent functions; program features that . calculate one of these parameters from the other shall be disabled. Out-of Sequence progress (if applicable) shall be handled through Retalned.Logic, not eh Default Option of Progress Override. Actual labor and equipment hours used on activitiesshall be derived from the daily reports. Mathematical Analysis The network diagram mathematical analysis shall include a tabulation of each activity shown on the detailed network diagrams. Provide the following information as a minimum for each activity: . a. Activity/Event number b. Activity/Event description c. Estimated duration of activities (by work days) d. Earliest state date(by calendar date) e. Earliest finish date (by calendar date) f. Actual start date (by calendar date) g. Actual finish date (by calendar date) h., Latest start date (by calendar date) i. Latest finish date (by calendar date) j. Total float or slack k. Material/ Equipment costs shall be assigned to their respective Procurement Activities (i.e., the delivery activity). Costs for installation of the material/equipment (labor, construction equipment,,and temporary materials) shall be assigned to their respective Construction Activities. The value of Contractor inspection/testing activities shall not be less than 10 percent of the total costs for Procurement and Construction Activities. Evenly disperse overhead and profit to each activity over the duration of the project. i. Responsibility code (including prime contractor, subcontractors, suppliers, Engineer, or other party responsible for accomplishment of an activity). m. Area Code n. Manpower required (crew size) o. Percentage of activity duration completed p. Contractor's earnings based on accepted work-in-place. SOUTH'LAKE WAStIINQTON' ROADWAY IMPROVEMENTS CITY OF RENTON- APRIL 2006 vi,sp-34 r The program or means used In making the mathematical computation shalt be'capable of compiling the total value of completed and partially completed activities. The program shall also be capable of accepting revised completion dates as modified by approved time extensions and recompilation of tabulation dateslcosts and float accordingty. The total of all cost loaded activities, Including costs for material and equipment delivered for installation on the project; and manpower and ;construction equipment loaded construction activities, shall total to 100 percent of the value of the contract. Additional Requirements In addition to the tabulation of activities, in the paragraph entitled "Mathematical Analysis", include the following.data: a. On-site manpower, loading schedule: Each construction activity shall have an estimate of the number of workers per day by trade,man-hours per day;by trade and total expected hours used by'trade during the execution of the activity. If no workers are required for anactivity, then the activity shall be identified as using zero workers per day. b. Equipment loading Schedule: Each construction activity shall have an estimate of the equipment ius6ci per day, number of units per day and total expected hours for each piece df equtprnent used during the duration of the activlty. include a description of the major items of construction equipment planned for each construction activity on the project. The description shall include the year, make, model and capacity, if no equipment is required for an activity, then the activity shall, be identified as using zero equipment per day. Required>Reports The following reports shall be made available in the schedule. in each updated schedule submission provided on disk by the Contractor: a. By the preceding event number from lowest to highest and'then in the order of the following activity number (Activity Identification Report) showing the current status of all activities. b. By the amount of total float, from lowest to highest and theca in order of early start date (Total Float or Slack Report) showing all incomplete activities. By`latest;allowable start dates and then in order of activity numbers (Late Start d, Famed -Value Report listing all activities having a budget; amount and cost. A 'compilation of total earnings on the project from the notice to proceed to the most recent monthly progress payment request and the �difference between the previous request amount and the current payment request amount. Sort report first by resource and then by activity. Include cost summary of major gategodes wpA gUtlDW In section 1-08.11(6)b- Construction Activiles. e. By earnest allowable state dates and then in order of activity number(Early Start Re ft). f. 0 ` asks Scheduled to start and finish by end of the next pay period (30-Day Look Ahead): SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2005 vi,sp-35 9. With Each updated schedule `submission, provide a computer generated Log Report using a recognized schedule comparison software listing all changes made between the previous schedule and current updated schedule, (suggest Primavera Claim Digger). Identify the name of the previous schedule and name of the current schedule being compared. This report shall as a minimum show changes for: Added & Deleted Activities, Original Durations,: Remaining Durations, Activity Percent Complete, Total Float (or Stack), Free Float, Calendars, Descriptions, Constraints (added, deleted or: changed), Actual Starts/Finishes, Added/Deleted Resources, Resource Quantities, Costs, Resource Percents, Added Deleted Relations, Changed Relation Lags, Changed Driving Relations,and Changed Critical Status. h. By the activity number from lowest to highest, showing preceding and 'succeeding activity numbers for each activity (PredecessortSucoessor Report), and showing the current status of each activity. A. Manpower staffing report and histogram: With each update schedule, a planned early and planned late versus actual labor resource histogram shall be provided: This histogram shall be based upon and shall be in agreement with the number. of shifts and crew sizes by craft, in the Accepted Network Analysis Schedule (planned) and the Monthly Network Update (actual). included in the report shall be a tabular report that shall list each trade to the activities that were worked on during the construction period. j Equipment usage report and histogram: With each update schedule, a planned early ,and planned late versus actual equipment resource histogram shall be provided. This histogram shall be baSed'upon and shall be in agreement with the equipment allocation accepted on the Accepted Network Analysis Schedule (planned) and the Monthly Network Update (actual). Included in the.report shall be a tabular report that will list equipment (by make and model) to the activities that were worked on during the construction period. Submission and Acceptance Preliminary Meeting 9 At the Pre-Construction Conference, the Engineer, Contractor, and major subcontractors shall participate in a preliminary meeting to discuss the proposed schedule and requirements of this section prior to submission of the network. The definition of a"major subcontractor" is one that exceeds 5 percent of the contract value. Preliminary Network Analysis Schedule SOUTH LAKE WASHINGTON ROAOWAYIMPROVEMENTS CITY OF RENTON. APRIL 2M vi,sp-36 Submit a preliminary network defining the planned.operations during the first 60 calendar days after contract award within.20 days after contract award. The general apprpach for the balance of the prgt;shall be indicated. Cost of activities expected to be completed or partially completed before submission and acceptance`of the Accepted Network Analysis Schedule should be included. Include a cost breakdown into the main rp oiect e12Mgnts, as described 10 R' ulred Reports above. Submit three copies of both the preliminary network diagrams and required reports listed in paragraphs entitled "Required Reports". In accordance with paragraph entitled "Monthly; Reports", the preliminary network may be used for requesting progress payments for a period not to exceed 60 calendar days after receipt of "Contract Award." Submittal and acceptance of the Preliminary Network is condition precedent to the processing of the Contractor's pay requests on this schedule. Payment requests after the first 30 calendar day period shall be based upon the Accepted Network Analysis Schedule.The activities and relationships of the preliminary schedule shall coincide and mesh with the activities of the Network Analysis Schedule.As part of this submittal, provide the Project Name format that will be used by the Contractor to identify initial schedule submittals, updates, fragnets, changes, etc. Include one copy of the Accepted Network Analysis'Schedule on a CD. Network Analysis Schedule Submit the complete network',system, consisting of the network-mathematical,analysis and network diagrams,. within 40 calendar days after'contract award. Submit three copies of the diagrams described in the paragraph entitled "Diagrams", the :required reports listed in the paragraph entitled"Required`Reports", andythe-analysis described in the paragraph entitled I "Mathematical Analysis" and information required , the paragraph entitled "Additional Requirements". As pant of this submittal, provide the Project Name format that will be used by,the Contractor to identify initial schedule submittals, updates, fragnets, changes, etc. Include one copy of the Network Analysis Schedule on a CD. Accepted Network Analysis Schedule Once review comments are resolved and the network has been accepted by the Engineer, the Contractor shall within 5 calendar days furnish: a. Two copies of the network diagrams b. Two copies of the required reports listed in the paragraph entitled "Required Reports„ c. Two copies of the"Mathematical Analysis" d. Two copies of the Cash Flow Report indicating the cash flow based upon both eh early and late start schedules. e. Two copies of each major subcontractor's statement certifying their concurrence with the Contractor's Accepted Network Analysis Schedule. Each certifying statement shall be made on the subcontractor's letterhead. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-37 L f disks containing the project schedule shall be provided for the f. Two sets o data di 9 p 1_ p . initial submission and every periodic project update. Data shall be submitted on a CD. A permanent exterior label shall be affixed to each CD. The label shall indicate the type of schedule (Preliminary, NAS Submittal, Accepted, ,Update, Recovery, or Change), full contract number, Project Name used to identify project in scheduling software, contract name and location, data status date, CD number with total number of CDs In set, software name and version used to run the schedule, and the name and telephone number of person responsible for the schedule: For major revisions, updates or changes to the network diagrams, once accepted by the Engineer, the Contractor shah submit these same diagrams and reports. Monthly Network Analysis Updates At monthly intervals the Contractor and Engineer shall meet to jointly update the project schedule and agree on percentage of payment for each activity progressed during the update period. The purpose of the meeting is to determine progress payment amounts for each activity, allow all parties to 'evaluate project status at the data date, provide a complete and accurate update of procurement and construction progress, create an historical.record of the project and establish prediction of completion date(s) based upon current status. The.Contractor is responsible for gathering all supporting documentation needed for substantiating the proposed update data for the schedule and recording the meeting minutes. All progress payment amounts shall be derived from and tied to the cost-loaded schedule activities. Submit at monthly intervals a report of the actual construction progress by updating the required reports, the time scaled Magic diagram, and mathematical`analysis. Meeting to update the schedule and the submission of an error free, agceptabie updated schedule to the Engineer is a condition precedent to the processing of the Contractor's pay request.As a minimum, the following actions will be accomplished during the meeting: a. Identify activities started and completed during the previous period and enter the Actual Start and Finish dates. b. Show estimated duration (in workdays) to complete each activity started but not completed(remaining duration). c. Indicate percentage of cost payable for each activity. d. Reflect changes in the network diagram. All changes (i.e., duration changes, logic changes, new logic, conformed change orders, new activities, changes due to Conformed Modifications, changes in work sequence, etc.) shall.be recorded and a note added to the activity log field. The log shall include as a minimum, the date and reason for the change, and description of the change. SOUTH LAKE WASHINGTON ROAEYWAY IMPROVEMENTS CITY OF R€NTON APRIL 2008 vi,sp-38 , e. Submit two co 'es of a Narrative Report descdbin Pro Tess'made in each area of the project; 2)Changes in the following:activities, original duratltans, logic interdependencies.,, milestones, planned sequence of operatipns, critical path, and resource and loading; 3)Pending it s and"status thereof,fnciuding`permits, change orders, and time extensions; 4) Status of Contract Completion Date and interim milestones; 5) Current and anticipated delays (describe cause of the delay and corrective action(s); and 6) Description of current and future schedule problem areas. Each entry in the narrative report shall cite the respective Activity ID and Activity Description. f Submit two copies of the required reports listed in paragraph entitled "Required Reports g. Submit two copies of the Update Meeting minutes. Summary Network A summary network shall have the same network form as'the Accepted 'Network Analysis Schedule. The summary network shall contain a minimum number`of activities that represent the general approach of work sequence. The Summary shall be a time- scaled logical sequence ©f Work Phases. The Contractor shall submit.a summary network diagram immediately after acceptance of the Accepted Network 'Analysis Schedule. A summary network update shall be submitted every 2 months during the contract duration and Immediately following acceptance of each major schedule change. Submit the following: a. Two copies of the summary network diagram. ' b. Two copies of the Activity Identification Report.. '. c. Two copies of the Total Float (or Slack) Report d. Two copies of the Earned Value Report indicating the actual cash flow for the current updated (not summary) network based upon both the early and late start schedules. As-Built Schedule As a condition precedent to the release of retention, the last update of the schedule submitted shall be identified by the Contractor as the "As-Built Schedule". The As-Built shall' reflect the exact manner in which the project was actually .constructed (including actual start and finish dates, activities, sequences, and logic) and shall be certified by the Contractor's Project Manager and Construction Scheduler as being a trice refection of the away the project was actually constructed. If more-than one person°filled the position(s)I;during the course of the project, each person shall provide certification for the period of time they were responsible. Contract Modification SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 20M vi,sp-39 When a contract modification to the work is required, submit proposed revisions to the network with,a fragnet and a cost proposal for each proposed change. All modifications shall be incorporated into the network analysis system as separately identifiable activities broken down and inserted appropriately on the first update following issuance of a directive to proceed with the change. Submit one copy of the Total Float Report, Log Report and a copy of the proposed Time Impact Analysis on disk, with the cost proposal Unless the Engineer requests otherwise, only conformed contract modification fragnets shall be added into the subsequent monthly updates.All revisions to the current baseline schedule activities that are necessary to further refine the schedule so that the changed work activities can be logically tied to the schedule shall be made. Financial data shalt not be incorporated into the schedule until the-contract modification is signed by the Engineer. Time Impact Analysis (TIA) Time impact Analysis shall be used by the Engineer in determining if a time extension or reduction to the contract milestone date(s) is justified. The Contractor shall provide a Time Impact Analysis to the Engineer for any proposed contract change or as support for a Value Engineering Proposal, Claim or Request for Equitable Adjustment by the Contractor. a. The Contractor shall submit a Time Impact Analysis (TIA) illustrating the influence of each change or delay on the Contract Completion Date or milestones. Unless the Engineer requests an interim update to the schedule, the current monthly updated schedule accepted by the Engineer shall be used to display the impacts of the change. Unless requested by the Engineer, no other non-conformed changes will be incorporated into the schedule being used to justify the change impact. - b. Each TIA shall include a'Fragmentary Network (fragnet) demonstrating how the Contractor,proposes to incorporate the impact into the Project Schedule. A fragnet is defined as the sequence of new activities and/or activity revisions, logic relationships and resource changes that are proposed to be added to the existing schedule to demonstrate the' nfluence of Impacts to the schedule. The'fragnet shall identify the predecessors,to the new activities and demonstrate the impacts to successor activities. Include a narrative report describing the effects of new activities and relationships to,interim and contract completion dates, with each TIA. f contract b th En ineer, all changes in c. Following the Contractor's receipt o a y e g g_ the fragnet used to determine impacts shall be incorporated>into the schedule. Changes will occur during the next monthly schedule update meeting. No Reservation-of-Rights All direct costs, indirect costs, and time extensions shall be negotiated and made full, equitable and final'at the time of modification issuance. Changes to the Network Analysis Schedule SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-4o If changes in the method of operating and scheduling are desired, the Engineer shall be notified in; writi stating the reasons for the change. 'If the Engineer 6onsiders these changes to,be of'a major nature, the Contractor maybe required to revise and submit for acceptance; without additional cost to the Engineer, the network diagrams and 'required sorts. A change may be considered of a major.nature if the estimated time required or actually used for an activity or, the network logic is varied from the original plan to a degree that there is a reasonable doubt as to the effect on the contract completion date. Changes that affect activities with adequate float time shall be`considered a major change when their cumulative effect could extend the contract completion date. _ Float Use of float suppression techniques, such as, preferential sequences (arranging critical path through activities more susceptible to Engineer caused delay), special leadllag logic restrains, zero total or free float constraints, extended activity times, or imposing constraint dates other,than as required by the contract,;shall be cause for rejection of the project schedule or its updates. The use of Resource i.eveling (or similar software features) used for the purpose of artificially adjusting activity durations to consume float and influence the critical path is expressly prohibited. Definitions of Float or Slack Free Float is the length of time the start of an activi ,can be delayed without delaying g ty the start of a successor activity. Total Float is the length of time along a given network path that the actual start and finish of activity(s) can b&delayed without delaying the project'completion date. Project Float is the length, of time between the Contractor's Early Completion (or Substantial Completion).and the Contract Completion;Date: Ownership of Float Float available in the schedule, at any time shall not be considered•for the exclusive use of either the Engineer or the Contractor. During the course of contract execution, any float generated due to the efficiencies of either party.is not for the sole use of the party generating the float, rather'.it is a.shared commodity to be,reasonable used by either party. Efficiencies gained as a result of favorable weather within a calendar month, where the number of stays of normally anticipated weather is"less than expected, will also'contribute.to a reserve of float, A schedule showing work completing in less time than the Contract time, and accepted by the Engineer, will be considered to have Project Float. Project Float shall be a resource available to both the Engineer sand the Contractor. No time extensions shall be grated nor delay damaged paid unless a delay occurs which impacts the Project's critical path, consumes all available float or contingency time, and extends the work beyond the Contract Completion Date. Native Float. SOUTH LAKE WASHINGTON ROAOWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-41 Any extensio Ne Negative float shall not be a basis for requesting time extensions. An g n of time shall be addressed in accordance with the paragraph "Time Extensions". A scheduled completion date that extends 'beyond the contract completion. date (evidenced by negative float) may be used in computations for assessment of payment withholdings. `5 The use of this computation is not to be construed as a means of acceleration. Time Extensions Extension of time for 'performance required under the clauses entitled "Changes", "Differing Site Conditions", or "Suspensions of Work" shall be granted only to the`extent that equitable time adjustments for the activity or activities affected exceed the total float or slack-along the network paths involved that the time Notice to Proceed was issued for the change. The Contractor acknowledges"and agrees that delays in activities which, according to the network analysis schedule,does not in fact actually affect any milestone completion dates or the contract completion date shown on the CPM network at the time of delay, shall not be a basis for a contract extension. Submit time extension requests with a Time Impact Analysis and three copies of the Total Float-(or ,Mack Report, Narrative Report and a Log Report, Monthly Coordination Meetings In conjunction with receipt of the Monthly Network Update submission, a'coordination meeting shall be held each month on site to discuss the report. The Contractor shalt make a presentation of the previously submitted and current Monthly Network Update to the Engineer so as to provide and overview of the project's schedule and provide and opportunity to discuss items of coordination. Biweekly Work Schedule To provide a more detailed day-to-day planning of upcoming work, the Contractor shall prepare and issue detailed work plans that coordinate with and supplement the above defined network. analysis. The work plans shall be keyed to the CPM activity numbers and shall be submitted each .week and shall show the projects activities are to be identified on the Biweekly Work Plan. The detail work plans are to be bar chart type schedules prepared by the Contractor in sufficient detail to define the work to be accomplished, the crews, construction tools and equipment to be used during the current next two-week interval.The bar charts shall be formatted to allow reproduction on 81/g by 11 sheets.Three copies of the bar chart schedules shall be delivered to the Engineer not less than 3 work hours prior to the start of the weekly coordination meeting. ` Weekly Coordination Meeting SOUTH LAKE WASHINGTON ROADNAY IMPROVEMENTS CITY OF RENTON -APRIL 20D6 vi,sp-42 0 In conjunction with the receipt of the Biweekly Work Schedule, a coordination meeting will be held each week on site of in the Engineer's conference morn to discuss the work schedule. The Contractor shall make a presentation of the previously submitted and current Biweekly Work Schedule to the Engineer so as to provide and overview of the project's schedule and provide an opportunity to discuss items of coordination. Consideration of materials, crews, and equipment shall be addressed to ascertain their respective availability. The meeting shall identify actions necessary to provide adherence to the Biweekly Work Schedule and the overall network for the project defined above. The Contractor and Engineer shall take meeting minutes. Ail. meeting minute entries shall be keyed to these schedule activity numbers. Within one day of the meeting, the Contractor shall provide schedule`activity numbers of the meeting minute entries to the Engineer for inclusion in the minutes. Final copies of the minutes by the Engineer shall be issued within three days of the meeting. Correspondence and Test Results All correspondence (e.g., letters, Requests for Information (RFIs, e-malls, meeting minutes, Production and QC 'Daily Reports, material delivery tickets, photographs, etc.) shall reference the Schedule Activity Number(s) that are being addressed. All test reports (e.g., concrete soli compaction, weld, pressure;, etc.) shall reference the Schedule Activity Number(s)that are being addressed. The cost of the Network Analysis and schedule shall be considered incidental to the Contract and no other compensation shall be made. 1-06.5 Time For Completion (March 13, 1995) Section 1-08.5 is supplementers with the following: This project shall be physically completed within 410 calendar days. The first and second 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 "calendar days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. Everyday will be considered a working day. The Contractor is'allowed and encouraged to work 24 hours a day, seven days a week. Order,of Work The Contrator has the option on proceeding with work. The Contractor is made aware of the following conditions that will affect his work. The Boeing K9 entrance off of Park Ave N has to remain open until the new Boeing north entrance(north leg of the Logan Ave and Park Ave intersection)is available and operational. The Boeing K35 entrance off of N 6th Street and Logan Ave N-has to remain open until the new Boeing south entrance (west leg of N 8th Stand Logan Ave. intersection) is available and operational. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 . vi,sp-43 The Contractor will not be allowed to work on new Logan Ave N from N e Street to N 8,h Street until Boeing has access at N 8th Street. A waterline for fire protection on the North Side and a domestic waterline on the South Side of New N 8th Street west of Park Ave N needs to stay in place until October 15,2006 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. 1-06.12 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 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 used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. 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 Engineer, 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-44 r The Contractor shall furnish and setup a temporary office building- dr,thel sole use of the Engineer,. g,shall be setup prior to the Notice to Proceeth Nor psymenwill be made untli>the field.offi-6e building is properly furnished and usable: The 'field office and all required items shall remain on site past substantial completion and through physical completion. All items marked (City) shall immediately become City property and remain as City properfiy. The building shall be secure;weather-tight, installed plumb and level; and provided with the following as a-minimum(eil: All costs involved with supplying the field office, its contents and the land on which it resides shall be included in the contract price. All costs associated with the field office shall be incidental to mobilization. The Contractor shall install and maintain up to three 4'x8' construction project sign(s) as shown in the standard detail section of the contract documents. One D Construction Site Sign as described in the EGA Supplement General Conditions shall also be installed. 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 Payment 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 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 iien 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) C#aims 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)8 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 hot 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. SOUTH LAKE WASHINGTON ROADWAY IMPROWMENTS CITY OF RENTON APRIL 2ODS vi,sp-46 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 tieing 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 Ternporary Traffic Control 1.10.1(2) Description . Section 1.10.1(2) is supplemented with the following: The Contractor shall perform all the work necessary for the detour route with the closing of Park Ave N. under the bid Item, "Project Temporary Traffic Control". (August 2,2004) C"cti.on 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by of the following. The Northwest Laborers-Employers Training Trust 2755 Qhio,Ave. Kingston,WA 98346 (360) 297-3035 Evergreen Safety Council 4fl1 Pontius Ave. N. Seattle,WA-98109 1-8017-521-4778 or _ (246)3824090 Traffic Control Plans - Section 1-10.2(2)is supplemented with the following: The Standard"K"Traffic Control Plans contained in,these Contract Provisions are for general guidelines only. The Contractor shall submit to the Engineer for approval four(4)copies of the Traffic Control Plans that he/she intends to use for any traffic control that he/she will use on the project to include street closures with detailed route signing. The Contractor shall ' submit these plans at the Preconstruction Conference. No traffic control plan will be used without prior approval. No traffic revisions,or interference With traffic, will be allowed without a traffic control plan., if, in the opinion of the Engineer, additional;'traffic control is required,to protect the workers or the public,work in the affected area shall stop until an approved plan is prepared and proper traffic control is provided. Such actions shall not be a cause for extension of contract time.- If the nature of work requires a different kind of traffic control plan then the one approved,a revised set of traffic control plans shall be submitted for approval. The Contractor most submit the revised Plan in writing to the Engineer for at least 5 days before starting the affected work. (August 2,2004) \Section 1-10.4(3)is supplemented with the following: The bid proposal 16oirtfiiin s'the item "Project Temporary Traffic Control," lump sum and the m additional temporary-traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-1().4(3)and Section 1-10.5(3)shall apply. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRiL 2006 vi,sp-47 'Traffic Control Labor" p er hour 'Traffic Control Supervisor" per hour 1-10.5 Payment Section 1-10.5 is supplemented with the following: All work necessary for the closure of Park Ave N. and the detour, route shall include barricades,signs,and pavement markings. 4 DIVISION 2 EARTHWORK 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,Jo 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 shalt be protected from damage: 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 STRUCTURES AND OBSTRUCTIONS Description Section 2-02:1 is supplemented with the following: This work shall consist of removing miscellaneous traffic items, concrete blocks/barriers, gates and posts, existing catch basins, abandoned existing storm drain pipe, abandoned water and sewer lines, fencing, sheds, luminaire poles and bases, boliards, small concrete pads, park benches, guard buildings, covered'walkways etc as listed on demolition notes of contract plans. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-48 Construction Requirements Section 2-02.3 is supplemented with the following. 2-02.31;4 Sawcutting Existing Pavement&Sidewalk Section 2-02.3{4}is added as follows: The Contractor shall make a vertical saw cut to six inch depth of existing asphalt or concrete pavement for all transverse crossings of the existing pavement, at the joint between`existing and new paved driveways and/or intersecting streets, where shown on the plans or as directed by'the Engineer. Saw cutting slurry shall be vacuumed up during the saw cutting operation. No saw cutting slurry will be allowed to enter into the storm water system. Where necessary to remove existing sidewalk, or concrete pavement,full panels shall,be removed. Care shall be taken during removal to protect adjacent sidewalk panels, concrete pavement, concrete curbs, existing utilities and landscaping from damage. Any, damage caused to :adjacent panels, concrete pavement, curbs, utilities, or landscaping°shall''be .repaired by the Contractor at his sole expense. 2-02.4 Measurement` Section 2-02.4 is added as follows: Pavement removal outside roadway excavate limits shown on the plans should be measured by the square yard: "Sawcutting" will be measured by the lineal foot with no distinction for existing asphalt or concrete. 2-02.5 Payment Section 2-02.5 is supplemented as follows: "Sawcutting" per linear font. "Curb and gutter removar per linear foot "Asphalt Concrete Pavement Removal," per square yard "Sidewalk removal" per square yard "Buried Cement Concrete Slab N 8"' Street" per square yard "Remove Buried Cement Concrete Slab Park Ave N" per square yard "Cement Concrete`Pavement Removal" per square yard` 2-03 Roadway Excavation and Embankment , 2.031 Description Section 2.03.1 is supplemented with the following: Excavation that is not classified as Structure Excavation under Section 2-09 of the Standard Specifications shad be measured and paid at the unit contract .price for "Roadway Excavation including Haul" The'Contractor may encounter concrete or steel piling in the vicinity of North 10"' Street ,The Piling shall be removed to a minimum of 2' below subgrade and 1' below bottom of any underground utility or storm line SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-49 It is anticipated t hat roadwa y excavation material but not structure excavation material), will be suitable for resuse in construction of roadway fills. if, in the opinion of the Engineer, roadway excavation material is unsuitable for use in the roadway fills, it shall be wasted at the Contractor's approved waste site. The amount of roadway excavation material exceeds the amount of material required to construct the roadway fills. Wasting-of excess and/or unsuitable excavation material shall be considered incidental to this bid item and no extra compensation shall be made. Exisiting pavement, sidewalk, curbs, etc. within the area to be excavated shall be considered as "Roadway Excavation Including Haul" and will not be measured for separate payment. "Roadway'Excavation Including Haul" shall include excavation, removal hauling, and disposal of all surplus material within the, limits of construction, including but not limited to, broken concrete, curb, gutter, existing pavement, or pipe. Stripping, disposal of temporary drainage work, and embankment compaction shall be considered incidental to and part, of the bid price for "Roadway,Excavation Including Haul". 2.03.3 Construction Requirements Section 2.03.3 is supplemented with the following; n t Sori subgrade beneath pavement sections m excavations shall I!a conform o the same compaction requirements as Method B for earth embankments except that the upper foot of subgrade material, and any fill placed below the pavement, shall be compacted to at least 95% of the maximum density according to the test methods described herein. Fo llowin g,e xcavation to finished subgrade and before placement of subsequent fills or base -coursed, the subgrade shall be proof-rolled to identify any soft or loose areas, which may warrant additional compaction or excavation and replacement. After the Contractor has excavated to finished subgrade and proof'-rolled the surface, density tests will be performed to ensure that the subgrade conforms to the specif led compaction requirements. Any areas not meeting the required densities as . determined by the compaction control tests described herein shall be either: -Scarified, manipulated and recompacted as directed' the Engineer -Over-excavated (excavation below grade), backfiied with suitable excavated or imported material, and recompacted. Material scarified manipulated, and recompacted to subgrade shall be considered p p g_ incidental to roadway excavation and, therefore, shall not be measured for separate payment. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-50 203.3 3 Excavation Below Grade Section 2.03.3(3).is supplemented with the following:. It is 'anticipated -that soft subgrade soils will be encountered requiring excavation below grade. When the Engineer requires it, the Contractor shall excavate unstable natural ground to such depths as the Engineer may direct before building any embankment or other improvements over it, 2.03.3(7) Disposal of Surplus Material Section 2-03.3(7) C is supplemented with the following: . A waste site has not been provided by the engineer for the disposal and/or'storage of surplus materials and debris. 2.03.4 Measurement Section 2.03.4 is supplemented with the following: Roadway Excavation 'Incl. Haul Excavation Below Grade shall -be- classified-as Roadway Excavation Incl. Haul and shall berrneasured in the field by the neat line calculated cubic yard volume for payment as "Roadway Excavation .including Haul". The Contractor shall be made aware there is no additional estimate amount in the bid ;quantity "Roadway Excavation, Including Haul" for excavation below, grade. Wasting of material resulting from excavation below grade shall be considered incidental to the contract, and no further compensation"will,be made, Unsuitable Foundation Excavation — Only excavation beyond a 2-foot depth below the planned subgrade elevation, as ordered by the''Ehglneer, shall be.classified as Unsuitable Foundation Excavation. Measurement: Unsuitable Foundation` Excavation . Incl. Haul - Unsuitable Foundation Excavation" shall be neat line field measured by the cubic yard. The quantity for unsuitable foundation excavation as shown in the proposal is for the purpose of establishing a unit price only,'and the'significant change,.provisions=.of Section 1-04.4 shall not apply. .Exact quantities wilt be determined in the field �as work progresses. "Remove Existing Piles"will be measured by the lineal foot of piling removed 2-03.5 psymont Section 2-03.5 is supplemented with the;following: The unit Contract price for"Remove Exisiting Plies" shall be.full compensation for all costs incurred for.all material, labor, tools, equipment, disposal of, excavation;for and incidentals.required. SOUTH LAKE WASHINGTON ROAWVAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-51 Z-04 Haul 2.04.4 Measurement Section 2-04.4 is revised to read: No specific unfit of measurernent.shail apply. All costs involved for h au l shall be incidental to and included in the various bid items. Payment 2-04.5 ay Section 2-04.5 is deleted in its entirety. 2-09 STRUCTURE EXCAVATION See Division 7 for special requirements for excavation. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: n is#ical HMA Ev luatlon: The Contractor shall submit a certification 1. No scat a that the mix,design submitted meats the requirements of ``Sections 9 03.8(2) and 9-03.8(6). ;Ths contractor must submit the mix design using DOT Form 354-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will .determine anti-strip requirements for the HMA. 2. The mix design will be the initial jot? 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`—HM Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of'HMA shall be as provided under nonstatistical or ) commercial evaluation. 2. Nonstatistical evaluation will be used for the acceptance of HMA. SOUTH LAKE WASHIN€ItTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-52 3. 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 pdvement 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 1, Y Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will-°be performed EL based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors: Constituent Factor «f„ . All aggregate passing: 1112„, 1„, 31A ; 1/2,,, 3/8” and nv. 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 for sieves listed in Section 9=03.8 for the class of A pay factor will be calculated (7) HMA and for the asphalt binder 1. Nonstatistical Evaluation. Each lot of: HMA , produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further,evaluation. When one or more-constituents_f all outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06Zto 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 subiots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-53 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 prose 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)6 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 NCCF, the quantity of HMA in lot in tons and the unit contract price per ton of the mix. 5-05 "CEMENT CONCRETE PAVEMENT 5-05.1,Description Section 5-05.1 is supplemented with the following: Stamped Cement Concrete Pavement: Type 1 Crosswalks are part of the intersection and will be cement concrete pavement with 2 V x 2 Y2' square pattern, medium broom finish,Davis color pewter 860 or approved equal with a band that is 4" wide, medium broom finish, Davis color pewter 860 or approved equal. Type 3: On Street Parking areas will be Cement Concrete Pavement with a 18"x 18" square pattern with medium broom finish and Davis color Graphite 8084 or approved equal. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006' vi,sp-54 rY IN Type 4. Intersections will be Cement Concrete Pavement with 5': x rec#angular'running pattern,medium broom finish, Davis color Graphite 8084 or approved equal. Concrete Mix Design for Paving When combined aggregate concrete gradation is used,,item-3 in Section 5-05.3(1).is revised to read'as follows: (August 5,2002) Ib 3. Mix Design Modifications. .The Contractor may initate minor adjustments to the approved mix proportions. The combined aggregate gradation may be adjusted provided it remains with the specifications limits detailed above. The-.mix design will not be required to be, resubmitted as long,as the water cementitious ration does not change. Only non-chloride accelerating admixtures that;meet the requirements. of Section 9-23.6 Admixture for Concrete, shall`be used. The Contractor shall notify the Engineer in writing .of. any proposed modification. Anew mix design will designate_a new.lot. (August 1, 2005) Submittals Section 5-05.3(1) is supplemented with the following: A Prior to beginning any` concrete work, the Contractor shall submit a.plan, for the � g_ Engineer's review and approval, outlining the procedures,to-be used to,prevent wastewater from ent4ring surface waters The plan shall include how the pH of the wastewater will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the .project or ,entering surface waters. The plan shall conform to the requirements of Section 8-01. Measurement Section 5-05.4 is supplemented with the following "Stamped',Cement Concrete Pavement,"shall be measured by the square yard Aix usttl 2005 'P t Section 5.05.5 is-supplemented with the following: "Stamped Cement Concrete Pavement,"per square yard. All 'costs associated with time treatment of pH in concrete wastewater shall be included in the applicable items of work. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2M vi,sp-55 New Section Below DIVISION 7 DRAINAGE STRUCTURES,STORM SEWERS,SANITARY SEWERS,WATER MAINS,AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials Delete ara raP h one&substitute the following: P 9 Materials shall meet the requirements of the following sections: Corrugated Polyethylene Storm Drain Pipe 9-05.1 (7) Reinforced Concrete Storm Sewer Pipe 9-05.7 (2) Ductile`lron Pipe 9=30.1 (1) Ductile Iron Pipe(Fittings) 9-30.2 (l) Add the following: Storm sewers in diameters 12 through 36-inch shall be corrugated polyethylene storm drain pipe. Storm sewers in diameters 42-inches.and larger shall be reinforced concrete storm sewer pipe. All reinforced concrete storm sewer pipe shall be minimum Class 11, with well thickness`S'. All ductile iron pipe shall be rubber gasket,push-on joint,Thickness Class 52.' 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 responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship at Contractor's own.expense. 7-04A'Measurement The second paragraph in Section 7-04.4 is deleted it its entirety and replaced with the following: No measurement shall apply to cleaning and testing of storm sewer pipe. SOUTH LAKE WASHINGTON, ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vlsp-56 7-04.5 Payment This section is revised and supplemented as follows: Payment will be made in accordance with Section 7-04.5 for each of the following bid items that are included in the proposal "Storm Drain Pipe, 12 in. Dlam.," per linear foot. "Storm Drain Pipe, 12 in. Diam.,D.I.,"per linear foot. "Storm Drain Pipe, 15 in. Dlam.," per linear foot. "Storm Drain Pipe, 18 in. Dam.,"per linear foot. "Storm Drain Pipe, 24 in.Dam.,"per linear foot. "Storm Drainpipe,30 in. Dlam.,"per linear foot. "Storm Drain Pipe, 36 in. Diam.,"per linear foot. "Storm Drain Pipe, 42 in. Dam.,"per linear foot. "Storrs Drain Pipe,48 in. Diann.,"per linear foot. 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 at[necessaty'couplings�, tees'& fittings, excavation and backfill placement and compaction; bedding, cleaning and testing, and adjustment of inverts to manholes. Pipe bedding, as show in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer,,pipe shall be by the low pressure air method in accordance with Section 7-17.3(2)A and 7-17.3(2)F and shall be considered incidental to and included imthe unit contract prices for pipe. Cost of connecting pipe to new structures shall be included in the various` nificontract prices for storm sewer pipe & no additional compensation will be allowed. Cost of connecting pipe to existing structures will be made in accordance with Section 7-05, 7-05 '' MANHOLES,INLETS &CATCH BASINS 7-05.3 Construction ROulrements Section 7=05.3 is supplemented with the following: All rmanholes shall have eccentric cones and shall have steps. Step materials and construction shall be in accordance with the WSDOT Standard Specifications 7-65 and WSDOt Standard Plan B-1 z, and,made of polypropylene encapsulated 1h-inch steel rod. Steps shall be as manufactured by MA Industries,1CM,or equal: SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-57 Drainage structures shall conform to the following details: 9 g Structure Type a pP lice b le Std Detail CB Type 1 WSDOT Std Plan B-1 CB Tvve 1-0 CF WSDOT Std Plan B-2e CB Type I WSDOT Std Plan B-1a 4 CB T e 1L-OCF WSDOT Std Plan B=2e CB Type 2 WSDOT Std Plan B-1e SDMH Type 2 WSDOT Std-Plan B-1e Diversion Structure Renton Std Plan B072 CBSpecial I Trench drain as shown on plans Structures labeled "Storm Drain Manhole Type 2"shall conform to WSDOT Standard Plan B- 1 e, "Catch Basin Type 2 They shall be furnished with traffic-rated manhole ring and solid cover,marked "DRAIN". . For catch basins labeled "Type 1 L Modified", the sump shall be eliminated, with the floor elevation only deep enough to accommodate placement of the outlet pipe. For Type 2 catch basins labeled "(Diversion Structure)", a concrete weir wall shall be installed to divert flows, as shown on the plans: Trench drain shall be a precast polyester polymer concrete product with a 6 4nch pipe.outlet and grey iron slotted grate rated for HS-20 wheel loads. Length and depth shall be as shown on the.plans. To match the depths shown on the plans, extender side panels may be used. Furnish manufacturer's standard extender panels if this is the case. Trench drain shall be Polycast 600 series, load class F, as manufactured by Strongwell or equal. 7-05.3(1) Adjusting Existing Manholes and Catch Basins to Grade Section 7-05.3(1)shall be 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 top of the.existing structure shall be raised or lowered to the required elevation. SOUTH LAKE WASHINGTON ROAdN(AYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-58 i In unpaved streets, manholes, catch basins and similar strtx ;tJes'In,areas to be surfaced with crushed rock or gravel shall be constructed to a point apptn eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shallbe cut off and covered in a similar manner. The contractor shall carefully refer6rice'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 thali 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 that result in-the section required on the typical :road-vvay, section, and be thoroughly compacted. 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 rings 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 inches above grade. 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 concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle;the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and_Class. 3000 or=Commercial Portland Cement Concrete,.shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2.inches of the finished pavement surface:'-On the day following placement oUthe concrete,the(edge of the asphalt concrete p-avementf and the outer edge of the casting shall be'painted with hot asphalt cement. .HMA°C(318; PC--59--22 hot mix asphalt shall theti_be placed and compacted with hand tampers and a patching roller. The complete patch shall match the 'existing paved surface fbr'texture; 'density,-"end uniformity of grade. The(flint 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 solidi 7-05.3(2)Abandon Existing Manholes Section 7-05.3(2)is revised as follows Demolition of existing Type 1 and Type 2 catch basins shall be to a minimum depth of 3 feet below existing grade, and filled as noted on the plans. The ring and cover shall be disposed of by the Contractor. 7-05.3(3)Connection to Existing Manholes Section 7-05.3(3) is supplemented with the following: Connections to existing manholes and catch basins shall be core drilled. The space between.the core-drilled hole and the pipe wall shall be sealed with a flexible rubber connector equal to "Kor-n-Seal" boot. Existing manholes and catch basins shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the construction plans. 7-05.3(5)Manhole Coatings Section 7-05.3(5) is added as follows: All new sanitary sewer manholes shall be coated as specified below. The following coatin g system specifications shall be used for coating_(sealin g) all interior concrete surfaces of manholes. Coating aterials High Solids Urethane Surfaces:• Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or 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 high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 DFT) Color: White 7-05.4 Measurement Delete this section and add the following: Demolition of Catch Basin Types 1 and,2 will be measured per each. Manholes, Inlets&Catch Basins will be measured per each. Connect to Existing Drainage System will be measured per each. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-60 7-05.5 Payment Delete this section and add the following: Payment will be made in accordance with Section 1-04A for each of the following id items � that are included in the proposal. "Demolish,Catch Basin Type 1, per each. "Demolish Catch Basin Type 2,,,per each. "Catch Basin,Type 1,"per each. "Catch Basin,Type 1 PFC),"per each. "Catch Basin,Type 1L,"per each. "Catch Basin,_Type iL (OFC),"per each. "Catch Basin,Type 2,.48-1N. Diam,"per each. "Catch Basin,Type 2,48-IN. Diam (OFC),"per each. "Catch Basin,Type 2, 604N. Diam,,,per each. "Catch Basin,Type 2,724N. Diam,"per each. "Catch Basin,Type 2,72-IN. Diam (Diversion Structure),"per each. "Catch Basin,Type.Special;per each. "Storm Drain Manhole,Type 2, 48-IN. Diam,,,per each. "Storm Drain Manhole,Type 2, 48-IN. Diam(Diversion Structure),"per.each:- „Storm Brain Manhole,Type 2, 54-1N. Diam,,,per each. "Storm Drain Manhole,Type 2, 60-1N. Diam,,,per each. "Storm Drain Manhole,Type 2 72-1N. Diam,,,per each. "Storm Drain Manhole,Type 2, 84-1N. Diam,,,per each. "Storm Drain Manhole,Type 2, 96-IN. Diam,,,per each. "Connect to Existing Drainage System,'per each. ✓ The unit price per each demolished structure shall include all costs, associated with demolishing the trap of the structure,filling the structure as noteftn.the plans, off-hauling the waste including ring and cover,plugging pipe entrances/exits and backfiiling the excavation. The unit price per each new structure shall include all costs associated with furnishing and inst lling.the structures, including excavation and backfill;;and all select liackfill and bedding. Adjustments to grade for new& existing casting & structures will tie considered incidental to the unit contract prices for other items& no other compensation will be allowed. "'.7-061 DEWATERING This Is a new Section. PART 1 —GENERAL 1.01 DEFINITIONS Aquifer - rock or sediment in a formation, group; of formations, or part of,a formation that is saturated and sufficiently permeable;to transmit water to pumped wells,wellpoints, eductors and sumps. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON vi,sp-61 APRIL 2006 Confining layer-a body of material of low hydraulic conducts i ty/permeability that is stratigraphicaliy adjacent to one or more aquifer. it may Ile above or below the aquifer and has a permeability lower than the adjacent aquifer. Dewatering System - a system that will lower the water table, prezometric or potentiometric surface adequately to permit safe and dry construction. Ground water, water that is found in fully saturated soils, sediments and rocks below the surface of the ground. and which flows primarily in response to gravitational forces. Confined Ground Water - ground water under pressure that is greater than atmospheric pressure. Confined ground water is separated from direct contact with atmospheric pressure because of 'overlying impermeable or relatively low permeability layers of sediments or rock. Ground Water (unconfined) water in an'aquifer that has a water table that is at atmospheric pressure. Ground Water Table - is a particular potentiometric surface for an unconfined . aquifer. Incidental Sump Pumping—Sump pumping of perched or pocketed ground water in an excavation where the static ground water table'has already, been lowered below subgrade using wells or weilpoints. Potentiometric surface/Piezometric level - theoretical (imaginary) surface of the static head of ground water in an aquifer. The water table is a, particular potentiometric surface.for an unconfined aquifer. Sand/Gravel pack - a sand or gravel material which is placed in the annular space between a drilled hole and the well casing and/or well screen. Saturated zone.—the part of unconfined aquifer below the water table where the soil pores are completely filled with water. Screen (well screen) - a cylinder of steel or plastic material with slots or perforations used to allow water to enter a well while preventing sediment or rock particles from entering the well: Piezometric level/head — the level representing the total. hydraulic head of groundwater in a confined aquifer. Plezometric pressure-pore water pressure at a specific point. Pore water pressure-the pressure of groundwater in a soil, measured relative to atmospheric pressure. Pumped well-A hole in the ground with a casing in screen that includes its own motorized pump in the casing or screen to lift water to the surface. Pumping Level - the level of water in a well casing.or`screen when pumping is in progress. SOUTH CAKE WASHINGTON ROAOWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-62 t observation Well -a non-pumping well used to observe changes in the elevation of the'water table or the potentiometric surface/piezomeric head. Sub grade— the finished grade level of an excavation as shown on the drawings, g g 9s below any slab including excavation for foundation materials. Sump = Shalow,hole in the ground adjacent to or in excavation trench with a slotted or perforated casing containing a pump and,surrounded by filter sand or gravel to prevent the pumping of formation material. Welipoint - a short slotted or perforated screen (usually Steel or plastic and generally less than 4 inches in diameter and 5 feet tong).attached to a 15 to 20 foot long riser pipe and typically jetted,driven or installed in a drilled hole. Wellpoint System —'a dewatering system that includes a number of well points', vacuum header, vacuum welipoint pump and discharge pipe.. 1.02 SCOPE; , A. This section specifies the definition, responsibilities, and execution for control of water. Control of water shall consist of the design,furnishing,installation, operation,` maintenance, monitoring,and removal of a dewatering systern,or systems to achieve proper completion of all work performed under this Contract. B. The Contractor shall depress water levels and hydrostatic pressures a minimum of 2 feet below the excavation,bottom at all times under all conditions:.The:Contractor shall not lower the ground water below elevation 10 feet(NVAD 1988)at any time.: C. The Contractor shall provide, operate, maintain, and decommission the dewaleri g systems that consist of deep wells and/or weilpoints and a monitoring system. The Contractor shall control ground water so as to prevent softening of the bott6mm of excavations,or formation of"quick"conditions or"boils"during excavation. The Contractor shall design,install, maintain;and operate the dewatering system,so as to prevent removal of the natural soils. D. The Contractor shall provide backup systems for all ordinary emergencies, including power outage and flooding,and shall have available at all times competent workers for the continuous and successful operation of the dewatering system. The Contractor shall not disable or shut-down the dewatering system between shifts, on holidays, or weekends,or during work stoppages,without written permission from the Engineer. The Contractor shall be responsible for maintaining all electric power service connections to the dewatering system components and for the cost of electric power used in the operation of the dewatering system. E. The Contractor shall control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site.The Contractor shall employ sumps to pump any,pocketed,or undrained water not otherwise collected or removed. However, the Contractor shall not rely solely upon open and cased sumps for dewatering. The Contractor shall use sumps only where static groundwater levels are less than 2 feet above trench bottom or in areas where the potentiometric surface has been previously lowered to within 2 feet of subgrade using wellpoints or pumped wells. SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-63 F. The Contractor shall design the dewatering system using accepted and professional 9 g y g methods of design and'engineering consistent with sound modem practice. The Contractor shall have, or shall employ the services of a subcontractor who has, experience in the field of dewatering system design, installation, operation,and maintenance. G. Before the commencement of any dewatering, the Contractor shall obtain acceptance by the Engineer for the design,materials, method,installation, and operation and maintenance details of the dewatering system(s) and monitoring system the Contractor plans to install Acceptance by the Engineer of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way,relieve the Contractor from responsibility for errors therein or from the entire responsibility for complete and adequate design, materials, installation,.operation, maintenance and performance of the system in controlling the water level in the excavated areas and for control of the hydrostatic pressures to the depths herein specified. The Contractor shall bear sale responsibility for proper design, installation, operation,maintenance, and any failure of any component of the dewatering system for. the duration of this Contract. H. Before the commencement of any dewatering, the Contractor shall obtain the necessary State and County permit(s)to discharge dewatering water to Lake Washington. 1. After initiating dewatering operations,the Contractor shall operate,maintain and monitor the dewatering system or systems for the duration of the contract until specifically authorized in writing by the engineer to cease operation, maintenance or monitoring. J. Well construction and abandonment shall be in accordance with WAC 173-160. K. The Contractor shall install, operate,and maintain a water treatment system to provide for settling of suspended solids or other requisite water quality treatment in the discharge from any sumping, dewatering well or welipoint system. L. The Contractor shall dewater and dispose of the water in a manner that will not cause injury to public or private property, or to cause a nuisance or a menace to the public. M. The Contractor shall not allow the water discharged from the dewatering system wells, wellpoints or supplemental water control systems(i.e.sumps)to degrade the water quality of the receiving waters.The Contractor shall comply with the site-specific storm water discharge permit requirements. N. The Contractor shall pay any fines incurred as a result of discharges that exceed maximum levels specified in the site-specific storm water discharge permit. 1.03 EXISTING MONITORING WELLS: A. The approximate locations of existing monitoring wells are shown on the Drawings. The Contractor shall be allowed to use any existing City monitoring wells to ensure that dewatering systems meet the drawdown requirements. The Contractor shall assume responsibility for determining the suitability and function of existing wells. The City shall bear no responsibility for the condition and usefulness, or lack thereof, of existing wells. Upon or before conclusion of the contract,the Contractor shall abandon per WAC 173 160 all existing wells shown on the Contract Drawings unless otherwise directed by the engineer in writing. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON, APRIL 2006 vi,sp-64 1. 1.04 QUALITY ASSURANCE: A. The Contractor shall'include, at minimum, all of the elements necessary'for furnishing, installing, operating and maintaining the dewatering system. The Contractor shall employ the services of a specialty dewatering subcontractor who has at least 10 years experience in the field of large area-wide dewatering system design, installation, operation, and maintenance, and can document successful completion of at least 5 projects in the Puget Sound region which included both large-diameter deep wells and wellpoints. B. The Contractor shall employ materials,equipment, and construction methods commonly used and proven as suitable for the duration of construction dewatering. The Contractor shall provide submittals and/or product data that demonstrate,the suitability of the materials and equipment proposed for use on these systems. The Contractor shall test the dewatering system to the reasonable satisfaction of the Engineer and mace operational any deficierfdy.prior to excavation. C. The Contractor shall Integrate all-dewatering,shoring and excavation activities to ensure that dewatering,shoring and excavation activities doe not Impede or conflict to the detriment of the work. The Contractor shall be responsible for any impacts to the project from conflicts between dewatering,shoring and/or excavation. D. The contractor shall control excavation dewatering to prevent damage from settlement due to possible lowering of the adjacent-groundwater table—The The release of groundwater to its static levels shall be performed in such a manner as to maintain the undisturbed state of the.foundation soils,prevent disturbance of backfill and prevent movement of ail. structures and utilities. 1.00 . SUBMITTALS: A. Three(3) weeks before excavation begins,the Contractor,shall submit drawings and complete design data showing methods and equipment the Contractor proposes for 3 dewatering,including,relief of,hydrostatic head,management of other water, and-in maintaining the excavation in a dewatered, hydrostatically controlled condition. Contractor shall provide a Ground Water Control Plan(GWOP)developed by a, E Washington licensed engiinie. er or hydrogeologist with a minimum pf 19 yeprs experience in the design of ground water control systems. The Contractor shall submit information sufficient for the Engineer to understand the dewatering system including, but not limited to,the following: 1. Specifications and manufacturer's literature of the materials and a description of the methods proposed for use in the construction of dewatering system. 2. Drawings indicating he location and size of berms, dikes;ditches,wells,welipoints 9 sumps,monitoring wells,gravel drains, treatment facilities,,discharge tines,and outfall design. The drawings shall include, at a minimum, all dewatering system elements. 3. Capacities of pumps,prime movers, and standby equipment. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-65 4. Information supporting the location and number of Any wells wellpoints,9 ravel drains, sumps and discharge lines, and the adequacy of vacuum header, pressure header, discharge pipe sizes,pumps,filters/gravel packs, screens and treatment facilities. 5. Information supporting the design of the dewatering wells, gravel packs,welipoints, and water treatment systems. 6. information detailing procedure(s)for restricting drawdown above elevation 10 fleet (NAVD 1.988). 7. Settlement monitoring plait that includes monitoring schedules and.action items if settlement is detected. 8. The location of settlement monitoring points and a photo log of all structures including walls, slabs, exposed piping that might be affected by settlement due to lowering of the ground water. 9. Dewatering schedule, operation, maintenance, and abandonment procedures. 10.Project descriptions for dewatering projects of similar scope and size completed in the Puget Sound region by the Contractor's specialty dewatering subcontractor and licensed engineer or hydrogeologist. 1.06 AVAILABLE SUBSURFACE DATA A. The Contractor may use the information presented in the following reports: Geotechnical Report, Proposed South Lake Washington Street lrnprovements, Logan Avenue and Park Street, Renton,Washington, January 23, 2406 Phase / Environmental Site Assessment, South Lake Washington Roadway Improvements Project, Protect #31636, Con_tract No. CAC 04-013, Renton; Washington, August 18,2005 Limited Phase U Environmental Site Assessment, South,Lake Washington Roadway Improvements Project,. Project #31636, Contract No. CAG 04-013, Renton,Washington,August 18,2005 Construction Dewatering Evaluation Letter Report, South Lake. Washington Roadway Improvements Project, Project #31636, Contract' No. CAG 04-013, Renton,Washington, February 14,2006 However, the Contractor shall assume responsibility for the interpretation or use of all of the information presented in the above reports. The use of the available data and information in no way relieves the Contractor from the sole responsibility for proper, design, installation, operation, maintenance, and any failure of any component of the dewatering systems for the duration of this Contract. PART 2—PRODUCTS- Not used. PART 3 EXECUTION . SOUTH LAKE WASHINGTON' ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-66 3.01 MONIT011 NG SYSTEM: A. The Contractor may use any or all of the City's monitoring wells ins#ailed during the geotehnical and environmental investigations as part of the monitoring system.The Contractor shall install any additional monitoring wells the Contractor needs to ensure dewatering systems achieve the drawdowns necessary to.complete the work and ensure that ground water levels do not drop below elevation 10 feet. The Contractor shall survey measuring paint elevations on all pumping and monitoring wells to 0.01 foot o' precision, The Contractor shall survey all measuring points,ta a common datum. B. The Contractor shall provide in-line flow meters on all well and wellpoint system discharge pipes to ensure accurate measurement of the total flow from the dewatering system. The flow meters shall show flow in gallons per minute and total flow passing through the meter. The flaw meter shall be sized and installed to accurately represent the flow through the.meter, The Contractor shall test and document the accuracy of all installed flow meters. The Contractor shall provide flow meter calibration documentation to the Engineer two weeks prior to any dewatering system pumping other than well or wellpoint development. , C. The Contractor shall install or identify settlement-monitoring points on structures and locations shown on the drawings and survey the ele,vation.of the monitoring points to 0.01-foot precision. The Contractor shall survey all measuring points to a common datum. D. The Contractor shall maintain accurate and precise daily records of settlement,water: level and flow measurements. The Contractor shall measure settlement point elevations and,water levels in all-pumping and monitoring wells to,0.01-foot precision and How-to within 5 gallons per minute. Measurements shall be recorded on forms provided by the Engineer. E. The Contractor shall begin settlement monitoring 3 days prior to any pumping within 704 feet of a.settlement monitoring point. F. The Contractor shall begin water level measurements within 24 hours of an y,well completion or wellpoint installation and development and continue daily measurements until the well is properly abandoned or the Engineer approves cessation of measurement. G.,The Contractor shall begin water flow measurements within 4 hours of initiating pumping In any well or wellpoint system and continue measurements until the Engineer approves cessation of measurement;The'Contractor shall report to the Engineer,any changes in dewatering discharge flow of 25 percent or more occurring within any 24-hour period within four hours following such a change. The Contractor shall notify the Engineer anytime a pump fails, or is turned off or on, for a period of more than 4 hours. Additionally,the Contractor shall note and record when any well(s)or dewatering systems are turned off and back on. The Contractor shall provide water level and-flow measurement records to the Engineer daily in both hardcopy and digital form. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-67 H. The Contractor may remove and replace or shorten the casings of monitoring wells as the work requires, however,the Contractor shall bear full responsibility for the water level information provided by those wells and any consequences stemming from the lack of or error in the information. The Engineer shall be notified of any change in the measuring points of any well. The Contractor shall re-survey any shortened or lengthened observation well casing, and provide such data to the Engineer. I. The Contractor shall notify the Engineer, one week prior to installation of any monitoring wells.The Contractor shall provide the Engineer with drillers logs and formation samples at 5-f6ot intervals for each well. 3.02 FORMATION PROTECTION &WELL DEVELOPMENT: A. The Contractor shall design, construct, operate, and maintain the dewatering system such that the fine fraction of the foundation soils will not be removed upon pumping. B. The Contractor shall develop all wells and wellpoints to remove fines resulting from drilling and construction and to increase the yield and hydraulic connection with the aquifer.. The Contractor shall discharge all development water to the sediment settling tanks prier to discharge. The Contractor shall not discharge any development water directly to the ground surface or surface water body. C. The Contractor shall develop dewatering wells until the sand/silt content of the discharge water during surging is less than 10 parts per million (ppm) as determined by a centrifugal separating meter such as a Rossum SAND TESTER (Journal AWWA; 46:123, February 1954), or equivalent. D. The Contractor shall monitor discharge from all parts of the system to ensure that the sand/silt content of the discharge water does not exceed '10 ppm as determined by a Rossum SAND TESTER or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily for one week after installing any dewatering well or weilpoint and weekly thereafter. The Contractor shall take sand/silt content measurements in the presence of the Engineer. The Contractor shall notify the Engineer of the time of measurement and provide 24-hour notice of planned measurements. 3.03 STANDBY EQUIPMENT: A. The Contractor shall furnish and maintain on site sufficient power-generating and other equipment and materials to ensure continuous and successful operation of the dewatering system. The Contractor shall maintain on site, ready to operate,sufficient standby electrical generating capacity to operate all wells pumps and/or wellpoint pumps simultaneously. The Contractor shall test all backup electric systems monthly in the presence of the Engineer. These tests shall include at least 24 hours of operation under full system load. The Contractor shall have on site, a backup pump for each type of pump in the dewatering system and sufficient pipe and fittings for any repair. 3.04 DISCHARGE POINTS AND PIPES: A. Discharge piping shall be designed and installed in a manner which minimizes impacts to excavation or construction activities. B. Acceptable discharge points to be provided by the Engineer. - SOUTH LAKE WASHINGTON ROADWAY IMPIROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-61 3.05 WATER SUPPLY FOR SYSTEM INSTALLATION AND ELECTRICAL SERVICE: A. The Contractor shall provide water supply and electrical service needed for the dewatering systems. The Contractor shall provide a completely separate power company source for the dewatering system electric service with its own meter and which shall be dedicated solely for the dewatering system and separate from all other electric service, 3.06 DEWATERING SYSTEM PROTECTION: A. The Contractor shall take reasonable precautions to ensure continuous successful operation of the dewatering system. This includes establishing and/or maintaining , adequate marking of all well,pump and pipeline locations. Wherever dewatering wells or discharge lines require crossing for access into, out of,or around an excavation,steel ramps shall protect the system from vehicular traffic. All.ram ps shall have-the strength to support,the heaviest equipment on site and shall provide at least one foot of clearance between the dewatering system element and the underside of to ramp..The Contractor shall clearly identify all vehicular access points across the dewatering system with brightly colored or flagged 8-font high poles on each side of the point.'The Contractor shall valve all ramped pipelines on both sides of the ramp. 3.07 SYSTEM REMOVAL: A. A licensed water well contractor In accordance with WAC 173-160 shall abandon all wells,welipoints and observation wells installed by the Contractor. The Contractor shall also abandon all existing monitoring wells shown on the drawings in accordance;with WAG 173-160. The Contractor shall seal any well,weilpoint hole,sump, gravel-drain or other penetrations below the excavation with a bentonite grout.mixture,exhibltingpa permeability less than i x 10-6 centimeters per second. PART 4—MEASUREMENT AND PAYMENT 4.01 MEASUREMENT: A. Ground Water Control Plan will be measured per lump sum. Wellpoint System will be measured per linear foot along the centerline of.each street, where used. The quantity shown for this item in the Proposal is for the purpose of establishing a,unit price only, and the "significant change" provisions of Section 1-04.4 shall not*apply. Exact quantities will be determined in the field as work progresses. Pumped; Well System will be measured per linear foot along the centerline of each street where used.The quantity shown for this item in the Proposal is for the purpose of establis ing`a unit price only, and the "significant change" provisions of Section 1-04.4 shall not apply. Exact quantities will be determined in the field as work progresses. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY,OF RENTON APRIL 2006 vi,sp-69 Sump Pumping will be measured along the centerline of each trench where Trenc h Su p p g . 9 sump pumping is used. The quantity shown for this item in the Proposal is for the purpose of establishing a unit price only, and the "significant change" provisions of Section 1-04.4 shall not apply. Exact quantities will be determined in the field as work progresses. 4.02 PAYMENT; A. "Ground Water Control Plan,"per lump sum. "Wellpoint System, per linear foot of street. "Pumped Well System,"per linear foot of street. `Trench Sump Pumping,"per linear foot of trench. The lump sum contract price for "Ground Water Control Plan" will be full compensation for all labor, tools, materials, equipment, quality control, and other work required or implicitly needed to design the dewatering system. The unit contract for " Wellpoint-System" will be full compensation for all labor, tools, materials, equipment, mobilization, quality control, water quality treatment and monitoring, permit fees and fines, observation wells, settlement monitoring, incidental sump pumping, and other work >required or implicitly needed to provide installation, operation and abandonment, and any additional pumping or testing necessary to provide a properly functioning vacuum wellpoint system. The unit contract price for" Pumped Well System" will be full compensation for alt labor, tools, materials, equipment, mobilization, quality control, water quality treatment and monitoring, permit fees and fines, observation wells, settlement monitoring, incidental sump pumping, and other work required or implicitly needed to provide installation, operation and abandonment and any additional pumping or testing necessary to provide a properly functioning pumped well system.. The unit contract price for "Trench Sump Pumping will be full compensation for all labor, tools, materials, equipment, quality control, and other work required or implicitly needed to provide installation, operation and abandonment of a sump pumping system. Sump pumping that is undertaken in portions of a street corridor that are dewatered under Items "Wellpoint System" or "Pumped Well System" will not be paid for. Incidental sump pumping to control perched or pocketed water in conjunction with a wellpoint or pumped well system is considered incidental to the primary dewatering system. Incidental sump pumping is not included with this payment item. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description This section is revised to include Section 7-09,Water Mains. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-70 7-082 Materials This section is revised to include the following- Ballast 9-03.9(1) Bank Run Gravel for Trench Backfill 9-03.19 Construction Geotextile for Soil Stabilization, Table 3 9-33.2(1) Controlled Density Fill 2-09.3(1)E 7-08.3 Construction Requirements 7-08.3(1)A-Trenches Add the following: Existing pipes' & other materials encountered during excavation of the trench and not designated on the plans to remain shall be removed & disposed of only to the extent needed to install new piping. Cut pipe ends shall be plugged with commercial concrete for a minimum distance of 12- inches as shown on the plans,and as specified in section 7-08.3(4). Backfiilling of .existing tunnel at Logan Avenue N. approximate Station 49_60 shall be performed as shown on the plans. When.soft or unstable material'is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional .depth as required by the Engineer and backfilled with foundation stabilization material placed in maximum 12 4nch lifts. Foundation stabilization material shall be crushed surfacing base course and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. It shall be thoroughly compacted to the required grade line to 90 percent maximum density.. Construction Geotextile for soll 'stabilization conforming to Section 9-33, Table 3 shall be placed in the extruded trench before placing foundation stabilization material or when directed by the Engineer. All joints shall be overlapped a minimum of 1, 8-inches as directed by the:Engineer. Dewatering for trench excavations,where needed, shall be in accordance with Section 7-06, Dewatering. ;Section 7-08.3(3)- Backfilling Section 7-08.3(3)is supplemented with the following: Select backfili above the pipe zone_shall consist of excavated materials, except that no organic matter, deleterious debris or rocks or lumps larger than 4 inches shall be permitted in the backfiil material. a SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-71 If, in the opinion of the Engineer, excavated materials are not suitable for backfill, the Contractor shall use imported bank run gravel for trench backfill, conforming to Section 9 03.19, and off-haul the,wasted material. No disposal site has been provided for this material. The Contractor shall be responsible for obtaining a disposal site, and for paying any associated fees. The Contractor shall provide the Engineer copies of any applicable permits' or agreements related to the disposal of surplus materials prior to removing the materials { from the construction site. The same requirements apply to wasting of unsuitable materials; Compaction testing of bedding and backfill shall conform to the modified Proctor test method, ASTM D1557. Prior to placement and compaction, structural fill should be moisture conditioned to within.3 percent of the optimum moisture content. Fill shall be placed in loose lifts with; maximum thickness of 8 inches;and compacted to the minimum relative compaction shown on the plans. Controlled density fill (CDF)shall be installed where shown on the plans or as directed by the Engineer, in those locations where specified trench bedding and backfill materials are not judged by the Engineer to provide suitable support to existing or new pipes or conduits. Installation requirements shall conform to Section 6-02.3(6), Placing Concrete, of the Standard Specifications. 7-08.4 Measurement This section is revised as follows: There will be no measurement for excavation of the trench. Measurement for Trench Safety System will be by the square foot of shoring or extra excavation as specified in Section 2-09.4. Quantity shall be based on the linear foot as measured along the centerline of the trench multiplied by the depth of trench. Removal of Unsuitable Material below the planned trench bottom will be measured by the cubic yard, including haul, as specified in Section 2-09.4. The quantity shown for this item in the Proposal is for the purpose of establishing a unit price only, and the "significant change" provisions of Section 1-04.4 shall not apply. Exact quantities will be determined in the field as work progresses. Construction Geotextile for Soil Stabilization shall be measured by the square yard. The quantity shown for this item in the Proposal is for the purpose of establishing a unit price only, and the "significant change provisions of Section 1-04.4 shall not apply. Exact quantities will be determined in the field as work progresses. Foundation Stabilization Material to replace unsuitable material will be measured by the ton. The quantity shown for this item in the Proposal is for the purpose of establishing a unit price only, and the "significant change" provisions of Section 1-04.4 shall not apply. Exact quantities will be determined in the field as work progresses. Bank Run Gravel for Trench backfill will be measured by the ton. The quantity shown for this item in the Proposal is for the purpose of establishing a unit price only, and the "significant change" provisions of Section 1-04;4 shall not apply. Exact quantities will be determined in the field as work progresses. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-72 l Controlled Density ill shall be measured b the cubic yard. The uant shown for this item tY Y Y _ q in the Proposal is for the purpose of establishing a unit price only, and the "significant change" provisions of Section 1-04.4 shall not apply. Exact quantities will.be determined in the field as work progresses. Existing pipe designated for removal &disposal wiltbe by the linear foot along the centerline of the pipe. Other material encountered during"trench excavation will not be measured. Measurement for removal and disposal will only be made for pipe that is on the same alignment as new pipe, and only for continuous runs of at least 20 feet in length. For abandoned pipes that cross the alignment of new storm drain pipe, necessary cutting and plugging of such crossing pipes will be included under lump sum item "Cutting, Plugging Existing Pipes", but will not be measured by the linear foot under item "Remove In. Storm Drain". Foundation stabilization material will be measured by the ton in accordance with Section 1- 09.2. Cutting, plugging existin g pipes will be measured by the lump sum. Backfilling of existing tunnel will be measured by the lump sum. -Pipe cap 18"will be measured per each. AC pavement removal and patching will*be measured by the square yard. 7.08.5 Payment This section shall be revised 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. "Trench Safety System,"per square foot. "Removal of Unsuitable Material, per cubic yard. "Foundation Stabilization Material,"per ton. - "Construction Geotextite for Soil Stabilization," per square yard. "Bank Run Gravel for Trench Backfill,"per ton. "Remove 12 inJ24in. Storm Drain,"per linear foot. "Remove 30 inJ36 in. Storm Drain," per linear foot. "Remove 42 in./48 in. Storm Drain," per linear foot. "Cutting, Plugging Existing Pipes,"per lump sum. "Pipe Cap 18 in.", per each. "Backtilling Existing Tunnel,"per lump sum. "AC Pavement Removal and Patching, per square yard. All casts associated with fumishing and installing bedding within the pipe zone and for native bacldill materlal 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. Where bank run ,gravel is substantial for excavated material for use as trench backfill, as directed by Engineer,the unit price for bank run gravel for trench backfill shall include the cost of disposing of the native material, including haul. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-73 Unless specifically identified and provided as separate items, trench excavation, structure excavation, 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. The lump sum price for cutting, plugging exisbng pipes shall be full compensation for excavating cutting,`plugging existing pipe to remain, removal & disposal of all pipes so designated &as directed by the Engineer throughout the project. ` The lump sum price for backfilling existing tunnel shall be full compensation for potholing, excavation, cutting and removing tunnel top, removing pipe rack and 3/a inch conduit and conductors, coordinating electrical shutdown with Boeing, and backfilling the tunnel and excavated area. 7-09 WATER MAINS 7-09.2 Materials This section shall be supplemental as follows: All water main pipe and fittings shall be ductile iron meeting the requirements'of Sections 9- 30.1(1) and 9-30.2 except that the minimum Standard Thickness Class for ductile iron pipe shall be Class 52. Polyvinyl Chloride (PVC),steel, or polyethylene pipe and appurtenances will not be allowed. Pipe and fitting joints shall be push-on or mechanical type except where joint restraint is indicated on the Plans or required by field conditions as determined by the Engineer. Restraining rods or concrete blocking in lieu of restrained joints shall not be allowed. The Contractor shall furnish and install all fittings of the configuration required by actual field conditions and as determined by the Engineer,whether or not such fittings are specifically indicated on the Plans. All fittings will be incidental to the pipeline work (except for item "Crossing Under Other Utility"), and no additional payment will be made therefor. Section 9-30.2(6), Restrained Joints,shall be replaced with: Restrained joint system for ductile iron pipe with-push-on bells,where noted on the plans or as directed by the Engineer, shall be Series 1700 Megalug Restraint Harness manufactured by EBAA Iron, Inc. or.approved equal. Restrained joint system for use on ductile iron pipe at mechanical joint fittings and valves, where noted on the plans or as directed by the Engineer, shallbe series 1200 Mechanical Joint Ductile Iron Restraint Gland manufactured by'EBAA Iron,Inc. or approved equal SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-74 ;.,, 7-09.3 Construction Requirements 7-093(15)A Ductile Iron Pipe The.first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (400 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved-in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. if shorter lengths are required, the Plans will indicate maximum lengths that can be Used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shah not exceed one half of the manufacturer's printed recommended deflections. 7-09.317 Laying Ductile iron Pipe and Fittings with Polyethylene Encasement This section is revised and supplemented as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shad also be installed on all appurtenances,such as pipe laterals, couplings,fittings, and valves, with 8 mil. polyethylene plastic in accordance with Section`4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube tYP a and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105fA21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains This Section is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal Y eq p working hours. The Contractor shall not operate any valves. on the existing system. City personnel will operate all valves on the existing system for.the Contractor when required. No work shah be performed' on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to exisIng waiter mains will be done by City forces as provided below: Coy Installed Conner i s: 1. Connections,to existing ,piping'and tie=ins are indicated on the drawings. The contractor must verify ail existing piping,,dimensions, and elevations to assure proper fit. 2. Connections to the existing water main shall not be made without first making the necessary arrangements;with the Engineer in advance. SOUTH LAKE WASHINGTON ROADWAY.IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-75 A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the work is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the work are assembled and on site. The Contractor, shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, r foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install the connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools and all other materials to complete the connections. The Contractor shall provide and install concrete blocking, poiywrap the piping at the connections, backfiil and surface restoration at the locations shown on the plans for the connections" to the existing water mains. The City will cut.the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking This Section has been supplemented by adding the following; . Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil. polyethylene plastic. Concrete blocking shall be_properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint where required, shall be installed in accordance with the manufacturer's instructions. 7-09.3(23) Hydrostatic Pressure Test This section is supplemented and revised as follows: Water main,; appurtenances and service connections shall be tested in sections of convenient length under a hydrostatic pressure equal to 225 psi.for a minimum two-hour test period. A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the` water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at the high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and,the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and the hole in pipe plugged. The test shall be accomplished by pumping the main up to the require pressure, stopping the pump for a minimum of two hours,and then pumping the main up to the test pressure again. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2M vi,sp-76 The .quantity,of water required to restore the pressure shall be accurately determined,by either 1) pumping from an open container of suitable size such that accurate volume requirements can be made by the owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows 1 The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. The Contractor shall be charged for all water used to perform hydrostatic pressure tests based on the standard City rates in force at the time of testing. Allowable leakage per 1000 ft,of pipeline in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10„ 12„ 16„ 20" 24" 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2,49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2:25 2.70 200 0.64 0.85 1.06 1.28 1.70 2,12 2.55 If the pipeline under test contains sections of various diameters,the allowable leakage will be the sum of the computed leakage for each size. The paragraph stating that `There shall not be an appreciable or abrupt loss in pressure during the 15 minute test period"is deleted. 7-093(24)A Flushing This section shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly.-pigged to 'remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. pThe "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end The paragraph stating" "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection"is deleted. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or-any water way. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-77. iiw 7-09.3(24)D Dry Calcium Hypochlorlte This section has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K" Retention Period This section has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/l. 7-09.3(24)N Final Flushing and Testing This section has been revised as follows: Before placing the Imes into service, a satisfactory report shall be recelved from the local or State health department or an approved testing tab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.4 Measurement This section shall be revised as follows: Measurement for water mains shall be per linear foot of pipe laid and tested based on the actual linear footage measured along the centerline of the pipe through fittings, valves and couplings. A.C. Pavement Removal and Patch will be measured.by the square yard. Connect to Existing 12"Waterline will be measured per each for each connection to existing water main(s) shown on the plans. Crossing nder other utility will be measured per each. g tY 7-09.5 Payment This section is revised and supplemented as follows: "Ductile Iron Pipe for Water Main and Fittings 12 in. Diam., including Fittings," per linear foot. The unit price per linear foot shall cover the complete cost of providing all labor, materials, and equipment required to complete the work specified in -the contract documents and shall include, but not be limited to, the following: excavation, haul/disposal of waste materials, pipe of the size and type shown, fittings, polyethylene encasement,laying and joining of pipe and fittings, pigging crosses;bends,;joint restraint devices, thrust blocks, bedding and imported backfill materials as required, installation and compaction of bedding and backfill materials, testing, flushing, pigging, disinfecting, and clean-up. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-78 i "Connect to Existing 12"Waterline", per each. The unit contract price per each connection to existing water mains shall be complete compensation for all equipment, labor, materials required for the connections to the existing water mains, including testing, pigging,and disinfection. "Crossing Under Other Utility,"per each. The unit contract price for "Crossing Under Other Utility," shall be full pay for all work including additional trenching, backfill, fittings, thrust blocks, anchor blocks, and shackle rods.. Ductile iron pipe from beginning to end of crossing is not included in this item but will be paid for under Item "Ductile iron Pipe for Water Main 12 IN. Diam. Including Fittings", on a horizontal distance measure basis. 7-11 JOINT TRENCH This is a new section. 7-11.1 Description This work consists of the construction of a utility trench with conduit, pipe and vaults for communicatlons, electrical power and natural gas facilities. The work shalt be performed in accordance with these specifications, the plans, and the requirements of the Engineer and the various utilty.owners Specifically,the work shall include: • Excavation and backfill of the joint trench up to finish grade or to subgrade under sidewalks and roads,as applicable Installation of conduit and gas pipe in the joint trench by approved subcontractors (see below), with conduit and pipe furnished by the respective utilities — PSE for power and gas, and Qwest and Comcast for telecommunications. • Installation of vaults in' or near the road rights-of-way, as shown on the franchise utility drawings included at the back of the plan set. Vaults will.be furnished by the franchise utilities. 7.11.2 Materials Conduit shall be PVC, as furnished by PSE, Owest, and Comcast, NEMA TC 2, UL 651 listed. Schedule 80 shall be used under roadways and driveways to a point at least 2 feet behind the face of curb.' In all other areas, Schedule 40 shall be used. Vaults shall be of the sizes shown on the franchise utilities' plans in these Contract Documents, and shall be furnished by PSE and Qwest. Sand bedding shall meet the requirements of Section 9-03.13:, Fluidized Thermal Backfill (FSB) shall meet the requirements of Puget Sound Energy(PSE) Specification No.'1275.1400 included in Appendix B of the Contract Documents. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 20% vi,sp-79 7-11.3 Construction Requirements The Contractor shall employ the services of the following utility-approved subcontractors to perform the trenching and install the conduits, vaults, and natural gas tines in and near the joint trench: A proved For: Company Contact Phone PSE PSE Telecom Gas Electric Poteico, Inc. Don Sorensen 253-405-3393 X X X Pilchuck Construction Steve Bame 425-485-7908 X " X Utility Trench Don Christopherson 206-391-0025 X X Huntco Ente rises Kameron Hunt 206-571-8228 X X - Borden Under round TonV Borden 360-239-0288 X X A.U.U.,Inc. E.J. Fernandez 253-531-0672 X X Only oteico Inca is approved to install PSE's natural as pipelines in the joint trench. y PP g P P 1 The trench shall be excav to at the locations a nd to the depths and dimensions as shown on the plans.The work performed shall be the installation of a comprehensive underground infrastructure to convert existing .overhead power and telecommunications utilities to underground facilities. It shall generally consist of the excavation, preparation, installation, backfill, and temporary surface restoration associated with conduit banks and vaults as shown on the Plans and descried within this section. Trench spoils shall'be stockpiled adjacent to the trench to be used as backfill. Material shall p kP be placed a minimum of three feet from the edge of the excavation and all rocks over 6" in diameter and other foreign materials shall be removed and disposed of. Trenching shall be`as shown on the plans, and in general conformance with PSE's specification 6798.0140, "Trench Excavation and Backfiii." Conduit shall be installed in conformance with PSE's specification 6800.6000, "PVC Conduit Installation" and also Specification 6790.0130, `Trench Dimensions and Facility Placement." Fluidized thermal backfill shalt be installed in accordance with PSE's Specification 6790, "Using Fluidized Thermal Backfiil." PSE Specifications are included in Appendix B of the Contract Documents. The Contractor shall coordinate with the franchise utilities to allow them to pull conductors through the Contactor-installed conduits,at their expense. It shall be the contractor's responsibility to repair any damage to installed utilities caused by the backfitling operations. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-80 7-11'A Measurement Trench Safety System will be by the square foot of shoring or extra excavation. Payment quantity shall be the linear foot as measured along the centerline of the trench multiplied by the depth of trench. Trench Excavation shall be measured by the cubic yard. Trench Spoil Backfill shall be measured by the cubic yard. Sand Bedding shall be measured by the ton in accordance with Section 1.-09.1 Fluidized.Thermal Backfill shall be measured by the cubic yard. Conduit installation shall be measured by the linear foot. Vault installation shall be measured by the lump sum per respective utility. 7-11.5 Payment Payment will be made in accordance with Section 1-04 for each of the following bid items that are included in the paragraph: 'Trench Safety System,"per square foot. "Trench Excavation,"per cubic yard. "Trench Spoil Backfill,"per cubic yard. "Sand Bedding,".per ton: "Fluidized Thermal Backfill,"per cubic yard. "Install_-inch Conduit,"per linear foot. "Install Vaults,"per lump sum. 7-12 VALVES FOR WATER MAIN 7-12.3(2) Adjust'Existing Valve Box to Grade This section is added as follows: 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. 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-81 The valve box shall be set to an elevation tolerance of one-fourth inch (1/4n) to one-half inch (1/2") below finished grade. 7-12.4 Measurement This section is supplemented by adding the following: Adjustment-of existing valve boxes to grade shall be considered incidental to other items. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. Measurement for"Blow-off Assembly",will be per each. 7-12.5 Payment This section is replaced with the following: "Gate Valve 12 in.Assembly"per each. The unit contract price per Gate Valve 12"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 saw cutting, haul disposal of waste material, excavation, trenching, jointing, cast-iron valve box, extension and cover, valve nut extensions, valve location marker, and adjustment to final grade. "Blow-off Assembly"per each. The unit price for Blow-off Assembly shall be for all labor, equipment and materials to furnish and install the complete blow-off assembly Per the standard details in the contract plans and specifications. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraphs four and five of this section are revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag-approved by the Engineer and properly secured. Hydrants shall be installed in accordance with AWWA Specifications C600-93 Sections 3.7 and 3.8.1, or C509, and the City of Renton Standard Details. Hydrant shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted in accordance with the City of Renton specifications. Fire hydrants shall be of such length .to be suitable for,installation with connection with 6" piping. The hydrant shall be designed for a 4 1/2 foot burial where 12 and larger pipe is shown unless otherwise noted on the plan., Fire hydrant assembly shall include: cast-iron or ductile iron tee-(W x FL), 6"gate valve (FL x MJ), 6 DI spool (PE'x PE), 5-1/4"MVO fire hydrant (MJ connection), 4.875" x 5"Storz adapter, cast iron valve box and cover, 3/4"shackle rods and accessories, concrete blocks, 1 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-82 7-14.5 Payment This section is revised 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: "Hydrant Assembly',per, eac h. The unit contract price per each for "Hydrant Assembly' ;shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve,shackles, tie rods, concrete blocks (both at the main and on the 6-inch run), gravel, and painting for the complete installation of the hydrant assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. 7-17 SANITARY SEWERS 7-17.2 Materials This section is replaced with the following: Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and.tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects which prevent adequate joint seal or any other damage shall be Ir rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall< be tested as specified for maximum dimensional tolerance of the respective pipe. Polyvinyl Chloride(PVC)pipe shall meet the requirements of Section 9-05.12. 7-17.3(1) Protection of Existing Sewerage Facilities This section is supplemented by adding the following: When connecting to an,existing sewer, the 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 enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its' outlet shall be plugged until accepted by the Engineer. 7-17.3(2)F- Low Pressure Air Test for Sanitary Sewers Constructed of Non Air-Permeable Materials This section is supplemented by adding the following: Side sewers stubbed to the property line shall be air-tested. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-83 7-17.3(2)H Television Inspection This section is replaced with the following: The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the inspection shall be borne by the Contractor. All costs incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency shall be borne by the Contractor. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the Engineer. The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non-conforming items. Once the television inspection has been completed the Contractor shall submit to the Engineer written reports of the inspection plus the videotapes. Said videotapes 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 shall be run at standard speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. The costs incurred by the Contractor for such television inspections will be considered incidental to other items and all costs associated with the initial inspection and any requested additional inspections shall be included. No further compensation will be made. 7-17.4 Measurement This section is supplemented as follows: Measurement for Cutting, Plugging Existing Pipe will be per Lump Sum. Measurement for Connect to Existing 96" Metro Sewer will be per Each: Measurement for PVC Sanitary Sewer will be per linear foot of pipe laid or tested based on the actual linear footage measured along the invert of the pipe through fittings, couplings and appurtenances from centerline of downstream manhole to centerline of upstream manhole. Measurement for Cleanout will be per each. 7-17.4 Payment This section is revised and supplemented as follows: Payment will be made in accordance with Sectio n 1-04.1 for each of the following bid items. "Demolish Sewer Meter Vault,"per lump sum. "Connect to Existing 96"Metro Sewer, per each. "PVC Sanitary Sewer 12 In. Diam." per linear foot. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-84 Ir "PVC Sanitary Sewer 8 In.Diam."per linear foot. t "Sewer Manhole, 48 In. Diam,"per each. The unit contrapt price per linear foot.for sewer pipe of the kind and size specified shall be full pay for atl labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, cement 'concrete pavement removal, excavation, removal and, disposal of waste material, pipe of the size and type required,gaskets,fittings and adaptors, installation, laying and jointing pipe and fittings,.bedding, and pipe zone fill material, appurtenances, frame and lid, concrete, ,placement of subsequent select backfill materials,. compaction, water, grading, cleaning,placement and removal of temporary pavement patching;-and testing (exfiltration or low pressure air test and deflection testing), etc. required,to complete the work in accordance with the Contract Documents. Testing and television inspection of the pipe shall be considered incidental to the pipe construction. 7-20 WET VAULT Section 7-20 is a new.section. 7-20.1 Description This Section consists'of all necessary work and materials required to' construct wet vaults including a chamber, concrete baffle, metal grate and frame, access doors/panels, ladders, pipes, fittings and appurtenances within the chamber,,in accordance with these Specifications and in accordance with the plans or as established by the Engineer. It is understood that the'plans are schematic and do not show, all details of the work required. It shall be the Contractor's responsibility to determine the full extent of all labor, materials and equipment required to accomplish the intent of the plans .and, to accomplish said intent in accordance with accepted trade policies. 7-20.2 Materials 7.20.2(1)General This section is a partial fist of materials needed for the vaults. It shall be the Contractor's responsibility to determine the full extent of all materials required to provide complete and operational`vaults, which is in accordance with the plans, applicable state requirements, and these specifications. 7-20.2(2) Vault The vault shall be a precast concrete structure manufactured by Utility Vault Company, a Division of Qldcastle Precast, Inc., or approved equivalent, and subject to the requirements in the plans and these specifications. Framework for fabrication; Provide forms and, where required, form facing materials of metal, plastic, wood or other acceptable material that is nonreactive with concrete and will produce smooth finish surfaces. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-85 Vault Design Loads: AASHTO H25-44 wheel loading and traffic loading because the vault shall be located in, or adjacent to, roadways subject to vehicular traffic. Minimum of 30% impact loading. Other loading: 80 pcf equivalent fluid pressure lateral soil pressure due to potential high water table. Ground water table conservatively assumed at elevation 23.0 for all vaults. Standards: ASTM C857""Minimum Structural Design Loading for Underground Precast Concrete Utility Structures",and AC1-318-02 Building Code. Basic Design Parameters Allowable Soil Bearing Pressure:1,200 psf. Lateral Earth Pressures: At-rest earth pressure above the groundwater table: 65 pcf equivalent fluid,weight(EFW) At-.rest earth pressure below the ground water table: 93 pcf EFW, including water. Horizontal Traffic surcharge: 133 psf uniform horizontal pressure. Passive resistance above the groundwater table: 160 pcf EFW, Passive resistance below groundwater table: 80 pcf EFW Coefficient of friction for base sliding:0.30 Note: The passive resistance includes a safety factor of about 2. The upper foot of soil should be neglected in design computations unless protected by pavement or a slab-on- grade. The coefficient of friction includes a safety,factor of 1.5 Buoyancy: Vault empty, groundwater table at elevation 23.0. Resisting skin friction value along sides of vault: 150 psf above groundwater table; 0 psf below groundwater table. Neglect vertical soil friction content below ground water line due to liquefaction potential. Reinforcement Reinforcing Bars: ASTM A 615, Grade 60 (ASTM A 615M, Grade 40), deformed. Steel-welded Wire Fabric: ASTM A 185, plain; cold drawn. Supports for Reinforcement: Provide supports for reinforcement, including' bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. Concrete Materials Portland Cement: ASTM C 150,Type Ill. Use only one brand and type of cement throughout project, unless otherwise acceptable to Engineer. Normal-Weight Aggregates: ,ASTM C 33, Class 5S. Provide aggregates from a single source. Water:' Potable. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions by mass of Portland cement or cementitious material. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-86 7.202(3) Ladders and Steps Materials,and construction shall be in accordance with the WSDOT Standard'Specifications 7-05. and WSDOT Standard Plan B-1 z, and made of polypropylene coated steel materials: 7.211:2(4) Heavy Duty Grating Grating shall be heavy-duty welded steel and shall be equal to or better than Type W-22-4 as manufactured by Grating Pacific, Inc.. Grating shall be capable of carrying a H-25 load on a 5'0"clear span as shown on the plans, or intermediate supports shah be designed by the vendor. Open ends of grating shall be banded. Grating shall be galvanized after fabrication. 7-202(5) Access Panels and Doors Access panels and doors shall be manufactured by Utility Vault Company, a Division of Oidcastle Precast, Inc., or approved equivalent, and subject to the requirements in the plans and these specifications. 7.20.2(6) Miscellaneous Geotextile fabric used under the foundation material shall be Construction Geotextile for Soil Stabilization meeting the requirements of Section 9-33,Table 3. All joints shall be overlapped a minimum of 18"and as directed by the Engineer. 7-20.3 Construction, 7-20:3(1)Structural Plans The Contractor shall coordinate the design of the precast concrete vault manufacturer, and shall have structural plans of the vault and access panels{and doors prepared''and stamped by a structural 'engineer licensed in the state of Washington, experienced in the design of below ground structures: The structural plans and calculations shall be submitted to the Engineer, and the Contractor shall obtain approval from the Engineer prier to factory construction of the precast vault. Submittal of working drawings shall be in accordance with Section 6-01.9. Six sets of drawings shall be submitted unless otherwise directed by Engineer. 7-20.3(2) Vaults The vault when constructed shall be free of leaks and construction joints shall be provided with water stops. Concrete Mixes for Vault Prepare design mixes for each a of concrete required. Limit use of fly ash and silica fume to p 9 type not exceed, in aggregate, 25 percent of the Portland cement by weight. Design mixes may be prepared by qualified precast manufacturing plant personnel or at the precast fabricator's option, a qualified independent testing agency. Normal-Weight Concrete: Proportion mixes by either laboratory trial batch or field test data methods according to ACl 211.1 and ACI 301, using materials to be used on the Project, to provide normakweight concrete with the following properties: Compressive Strength (28-day): 4500 psi (41.4 Mpa)minimum. Add,Alt-,entralning admixture at manufacturer's prescribed rate to result in normal-weight concr�at point of placement having an air content as follows, with a tolerance of plus or minus 1=112 percent Alt Content: ,5 percent for 3/-inch minus(19-mm) maximum aggregate. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-87 Other Admixtures: Use water-reducing, high-range water-reducing, water-reducing and accelerating, or water-reducing and retarding admixtures according to the manufacturer's directions. 3 Concrete-Mix- Adjustments: Concrete-mix design adjustments may be proposed when characteristics of materials, project conditions, weather, test results, or other circumstances warrant. Fabrication of Precast Concrete Vaunt Formwork: Accurately construct forms, mortar tight, of sufficient strength to withstand pressures due to concrete placing operations and temperature changes. Maintain formwork to provide completed precast concrete units of shapes; lines, and dimensions indicated. Reinforcement: Comply with the recommendations of CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, < bolsters, spacers and hangers, as required. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to. hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Install welded wire fabric in lengths as long as practiceable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. Concrete Mixing: Comply with requirements and with ASTM C 94. Following concrete batchin g, no additional water may be added. Concrete Placement: Place concrete in a continuous operation to prevent seams or planes of weakness form forming in precast units. Comply with requirements of ACI 304R for measuring, mixing; transporting, and placing concrete. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. Use equipment and procedures complying with ACI 309R. Identify pickup points of precast concrete units and orientation in structure with permanent i markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a surface that will not show in the finished structure'. Finish formed surfaces of precast concrete as indicated for each type of unit,and as follows: Standard Finish: Normal plan-run finish produced in forms that impart a smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations, and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycombs, irregular surfaces, or structural defects are not permitted. Examination Prior to installation of the precast concrete vault, the Contractor shall examine the vault for compliance with dimensional and size requirements, including installation tolerances, true and level bearing'surfaces, and other conditions affecting performance of precast concrete units. Any dimensional sizes and finishes not in accordance with the requirements shall be corrected by the Contactor,prior to installation. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-88 h Excavation for Vault and installation The excavated area for the vault shall be dug with a minimum of 3 feet clearance around all walls to avoid obstruuctions when setting the vault. Temporary shoring. or extra excavation shall be provided by the Contractor in accordance with Section 7-08.3(1)B of the Standard Specifications. The vault shall be placed upon 6 inches minimum compacted thickness of crushed surfacing base course over 244nches of Quarry Spails underlain by Construction Geotextile, as a gravel foundation. Install precast units level, plumb, square, and true. Shore and brace precast concrete units to maintain location, stability, and alignment until permanent connections are installed. The correct placement of the storm vault is important in. order to form a smooth surface. Backfill around vaults shall be select backffll as specified in Section 7-08.3. No voids should remain between the vault walls and backfill material. Backfilling should,be done after vault is completely assembled making certain to compact the backfill progressively from the bottom to the top surface. Compaction of backfill shall be in accordance with Section 2-03.3(14)C, Method C,of the Standard Specifications. Grouting of all risers, covers,`conduit of specific sections of vaults-is the responsibility of the Contractor. A recommended cement grout consists of two#arts sand and one part cement and sufficient water to form a plastic slurry. Apply in a manner to insure filling of all voids in the joint being sealed. Add sufficient water to form a plastic slurry: 7-20.4 Measurement Measurement for payment for `Wet Vaults" will be per linear foot, as measured along the centerline of the vault from the:inside face of the downstream end wall-to the inside face of the upstream end wall. 7-20.5 Payment Payment will be made in accordance with Section 1-04.1 of the Standard Specifications for the following bid items in the proposal: "Wet Vault"linear foot. The linear foot contract price for wet vault shall be full pay or all labor,-materials, and equipment necessary to provide a complete and functional vault. The unit price includes the'construction of the precast concrete vault, excavation, backfill, gravel foundation, baffle, pipes, risers, ladders, fittings and appurtenances within the vault, the access openings and lids and-doors, and all work necessary to provide a complete and functional vault, including backfill and'compaction, "Construction Geotextile for Soil Stabilization"will be paid for separately. 721 OIL WATER SEPARATOR This is a new section. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2005 vi,sp-89 7-21.1 Description This work consists of furnishing and installing coalescing plate type oil/water separators at the locations shown on the drawings and as directed by the Engineer. 7-21.2 Materials The oil water separator shall be an API type vault and coalescing plate oil/water separator unit as manufactured by Utility Vault Company, Model 660 CPS, or approved equivalent. Materials of construction shall conform to the requirements of section 7-20 of these Special Provisions. 7-21.3 Construction Requirements Excavate to the line and grade necessary to install the oil/water separator structure and make the required pipe connections. 7-21.4 Measurement Measurement for"Oil Water Separator will be per each. 7-21.5 Payment Payment will be made in accordance with Section 1-04.1 of the Standard Specification for the following bid item: "Oil Water Separator,"per each. The contract rice per each shall be full compensation for all work n p p mp o and materials to provide a complete oil water separator. The price shall include all excavation, backfill, compaction, pipe connections,testing and all other work necessary to provide a complete and operational facility. 7-22 SEWER METER STATION This is a new section. 7-22.1 Description This work consists of the installation of a below-ground meter with vault,stanchion-mounted transmitter and circular chart recorder in an electrical enclosure. The work shall be performed in accordance with these specifications,the plans, and as directed by Engineer. The Contractor shall employ the services of the following subcontractor to calibrate the meter, transmitter, and chart recorder: Measure-Tech, inc. P.O. Box 6158 Vancouver,WA 98668-0158 Phone: 360-993-1336 7-22.2 Materials 7-22.2(1) General This section lists the primary components for the meter station. it shall be the Contractor's responsibility to determine the full extent of all materials required to provide a complete installation,which is in accordance with the plans, the NEC, and these specifications. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-90 7.22.2(2) Muter The meter,shall be a 6-inch electromagnetic flowmeter as follows(no"or equal"): Krohne Enviromag 4000 Part No.VB24 4DA287032104 _ It shall be polyurethane flow sensor type,with 4-2OmA signal,grounding rings and 25 feet of signal wire. Range: 84 to 3,360 gpm Materials of construction shall be: Tube--304 stainless steel • Electrodes—316L stainless steel (option HC, titanium) • Housing=steel SAE 1008,factory paint finish for humid environment • Grounding rings 304 or 316 stainless steel Terminal box-die-cast aluminum The separate transmitter.shall have a digital readout showing both instantaneous and totalized flow. Flowrate shalt be measured in cubic feet per minute,(cfm),and the totalizer shall read in cubic feet. Expected flow range is 30 to 120 cfm. 7-22.2(3) Chart R901rder The chart recorder shall be a 10-inch circular chart recorder with one pen as follows(no"or equal"): ABB Model G1300 Part No. C1300I1311JAONGG0100000ST Setting: 7-day chart,instantaneous flow(only) in cubic feet per minute (cfm).' Calibration: 0-100% 7-22:2(4) Vault Sump Pump The sump pump shall have the following features: • 1/4 HP,single phase, 115 V 3450 rpm • Captive pressure transducer orr ball-float level sensor • . Oil-filled motor • Mechanical shaft steel • Corrosion resistant housing-either thermoplastic or cast iron • Discharge size— 1 1/4 inch • Solids handling-T/4 inch • Operating point— 15 to 25 gpm at 10 feet TDH • Minimum 10-foot power cord Model shall be Hydromatic B-A1 or equal. 7-22.2(5) Valves Sewage plgg valves shall be 6-inch eccentric plug, resilient seat type,with AWWA 2-inch operating nut. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-91 �It - • Materials: Cast iron body, welded nickel, or adjustable stainless steel or nickel seat, coated plug.(epoxy,nylon, neoprene, or Buna N), Buna V-flex or TFE packing, in general conformance with AWWA C504 • Connections: Flanged, ANSI 616.1 Class 125 • Operator: 2-inch square nut • Full port operating with drip tight shutoff in both directions • Manufacturer. Clow, M&H Style 820 or approved equal Sump pump discharge ball valve shall be 1 Y2-inch size. • Materials: PVC with Teflon seats and Viton 0-rings • Connections: Double union • Operator: 1/4 turn handle • Manufacturer: Harrington True-Union,or equal Sump pump discharge swing check valve shall be 1 1/2-inch size'. • Materials: PVC with Buna N seal • . Connections: Compression both ends Manufacturer: Harrington swing check,or equal Valve boxes for buried plug valves shall conform to Renton Standard Plan B090. 7-22.2(6) Electrical Transformers: GE type QB indoor/outdoor single phase transformers, 240x480 V primary, 120x240 V secondary. • Manufacturer: GE No.9T51 B0010 for 1 KVA, 9T51 B0012 for 2'KVA, or equal Conduit: • Buried: PVC, Schedule 40 or 80 as shown on plans, NEMA TC 2, UL 651 listed, fittings per NEMA TC 3. • Exposed: Liquidtight flexible metal conduit, galvanized flexible steel with extruded PVC jacket,with nylon bushing terminations. Conductors: • Annealed copper • Type THHN/THWN insulation Boxes: • NEMA 250,Type 4,cast ferrous metal, galvanized • Neoprene gasketed, stainless steel screws, drilled and tapped.entrances 7-22.3 Construction Requirements Install meter,transmitter,chart recorder, and vault in accordance with the respective manufacturer's instructions, and,as shown on the plans. The installed'meter shall be level and plumb,with pipe supports securely bearing its weight. The meter transmitter and chart recorder shall be field-calibrated by Measure-Tech, Inc. Services shall include up to 2 hours orientation'training with Boeing representative(s). Contact Boeing (Greg Karalus, 425-327-8821)at least 48 hours in advance. Electrical work shall generally conform to the National Electrical Code, latest edition. SOUTH LAKE WASH NGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006, vi,sp-92 7-22.4 Measurement ` No specific unit of`measurement will apply for the lump surrt item of supplying the sewer meter and chart recorder. 11" No specific unit of measurement will apply for the lump sum item of installing the sewer meter station. 7-22.5 Payment The lump sum contract price for"Supply Sewer Meter and Chart Recorder"shall be full pay for supplying the meter tube,transmitters, and chart recorder,FOB jobsite. The price shall include the meter and recorder calibration and training services. The lump sum contract price for"Install Meter Station"shall be full pay for performing all work as specified,excluding the supply of the materials enumerated above, Work shall include furnishing all other material and installing the meter vault(including excavation and offhaul,bedding and backfill) the meter transmitter(readout element)and chart recorder installation,the meterreadout enclosure and appurtenances, all electrical items including conduit,conductors and connections,trenching(including excavation and offhaul, CDF and backfil1), transformers,the 6-inch force main(including:trench excavation and offhaul, bedding, and backfill),thrust blocks, pavement patching,buried valves and valve boxes, vault pipe fittings,sump pump,valves and piping to the manhole discharge point,,including excavation, bedding,backflll, offhaul and marking tape. DIVISION $ MISCELLANEOUS CONSTRUCTION 8-01.3 CONSTRUCMN REQUIREMENTS (August 1,2005) Section 8-01.3 is supplemented with the following: Treatment of pH for Concrete Work Wastewater from concrete, concrete rubble, concrete pours, concrete grinding and cement treatment of soils shall be maintained between pH 6.5 and pH 8.5 before it is allowed to enter surface waters. Unless specific measures are identified in the Special Provisions, the pH of concrete materials may be reduced by infiltration, dispersion in vegetation or compost, or by pumping to a sanitary sewer system. if water is pumped to the sanitary sewer, the Contractor shall provide, at no cost to the Contracting Agency, a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. The Contractor shall test runoff during each rain event causing runoff to leave the project site daring concrete pouring,grinding, or rubbilizing activities,and the first three storm following those activities. The Contractor shall treat or contain the runoff until the pH is between 65 and 8.5 If discharging directly to surface waters or to a storm sewer system, the Contractor shall test the pH of the concrete waste, as a first order of work, at the point of-discharge, once the pour or grinding,has begun for each shift, and periodically,as requested by the Engineer, thereafter. If a test Indicates the pH is above 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume,with treatment, once the pH of the treated material is between .5 and 8.5 or l can demonstrated that the runoff will not reach surface waters. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-93 8-01.3(1) Submittals Section B-03.3(1)A is supplemented with the following: Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the 13 Engineer's review and approval, outlining the procedures to be used to prevent wastewater from entering surface waters. The plan shall include how the pH of the wastewater will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. The contractor is required to submit for review a Stormwater Pollution Prevention Plan (SWPPP) before beginning construction. The SWPPP must contain a narrative and drawings including the following: • Information on the site topography, drainage, soils, and vegetation • Potential erosion problem areas • Types of BMP used to address the SWPPP requirements and their locations • Construction erosion problem areas Your actions in the event that BMPs do not meet performance criteria. An example is preventing soil erosion through additional soil.stabilization. • Engineered calculations for designed structures such as retention ponds. • Site log book • Contact the the Washington Department of Ecology for future information on what is required in a SWPPP. 8-01.3(2)A Preparation For Application Delete the first sentence of the first paragraph and replace the following: Cultivate areas that will not receive roadside planting and irrigation improvements, but which are disturbed by construction activities. 8-01.3(2)B Seeding and Fertilizing Delete the first sentence of the first paragraph and replace the following: Place seed (80 pounds per acre)or seed and fertilizer at the following rate, mix and analysis to all areas disturbed by construction,but that won't receive roadside planting and irrigation as follows: Botanical Name: Common Name: Percent by Weight: Agrostits tenuis Colonial bent grass 5% Festuca rubra Creeping red'fescue 45% Lolium perenne Perenniai ryeggrass 40% Trifolium repens Dutch white clover 10% 8-01.3(2)C Liming Delete this entire section. 8-01.3(2)D Mulching Delete the first sentence of the first paragraph and replace with the following: Furnish, haul and evenly apply hydromulch at 2,000 pounds per acre based on dry fiber mass (weight). Spread hydromulch on seeded areas within 48 hours after seeding unless otherwise directed by the Engineer. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-94 r kUust 1,2f}Q ) Pa men Section 8-015 is,supplemented with the following: All costs associated with the treatment of pH in concrete wastewater shalt be included in the applicable concrete,grinding or sawcutting items of work. The lump sum price for the SWPP Plan shall ,e full pay far all costs associated with creating the .plan and updating the plan as needed. All work needed for implementing the SWPPP will be paid by Force Account under the bid Item ErosonMlater Pollution Control. $-02 ROADSIDE RESTORATION Provide roadside restoration 'according to Section 8.02 of the Standard Specifications supplemented as follows: 8,02.3(1) Responsibility During Construction Section 8-02.3(1)is supplemented with.the following; Delete the first sentence and replace with the following: Ensure adequate and proper cars of all plant material and work done on this project,.until the one year establishment period required by the contract is' complete; or until physical completion of the project,whichever is last. 8-02.3(4)A Topsoil Type "A Section 8-02.3(4)A is supplemented with the following: Furnish imported topsoil from a non-Agency source that, when tested according to AASHTO T 88 conforms to the following: Standard Sieve Analysis Particle Size Range Percent Retained (by Weight) Larger than 2" 0 271-341, , 0 -5 3/4"—No.4 0 -20 No,-4 or less 0— 100.: Of,the fraction passing the No, 4 sieve, excluding organic material, furnish topsoil that conforms to the following limits: - Hydrometer Analysis Particle Size Range Percent.(by weight) No.4—No. 200 5 —70(Retained) No. 200—2 pm 20—80(Retained) Less than 2 pm 5—30 (Passing) SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-95 In addition, furnish topsoil that analyzes at least 2 percent organic matter according to ASTM D 2974. 8-02.3(4)8 To soil p Type B Delete this entire section. 8-02.3(5)C Topsoil Type C Delete this entire section. 8-02.3(8) Planting Following the second paragraph, delete the following: 1. Nonirrigated Plant Material - October 1 to March 1 8-02.3(13) Plant Establishment Delete the sixth paragraph. Delete the first sentence of the seventh paragraph and replace as follows: During the one year plant establishment period;'whichever may apply, maintain all plant establishment areas in a condition free of unwanted.vegetation. 8-02.3(15)D Live Fascines Delete this entire section. 8-02.;3(16)A Lawn installation Delete the second paragraph and replace as follows: Seed 'areas designated as "Fine Lawn Seeding" with the following mix at 8 pounds per thousand square feet: Botanical Name: Common Name: Percent by Weight: Lolium perenne 'Delaware Delaware Dwarf perennial 40% Swarf XL, rryyegrass Lolium,perenne 'Amazing' Amazing perennial ryegrass 40% Festuca sppp Silhouette Silhouette Chewings fescue 10% Festuca rubra 'Gilbrafter' Gilbralter Creeping red fescue 10% Fertilizer Inorganic f ert ill er 2-1 6-,8, analyzing mg-22/ nitrogen, 16_fo phosphoric acid, and 8%.soluble potash, and including a minimum of 2% sulfur with a,maximum of 50°l6< available water insoluble, controlled-release nitrogen derived from polymer coated urea (no' sulfur). Recommend application rate of 400 pounds per acre. .Wood Cellulose Fiber SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi;sp-96 �► pounds per acre. Wood cellulose fiber at 2,(700 you p Add the following new section: 8-02.3(17) Soil Amendments Soil amendments are for modifying soil structure and improving soil aeration characteristics, as distinguished from plant foods, mulch, and soil organism amendments. Furnish soil amendments free of noxious weeds,living plants and rhizomes, and substances detrimental to plant life. Submit a'15 pound sample for approval by the Agency prior to construction. Provide soil amendments that are free of weed seeds, excessive salts, chemicals detrimental to plant growth, and pest organisms. Soil amendments proposed for use are subject to testing at any time or place the Agency deems appropriate. Furnish one or more of the fallowing soil amendments: Mushroom Compost—The used bedding materials from commercial mushroom production. Composted Yard Debris - Commercially manufactured material, made from dead plant material such as grass clippings, weeds, green ar�dr dead dry leaves, garden and vegetable material, and ground branches of trees and shrubs. Furnish a product that is composted under controlled aerobic decomposition, with the internal"temperature reaching 135 degrees F for 15 days, without exceeding 155 degrees F. Ensure-.that it contains a maximum of 10 percent bacteria and 10 percent fungus. Additional certification may be required in areas having a certification program. Peat Moss — Horticultural grade, natural peat moss in air-dry condition„ free from woody substances, in bales or bags labeled for content and volume. Use peat moss only in combination with one of the above composts, in acceptable combinations.. Add the following new section: 8-02.3(18): Metal Tree Grates Provide and install 4 foot square Obiio tree grates, as manufactured,by iron Age Design, 6242 S Verde St., Tacoma, WA where designated on the planting plans. 'install metal tree grates per manufacturer's recommendation. 8-03 IRRIGATION SYSTEM Provide irrigation systems according to Section 8-03 of the Standard Specifications supplemented as follows: 8-03,3(1) Layout of irrigation System Add the following to the first paragraph: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2M i' vi,sp-97 Layout of the system as shown on drawings is diagrammatic, construct as closely as possible. With prior Owner's approval, modify irrigation head locations to facilitate specified coverage with plant material in place, utilities installed and other obstructions rectified. Full and complete (head-to-head) irrigation coverage is required in lawn seeded areas. Shrub areas require nearly head-to-head coverage. Make adjustments to layout of irrigation heads and adjustments to zone pressure to achieve full coverage or irrigated areas without overthrow onto roadways, sidewalks, or buildings. System shall meet minimum pressure at last head in each zone as shown on drawings. Heads immediately adjacent to walks or curbs must have one (1) inch clearance between head and walks of curbs, unless otherwise noted. Remove and dispose of pavement (FOR HEAD & PIPE ONLY) adjacent to curbs to allow for one (1) inch clearance per the above. Begin irrigation system work after finished grades have been established in the work area. Complete irrigation system must be fully operational before any landscape seeding or planting takes place. This includes the automatic controller. The initial Head Coverage Test shall be prior to planting and the valves operated by the controller not manually. 31 8-03.3(3) Piping Add the followin g to this section: Bury all mainline pipe a minimum eighteen (18) inches and lateral lines twelve (12) inches below finished grade measured from the bottom of the pipe. Install pipe lines in straight common trenches. Pipe sleeves installed under pavement shall be installed per Details shown on Plans and Specification Section 7-08 General Pipe Installation Requirements. Provide concrete thrust blocks where the mainline changes direction as at ells and tees and where the irrigation main terminates. Do not make mainline pressure tests for a period of 36 hours following placement of concrete thrust blocks. Size and place blocks to take thrust created by 200 percent of maximum internal water pressure. 3 Slope pipe at 0.5 percent minimum toward drain valves. Clean interior of pipe before installation. Keep pipe clean during and after lying by plugs or other means. No fittings area to be closer 3 than 6" apart. Set lines in common trenches whenever possible, side-by-side, two lines maximum per trench. 8-03.3(6) Electric Wire Installation Add the following to this section: Where shown on Drawings, electric wires shall be encased in PVC sleeves. Provide one (1) extra control wire, yellow color, between each controller and farthest valve, each direction north and south from controller. Locate electric control wires above the shared pipe, within a common trench. -Wire must not be taped to the pipe. 8-03.3(9) Backfiil Add the following to this section: 3 The trench bottoms and bedding material surrounding all pipes must be free of sharp edged objects and rocks greater than one (1) inch in diameter. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2406 vi,sp-98 8-X333(10) As-Built Plans Add the following to this section: Draft As-Built Plans in Auto CAD software and submit to the Engineer in digital CD format. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is deleted and replaced by the following: ti This work shall consist of furnishing and placing monument cases, covers, and pipes 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. Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and se by the Contractor supplied surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible L ' for assuring that a registered surveyor references the existing monuments prior to construction. .Ater construction is complete,the monuments shall be re=established by the surveyor in accordance with RCW58.09.130. �r 8-13.4 Measurement (March 13, 1995) Section 8-13.4 is deleted and replaced by the following: . Measurement of.monument case, cover, and pipe will be by the unit for each monument case, cover,and pipe furnished and set. ; 8-13.5 Payment , (April 28, 1993) Section 8-13.5 is supplemented with the following: "Monument Case, Cover, and Pipe", per each. 8-14 CEMENT'CONCRETE SIDEWALKS 8-14.3(3) Placing and Finishing Concrete Section 8-14.3(3)is supplemented with: The'detectable warning pattern shall be white in color. 8-14.3 !0 Curing Sectorr -14.3(4)Is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard SpeClf#cations 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. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-99 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. Vehiculaf traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shalt 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. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1) Description Work and materials performed under the lump sum of `Traffic Signal System Complete" shall include the installation of six new traffic signals, one temporary signal, modifications to two traffic signals, interconnect conduit with fiber optic cable, and removal of old traffic signal equipment. The installation of the new traffic signals shall include underground conduit and boxes,foundations for signal poles, pedestrian equipment on.illumination poles, battery backup systems, and controller and load center cabinets. The lump sum shall also include the furnishing, installation, and wiring for displays, luminaires, pedestrian and emergency vehicle detectors, terminal cabinets and video detection cable. Mast arm street name signs shall be included in the lumps sum. The contractor shall furnish, test and install traffic control equipment in accordance with the City of Renton procedures. The temporary traffic signal shall be a semi-actuated signal with overhead wiring installed on timber poles. Equipment for the temporary signal may be from surplus signal equipment on this project t4 include vehicle and pedestrian signal heads, push buttons and a controller cabinet. The City of Renton will remove equipment from the controller cabinet and reinstall the controller and detector equipment after the cabinet is Installed. The Contractor shall schedule the work so the temporary signal is in operation within two days of closing the work area and establishing the detour route. The signal modification consists of adding a left turn signal head and adding vehicle detection loops for westbound left turns at Garden Avenue North and North Park Drive. The "Traffic Signal System Complete" lump sum shall include all interconnect conduits with innerducts, fiber optic cables,pull boxes and vaults as illustrated in the plans for signing, channeiization, illumination and interconnect. Fiber optic interconnect cables shall be terminated in controller cabinets and spliced in fiber vaults. The installation of Luminaires on signal poles and their associated wiring shall also be included in the Traffic Signal System" lump sum. This lump sum shall also include pedestrian displays and push buttons on luminaire poles and conduit and wiring to and junction boxes to and including type 2 junction boxes adjacent to luminaire poles. luminaire poles with or without pedestrian displays and push buttons, foundations, luminaires, and their associated conduit, wiring and boxes shall not be included in the "Traffic Signal System" lump sum but instead shall be included in the"Illumination System lump sum. SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 visp-1 o0 8"20:2(1) .Equipment List and [drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: The Contractor shall submit for approval six sets `of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. 2. Signal standards with or without pre-approved plans. 3. Combination Signal and lighting standards. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20:2(1) is deleted. Section 8-20:2(1) is supplemented as followsm. The Contractor also shall submit either on the "signal .standard shop drawings or attached to 'the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be lied. 8-20.3(4)8-20.3(4) Foundations Section 820,3(4) has been revised and supplemented as follows: Paragraph 11 is deleted. Paragraph 13 is deleted. The section is supplemented as follows: The anchor bolts shall match that of the device to be installed,thereon. Where obstructions prevent construction of'planned foundations, the Contractor shall construct an-effective foundation satisfactory,to the Engineer..- Soil reports indicate caving into the foundation,hole may.add.difficulty during some seasons or soil conditions. The contractor may need to install inserts in the foundation holes to prevent caving while preparing for the foundation'pour: These expenses shall be included in the lump sum bid for"Traffic Signal System'. The contractor shall provide all material for and Loristruct the foundations for and to the dimensions s ecifled in table 1:below. The anchor bolts shall match that of the device to be installed thereon. Table 1 Type of device i5imensions Street Light Pole 6' Deep x 3' Sq or Dia. Signai Pole up to 40'mast arm 15' Deep x 3' Sq or Dia. Signal Pole over 40'mast arm i S`Deep x 3' Sq or Dia.' Signal Controller See Standard Plans Street la ht Control Cabinet -None. Special Base Approved Proposals Where practical, the Contractor shall instalea special foundation to combine foundations for the controller cabinet,the service cabinet and the backup power cabinet. All excess materials are to be removed from.the foundation construction site and disposed.of at the contractor's expense. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-101 Concrete shall be placed. against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around ' any other underground utilities that Hein the excavated base so that the concrete will not adhere to the utility line.. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner,specified below: 1. Where no sidewalks are to be Installed, the grade for the top of the foundation shall be as specified by the engineer, (See detail sheet) 2. _ Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail,sheet) All concrete foundations shall be'located as per stationing on the plans or as located by the engineer in the field. 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows The paragraph requiring galvanized. steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8-20.3(2). When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4, The Contractor shall install pull Wires. All conduits shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 40 heavy, wall p.v.c. Conforming 'to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and envirohmental conditions. The fiber optic system shall have 4-inch conduits with innerducts as described in Section 8.33 of these Special Provisions. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL,2006 vi,sp-102 T 8-20.3(6) Junction Boxes ctio 2Q�) is supplemented by adding the following: The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per Plans J11 and J11 a of the WSDOT Standard Plans, The plans show ITS boxes for fiber optic cable. These ITS Vaults called for in the plans are Fogg-tite 25-TA vaults as described ,in; Section 8-33.3(9) of these special provisions. fiber vaults shall be installed where shown on the plans the deeper vaults shall have conduits entering straight through the knockouts in the side of the boxes as near to the sides as practical. All junction boxes and associated concrete pads shall be installed on compacted sub grade that shall include six inches of 518th-inch minus crushed surfacing top course material installed under and around the base of the junction'box. The junction box shall include installation of a 4" thick Class "B",cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. All junction boxes shall have galvanized steel lids and frames. The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be as indicated below.` Street lighting only: "Lighting" Signal only: 'Signals" Traffic signal and street lighting: "TSoLT" intelligent Transportation Systems (Interconnect) only:-"ITS Fog-tite 25-TA boxes "Telemetry" Inscriptions on junction boxes performing the-same function shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the Standard Plans and Details. 8-20.3(8) Wiring Section 8-24:3(8) is revised and supplemented with the following:. All stranded wires terminated at a terminal block:shall have an open end, crimp style soldeness terminal connector, and all solid wires terminated'at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with ppliers, wire cutters, etc., will not be allowed. All wiring insidethe controller cabinet shall be trimmed and cabled together to make'a neat; clean appearing installation. No splicing of any traffic signal conductor shall be prto itted unless otherwise indicated on the plans. All conductor runs shall be attached appr opriate _signal terminal boards with pressure type binding posts. Fiber optic cables,and wiring shall meet the requirements of Section 8-33 of these Special Provisions, 8-20.3(9) . Bonding, Grounding Section 8-20.3(9) is revised and supplemented as follows: The fiL paragraph'is deleted. The sixth ara 9 rap h is deleted. p _ The following is added: L SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-103 All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a#8 AWG bare copper bonding strap located in the 'nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper banding strap sized in accordance with the plans,specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of prices." 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted.'The following is added: Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic signal service only) 2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle.A.C. (street lighting contactor/traffic signal, grounded neutral service) The six traffic signals and illumination systems shall have a Type III system located at the signalized intersections as shown in the traffic signal plans. The power source from Pugef Sound.Energy (PSE) has not been designed yet but the Contractor may assume PSE will provide an underground vault within 100 feet of the service point on the comer of each load center. The Contractor shall install conduit and conductors to the service connection point as required by PSE and shall have the service inspected. The Engineer will coordinate with,,PSE`to have the service points established and provide the locations to the Contractor. The temporary traffic signal shall have a Type 1 system. The system shall be fed. overhead to meet PSE requirements. The contractor shall arrange the temporary service inspection and connection. 8-20.3(11) Testing Section 8-20.3(11) is supplemented as follows: Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior to requesting signal turn on date. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. A minimum of three (3) working days notice will be required for signal turn on. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-104 x.; City forces shalt provide, post and maintain proper signing warning of new signal ahead. 8-20.3(13)A Light Standards Section 8-20.3(13)A is replaced with: Light standards shall be Lumec TR20 as shown on the plans or approved equal. Relocation of existing Light Standards consists.. of constructing new bases, anchor assembly, supplying new conduit and wiring, removal of old base and conduit, and relocating existing light standard to new base and reinstalling power. Contractor is responsible to field review to determine the full degree of work involved.. New base to match existing. Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. Any .parts that are damaged due to the Contractor's'operations shah be repaired or replaced at the Contractor's expense, to the satisfaction.of the Engineer. Light standards shall not be erected on concrete foundations until foundations have set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load`has been placer!', or as_otherwise directed by the Engineer. Light Standards shall be erected in accordance with section 8-20.3(4). Anchor bolts shall extend through the top heavy=hex'nut two full threads to the extent possible while conforming to the specified slip•base clearance requirements. Anchor bolts,shall 'be tightened by the Turn-Of-Nut Tightening `Method in accordance with Sections 6-03.3(33) and 8-20.3(4). Anchor bolts damaged after the foundation concrete'is­placed shall not be repaired by bending or .welding. The Contractor's repair..procedure `is` to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threatis''on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. The grout pad shall not extend above the elevation"of the bottom of the base. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the hand hole:frame or inside the hand hole frame or inside the pole shaft to attach a°ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs.,or p 9 pp. 9 more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 �r vi,sp-105 All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight 3 load and 2.33 p.s.i.-for basic wind pressure. Anchor Baser A one P iece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall,be capable of resisting at Its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts,and two washers, shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9-06:5(3) and 9-06.5(4). The anchor'bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point. The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. 3 Miscellaneous Hardware: All hardware (bolts, nuts,, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (identification for poles): The contractor shall supply and install a combination of 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall,be sealed with transparent film, resistant to dust, weather and ultraviolet tv exposure. The decal markers shall be either: a 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or b. 3 inch square with black 2 inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office.-Cost for the decals shall be considered incidental to the contract bid. Light standards shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-y 06 Ff The pole shall be adjusted for plumb after all needed equipment has been installed thereon, After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other, tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the bottom of the pole base plate<shall be filled with a dry pack mortar grout and trowled to a smooth finish conforming to the,contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.3(14) Signal Systems 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C revised as follows: 11.. Install sealant per Section 9-02.1(10). 8-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8.20.3(14)D is supplemented by adding the following: The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. 8-20.3(14)E Signal Standards Item 3 in Section 8-203(14)E is revised as follows: ., Disconnect connectors complete with pole and bracket cable shall be installed in any signal - standard supporting a luminaire. Illumination wiring shall conform to City of Renton Standard Plaits. The following supplement is added: 14. Installation of all nuts and bolts shall be performed with'proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the finish of the nuts and butts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). 15. Signal standards shall have luminaire tops,similar to the Light Standards. The poles shall not have reducing cones and the arms shall be perpendicular attached with an upper rib for support. The poles shall have a watertight removable cap. The finish on the poles 'shall be powder black similar to the luminaire poles. Section 8-20.3(14)F is a new section: 8-20.3(14)F Opticom Priority Control Systems The Contractor shall supply the manufacturer's software on original disks. Controller cabinets shall have the related harness wired into the cabinet by the supplier. Grout Section 8-20.3(15) is supplemented by adding the following: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-107 After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout trowied to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.4 Measurement Section 8-20.4 is supplemented as follows: Measurement for unit price items shall be as described in Section 8=20.5 or as described in the contract schedule of prices and/or special provisions. When shown as lump sum in the Plans or in the proposal no specific unit of measurement will apply, but measurement will be for the sum total of all items fora complete system to be furnished and installed as described in Section 8-20.1 Description. 8-20.5 Payment Section 8-20.5 is supplemented as follows: The unit prices for`Traffic Signal System Complete 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. The lump sum contract price 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. The lump sum contract price shall include all conduit, couplings, adapters, elbows, bends, reducers, bell ends, bushings, and any other material, labor or equipment necessary to complete the installation of the conduit. No payment shall be made for additional conduit, used by the contractor due to horizontal or vertical weaving of the conduit within the trench line. The lump um contract rice shall be full compensation for fumishin and installing the full p_ p p g 9 Y equipped service cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service"as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of prices. The lump sum price shall be full compensation for supplying and installing all traffic or pedestrian signal head mounting hardware in conformance with the plans, specifications and detail sheets. The lump sum contract price shall be full'compensation for furnishing and installing a fully equipped, wired and operational controller and cabinet. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-108 &, iz 0+i 8-21 PERMANENT SIGNING 8-21.1 Description Section 8-21.1 is supplemented as follows: Traffic signal mast arms have street designation signs where shown in the plans. The overhead signs shall be mounted with stainless hardware banded to the mast arms with three attachments each: The signs,shall be on aluminum blanks meetins the requirements of Section 9-28.8 and have type V reflective sheeting. 8-22 PAVEMENTUARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: 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 f a 9400t line and a 15-foot g gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways Double Yellow Center Lime(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, has 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, with-a BROKEN FELLOW 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 9400t line and a 15-foot gap. Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW,fine, 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 ling, 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 (Replacerrient) A SOLID WHITE line 24 inches wide as noted on the Contractor plans. 8-22:3(5) Installation Instructions Section 8-22.3(5)is revised as follows: A manuftacturers technical representative need not be present at the initial material installation to approve the installation procedure: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-109 Section 8-33 is a new section with new subsections: 8-33 FiBER OPTIC CABLE EQUIPMENT 8-33.1 Description This specification section covers the equipment, splicing, termination materials and installation procedures required for the fiber optic cable network. These materials include, Ethernet switches,fiber optic cable, conduit, inner duct, splice enclosures, vaults, pull boxes, fiber optic patch panels, and fiber optic patch cables. 8-33.2 Materials The materials required for this fiber optic network and copper cable installations are covered below. The Contractor shall supply all additional materials that may be required to make this network operational. 8-33.2(1) Fiber Optic Cable This section modifies and supplements Section 9-29.3(1). r will be furnished and installed b the contractor and shall be designed in All fiber y g accordance to Teicordia's Bellcore GR-20-CORE and RUS specifications, The fiber shall be a single-mode, non-zero dispersion shifted, loose tube, single jacket, all-dielectric designed for,outside plant applications specifically for lashed aerial and underground duct installations. Each loose tube shall be filled with a water blocking gel and contain 6 fibers. The core is helically wrapped with water-blocking strength members and encased with a black polyethylene jacket. The fiber shall meet the following: a. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 manometers,'respectively. b. Typical Core Diameter: 8.3 microns. c. Cladding Diameter:125.0 microns +/- 1.0 microns. The Contractor shall provide all materials required for the installation and splicing of the specified communications cables,power cables and associated Interface devices. The fiber optic cable network shall be capable of supporting both SONET transmission speeds and protocols up to 2.4 Gb/s, and NTSC quality, color video applications. Fiber optic cable shall contain no factory.splices. 8-33.2(2) Auxiliary Equipment for NEMA Controllers This section modifies and supplements Section 9-29.13(7)B. TELEMETRY The fiber optic closet housing shall provide a 12 strand pigtail of sufficient length to extend from the traffic controller cabinet to the fiber optic splice case located in the adjacent vault. Each traffic control cabinet shall be provided with a Ruggedcorn RuggedSwitch RS900OG SFP 10 port gigabit ethernet switch. Each switch shall have installed-two (2) SM/ LC 131010 km SFP fiber optic transceivers. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vise-110 8-33.21;4). Fiber otic Patch Cards The Contractor',shall supply and install Fiber Optic Patch Cords as required to facilitate the connectibn of fiber optic equipment. The Fiber Optic Patch Cords shall be Thee Fiber Optic Patch Cables shall be single mode fiber and shall utilize FC connectors (except where indicated differently) and shall have the following features/capabilities: d. Typical Insertion Loss: 0.3 db; e. Typical Return [loss: -40 db; f. Maximum Return Loss: -45 db; g. Operating Temperature: -40 to+75 C; h. Storage Temperature: -55 to +85 C; 1. Fiber type: 9/125 um; j. Cable type: fiber coated 900um; k. Cable:jacket.color: yellow; 1. Connector type: FC Simplex Jack, 01..D.,3 mm. The length of the, Fiber Optic Patch Cords shall be such that the minimum bend radius is achieved during Installation and sufficient spare length is available for the future movement of equipment within the rack. The spare length.of patch cord shall be neatly coiled and attached to the equipment rack or fibermanagementsystern. 8-33.2(6) Fiber Connectors Contractor shall supply Duplex Single-mode'SC-APC to LC.,connectors that utilize epoxy. The connectors shall meet the following5 standard and specifications and be tested to Teicordia GR-326 issue 2. Insertion Loss(SM): 1 < 0.30 dB Insertion Loss (MM): • < ,0.50 dB Reflectance (UPC): 2 < -55'dt3 Reflectance (APC): 3. <-65"dB Fiber Height: 4. ±56 nm Radius of Curvature(UPC): 5. 7-25 mm Radius of Curvature (APC): 6. 5-12 mm Apex Offset: 50µm 8- 2.2 C Fiber Splice Enclosures The fiber .optic splice enclosure shall be made of two injection-molded high-density thermoplastic shells, which are 22" in length and 6"'.in diameter and can store up to four "splice trays. The.splice enclosure shall be suitable for outdoor applications with a temperature range of-100 C to.660 C. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-111 The fiber optic splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 3 The fiber optic splice enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. The fiber optic splice enclosure shall be waterproof, re-enterable and shall have a neoprene gasket sealing system. to prevent water from entering. The.fiber optic splice enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers: The fiber optic splice enclosure shall have strain relief for the cable to prevent accidental 3 tension from disturbing the splices. Each splice tr ay will be able to store 36 splices ,securely. Each splice shall be Individually mounted and mechanically protected on the splice tray. -Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. 3 Each splice case shall have two end plates, one end plate shall have no ports, the;other endplate shall consist of a three way end plate with two 3/a' ports and.four,7f8" ports. Each unused port shall have a grommet installed. The end plates shall be durable glass-filled high-density thermoplastic shells, 8-33.2(8) ' full Boxes This section modifies and supplements Sections.8-20.3(6) and 9-29.2. The pre-cast pull boxes shall meet ASTM C 478 with 28 day 0500 psi minimum compressive strength'concrete and designed forty-20 loading. All vaults and pull boxes shall be equipped with traffic-rated lids with a locking mechanism. All lids shall have the identification marking of "ITS" permanently affixed to the cover. The vault/pull box identification shall be stamped or welded,on the cover. Pull boxes used in this scope of work shall have the following specification. m. Width 23-3/4n is n. length 36-314" o. Depth 12H The cover for the pull box shall be traffic rated at H2O loading and have the following dimension/specifications. 3 p. Steel checker plate lid q. Width 20-1/4" r. Length 33-1/4" S. 8-33.2(9) Flexible Fabric Innerduct This section modifies and supplements Sections 8=20.3(5) and 9-29.1. Contractor shalt supply and install flexible fabric innerducts in the appropriate conduits indicated on the drawings. SOUTH LAKE WASHINGTON ROADNAYIMPROVEMENTS, CITY OF RENTON APRIL 2006 vi,sp-112 x i x t. The fabric innerduct will utilize up to 80% of conduit space without affecting cable pulling,tension. u. The innerduct will consist of three cells. v. Each cell will have`a pull tape installed. w. Innerduct shall have a burn through resistance rated at.4800 for rope or tape x. The cell fabric will be resistant to tears and rips and be water resistant. y, All cells will accept a 1-inch diameter cable. The Flexible Fabric lnnerduct shall be Maxceil or approved-equivalent. 8-33.2(10) Detectable Tape This section modifies and supplements Sections 8-20.3(5).; The contractor shall furnish and install a flat polyester woven pre-tubed tape that contains a 22 gauge wire. The tape will be marked with sequential footage markings and be continuous. The tape shall meet or exceed a breaking strength of 90OLbs,with a width of 1/2-inch. 8-33.3 Constructlidn Requirements 8-33.31 Wiring This section modifies and supplements the revised Section 8-20.3(8)`. Two each 24 count fiber optic cables shall be installed on Logan Ave. N. between the northern end of the road improvements on Logan Ave. 'N. near''Garden Ave. N. and the traffic signal at N 4t" St and Logan Ave. N. A 12 count fiber optic cable shall loop easterly from Logan Ave. N at N 8`" Street td Park,Ave N. and then north on Park Ave N to Logan Ave N. Each traffic signal controller shall be served with as shown in the plans. The Contractor shall provide storage loops in the ITS vaults provided at each signalized intersection and the ends of the fiber run. Storage loops should be 100 feel long at each ITS vault except the northern end of the run where 350 feet of spare cable shall be provided. Label the cable near the entrance and exit'of each vault and.handhole as directed below. One of the cables shall ass throu h the conduit and vaults stem near the intersections p y a at N 6th and Logan Ave N, N 8' St and Logan Ave. N, N 1 Ot" St. and Logan Ave N., and Park Ave. N and Logan Ave. N. and continue under Logan Ave. N to the vault at the north end of the conduit system near the intersection of Garden Ave. N and Logan Ave. N on the north side of Logan. Provide a 350 foot storage loop, seal the end of the fiber and provide labels, in the vault at each intersection'and In the vault at N 0 St. and Logan Ave. N, secure a 100 foot storage loop on the Western most or northern most long side in a figure eight such that no twist is introduced into the cable when the loop is uncoiled. Label this cable "Data Communication" near both the entrance and exit of the vault. This cable shall have no breaks or splices SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-113 m The other 24 count single-mode fiber optic cable shall continue from N. 4 Stand Logan Ave. N to N 6'h St. and Logan Ave. N and be connected to each traffic signal controller through a 12 count single-mode fiber optic cable spliced in a splice case in each ITS vault. In the SLWRI area a fiber optic ring shall be installed using 24 count single-mode fiber optic cable through the intersections on Logan Ave. N and 12 count single-mode fiber optic cable from Logan Ave.'N and Park Ave. N, south on Park Ave. N to N 8th St. then west on N 8th St. back to,Logan Ave. N and N 8th St.where it will be connected to the signal splice case. Continue this cable under Logan Ave. N to the vault at the north end of the conduit system near the intersection of Garden Ave. N and Logan Ave. N on the north side of Logan. Provide a 350 foot storage loop, seal the end of the fiber and provide labels. In the vault at each intersection and in the vault at N 4th St. and Logan Ave. N, secure a 100 foot storage loop on the eastern most or southern most long side in a figure eight such that no twist is introduced into the cable when the loop is uncoiled. Label this cable "Signal ITS" near both the entrance and exit of the vault. In the existing traffic control cabinet at N 4th St. and Logan Ave. N, install a 12 port fiber optic closet housing. Extent the pigtail to the splice case in the adjacent new vault and connect this housing in a fashion similar to the connections provided in the SLWRI area. At the midpoint of the lo,op install a fiber splice case. The pigtail from the traffic signal fiber optic closet housing shall be spliced into the backbone fiber in this case. At no point in the system shall the backbone fiber be extended into traffic controller cabinets or any above grade fixture. From the splice case at Park Ave. N and Logan Ave. N, extend a 24 count fiber under Logan Ave. N to the vault at the north,-end of the conduit system near the intersection of Garden Ave. N and Logan Ave. N on the north side of Logan. Splicing is not allowed for the programmed connection of reels. Splicing is only allowed as shown in the Plans to connect I a lateral fiber optic cable to the mainline distribution fiber optic cable. Splice locations other than those shown in the Plans shall not be allowed. 8-33.3(2) Fiber Optl Cable This section modifies an,,d supplements Sections 9-29.3(1). The Contractor shall I provide all materials required for the installation and splicing of the specified communications cables, power cables and associated interface devices. The contractor shall furnish and install an all-dielectric fiber optic cable that meets or exceeds the specifications mentioned above. After all conduits have been proofed and a suitable pull tape has been installed the contractor will,install the fiber optic cable in the following manner. a. Secure a swivel device that will pass through the conduit onto the pull tape. aa.Attach a shearing pin rated at or below the manufactures recommended breaking strength for the fiber. bb.Attach the fiber and the detectable pulling tape to the shearing pin. cc. Pull fiber through the conduit using an approve lubricant. dd.A mechanical device may be used as long as the manufactures recommended. breaking strength is not exceeded. Hand pulling is recommended. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-114 ee. Care `shall be taken as to not bend the fiber . e optic cable more than is recommended by the manufacturer. 8-33.3(1)A Splicing The contractor shall splice the utilizing.a fusion splicer that consistently provides a splice'loss of less than 0.2 dB per splice. All splices will have a heat shrink support sleeve for protection and strength. The contractors finished splice shall have a splice,loss of less than 0.1 dB. 8-33.3(3) Fiber Optic Patch Panel The Contractor shall install the Fiber Optic Patch Case within on the east wall of the City Hall P2 equipment room 'at a location designated°by:City staff. The Contractor shall provide a service loop secured to the wall near the splice case. The service loop shall be. a minimum of 50 feet in length. "8-33.3(4) Fiber Optic Patch Cords The Video/Data Receiver Cards shall be.instailed and�con#igared in accordance with rnanufacturees instructions in the locations." indicated on the project plans The Contractor shall install and test all video and dats1cablfng as indicated on the project plans. End-to end#esting!of the video signal pathland data channels shall be conducted to ensure,the correct operation of the Video/Data ftoelver Cardt and compliance with the manufacturer's specifications. 8-33.3(5) Buffer Tube Fan-Out Kits The contractor shall follow the manufacturer's-irastallatiorr4 instruction for the assembly and installation of the kit. 0-33.3(6)- 'Fiber Connectors The contractor shall`follow the manufacturer`s installation lns"tnIctibn for preparation and installation Jo€the'connectors on the fiber. ' All installed fiber connectors shall be tested with an approved light source and power meter following the EIAITIA at both 1310 nm and 1`650 nn . Testing shall be bi-directional. The connector shall have a loss not greater than. SdB. Documentation,certifying that all fibers have passedTthis testing shall be provided to the Y C1' of Renton Traffic Signal Shop, The doctmentation•shail lnciode typical OTDR print- outs for tests on each fiber in each direction and shall clearly identify the fiber tested. 8-33.3{7) Fiber Splice Enclosure The Contractor shall install the splice enclosure in locations where splicing is required and/or shown in the drawings. The splice enclosure shall'be securely fastened to the vault wall or aerial cable span. The splice enclosure shall be mounted td allover the cable to enter the enclosure without u exceeding the cable manufacturer's m nirrid "bending radius. Sufficient cable shall be called with the splice enclosure to allow the enclosure to be removed from the vault or aerial''pan for splicing. The splice- enclosure shall be bonded` to the "ground as per manufacturer's recommendations. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-115 The unprotected fiber exposed for splicing within the enclosure shall be protected from mechanical damage using the fiber support tubes and shall be secured within the splice enclosure. The fibers shall be labeled with vinyl markers according to the identification scheme indicated in the drawings. The enclosure shall be sealed following the splicing procedure as recommended by the manufacturer to provide a.moisture proof environment for the splices. Care shall be taken at the cable entry points to ensure a tight;and waterproof seal is made which will not leak upon aging. 8-33.3(8) Pull Bones This section modifies and supplements Sections 8-20.3(6).and 9-29.2. Pull boxes shalt be configured such that the tensile and bending limitations of the fiber' optic cable are not compromised. Pull boxes shall be configured to mechanically protect the fiber optic cable against installation force as well as Inert forces after cable pulling operations. Pulp boxes shall be installed in accordance with plans and details.. The contractor shall excavate by hand,`remove and dispose the existing pull boxes that are indicated on the plans'`Care shall be taken when excavating the existing pull boxes so as to not damage the existing conduits. The contractor shall place the new 26-3/4" X 36-3/4" X 12" Ault boxes over the existing conduit, being careful not to damage the conduit. The,extstfng conduit may need arranged in a way as to not exceed the minimum bend radius of the fiber. The new pull boxes shall be adjusted to be flush with the finished grade. 8-33:3(9) Vaults This section modifies and supplements Sections 8-20.3(6) acid.9-29.2. Utility vaults shall be installed in accordance with plans and details. Utility vaults shall be configured suchahat the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after .cable pulling operations. Locate the existing conduits as indicated on the plans, hand excavation may need to be used so as to not damage the existing conduit and cables. Once the conduits are located, excavate'a hole large enough to install a Fogtite 25-TA vault. The floor shall be resting on firmly compacted ground and level. Ensure that the existing conduits are at a minimum of 4" above the floor level. The contractor will cut out the knockouts to accommodate the existing conduits on the vault walls and place the vault over the conduits using a crane or similar mechanical device. Care shall be taken when lowering the vault,as to not damage the existing conduits. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 wisp-1.16 All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2- inches within the vault walls. At the 2-inch mark the I excess conduit on the existing structure will need to be removed and all cables exposed. All knockouts will need to be sealed using a mortar concrete mix to P revent rodent and water from entering the vault. The new vault shall be adjusted to be flush with the finished grade. 8-33.3(10) Conduit This section modifies and supplements Sections 8-20:3(5) and 9-29.1. All vacant conduit shall be proofed before installation using the appropriate size mandrel through the conduit. A polyester pull tape that meets or exceeds a breaking strength of 900 lbs will be installed in the proofed conduit prior to the fiber being installed. Conduits that contain existing or abandoned cables need to have a polyester pull tape installed that meets or exceeds a breakingi strength of 900.Ibs prior to the fiber being installed. Any conduit that cannot be mandrel tested o r have a pull, tape-installed needs to be excavated at the suspected area of obstruction and repaired. The Contractor shall provide all materials required-for,the.installation and joining of the contractor furnished schedule;40,PVC: All conduit will be fumished and installed by the contractor at a depth of 24-inches of cover above the top-of the conduit along the route indicated onAtTe approved plans, any deviation of the route will be approved by the design engineer.' All conduits joined will be sealed- an approve'UV-Cement used for PVC conduits. Conduit shall be laid to a minimum depth of: • 24 inches below the curb grade in the sidewalk area. • 24 inches below the finished grade in all other areas.:. The contractor shall restore the trench and asphalt to the appropriate Renton Cit Traffic P y Construction standards. The contractor shall dispose of all excess existing,trench material in a manner that is consistent with all Federal, State and City environmental policies: The number and size of the conduit to be installed will be identified on the plans. 8-33.3(11) Flexible Fabric Innerduct This section modifies and supplements Sections 9-29.1. ff. Contractor will install the innerduct in accordance with the manufacturers installation procedures. gg.Contractor will leave 30 inches of slack exposed at each end of the conduit. SOUTH E WASHINGTON LAK AS INGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-117 hh. Contractor shall install in conduits that are 1.5 inches in diameter,.a two-cell fabric innerduct. ii. Contractor shall install in conduits that are 2-inches in diameter, 1-three cell fabric innerduct. jj. Contractor shall install in conduits that are 3-inches in diameter, 2-three cell fabric innerduct. kk. Contractor shalt install in conduits that are 4-inches in diameter,3-three cell fabric innerduct. 8-33.3(12) Detectable Tape This section modifies and supplements Sections B-20.3(5). The contractor shall furnish and install the detectable tape in alt buried underground conduit that contains an fiber optic cable. 8-33.4 Measurement No specific unit of measurement shall a ply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. E 8-33.5 Payment Payment will be made in accordance with Section 1-04.1 and will be included in the Lump Sum bid item "Signal Interconnect Complete" DIVISION 9 MATERIALS 9-03 AGGREGATES (January$,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 3.79 million for Logan Ave N. 4.36 million for Park Ave N. 1.53 million for N 8tr, Street and 1.22 million for N 10th Street. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 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",W,'/2",and 3/8"sieves t6%o t8% U.S.No. 4 sieve t6%, t8%° U.S. No. 8 sieve t6% *8°t° U.S. No. 16 sieve t4% t6% _ U.S.No.30 sieve t4% 6°!° U.S.No. 50 sieve t4% t6% U.S. No. 100 sieve t3% t5% U.S.No.200 sieve t2%a *31/6 Asphalt Binder t05% 0.7% SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-118 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 fear sleves designated as 100'%passing will 99.100. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit (RC) Section.9-29.1 is supplemented by adding the following: The conduit P.V.C. - non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM,'Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. Conduit for fiber optic cables shall "meet the requirements of'-Section 8-33 in these Special Provisions 9-29.2 Junction Bb*ss (RC) 1 Section 9-29.2 is supplemented with: Junction boxes shall be reinforced concrete with galvanized steel from anchored in place �., and galvanized steel cover"plate (Diamond pattern) as indicated on detail sheets. 1�1 The e inscriptions on the covers of the junction boxes shall be as follows: 1. Signal only:"Signals 2. Street Lighting only: "Lighting" 3. Traffic Signal and.Street lighting Facilities: "TS-LT" .: 4. Fiber Optic or Twisted Pair Copper Interconnect--"TS" 5. " Fog-tite 25TA box`Telemetry" Inscriptions on junction boxes performing the same,function, i.e, street'fighting, traffic signal, or both, shall be consistent throughout the project. All functlotl boxes sEaall be installed in conformance with provisions contained in the standard plans and detail sheets. The above inscriptions shall not be higher than the top surface of the cover plates. The Fog-tite 25-TA boxes shall have inside dimensions of 57:5 X 22 X 30 inches and shall have two piece hinged lids. Junction boxes, pull boxes or vaults used for fiber optic cables snail meet the requirements of Section 8-33 in these Special Provisions' 9-29.3 Conductors, Cable Section 9-29:3 is revised and supplemented as follows: SupolIament: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the plans. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON visp-119 APRIL 2006 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Revisions: 8. Detector loop wire shall be No. >12 AWG stranded copper wire, Crass B, with chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. 11. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. Supplement: 9­29.3a Fiber Optic Cables Fiber optic cables shall meet the requirements of Section 8-33 in these Special Provisions. 9-29.9 Ballast,Transformers Section 9-29.9 is supplemented by adding the following: (*"" The Bailast shall be pre-wired to the lamp socket and terminal board. 9-29.10 Luminaires Section 9-29.10 is supplemented by adding the following: f Special luminaires shall be used in this project as specified. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected'to necessary.control relays. The unit shall be so designed that a failure of any electronic .component will energize the lighting circuit. The photo cell shall be a solid state device with stable tum-on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the lumtnaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(2) Flashing Operations The following items in Section 9-29.13(2) are revised: as follows: 2. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash and remove power from the controller. When the switch is placed on automatic, power shall be applied to the controller to initiate start-up sequence. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 wisp-120 wi hes. When the -automatic switch located inside the controller 3, Cabinet S, tc cabinet is placed in the flask operation Controller Cabinet Switches: When the flash-automatic switch located inside the controtler -cabinet is placed in the flash position, the signals shall immediately revert 46 flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal.cyclic,operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If`the flash- automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position,the signals shall immediately revert to flash.. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause:the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement: 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute 'per, circuit, plus or minus two flashes per minute. 9-29.13(3) Emergency Pre-emption Section 9-29.13(3) is replaced with: Immediately after a valid call has been.received, the preemption controls shall cause the signals to`display the required clearance intervals and subsequent'preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the pre-emption sequence shall"NOT,place a call''on all vehicle and pedestrian phases. Pre-emption indicators, if required,,shall turn, on When the controller reaches the pre-empted phase. Emergency vehicle pre-emption shall be fumished as modules that plug directly into a rack wired to accept 3-M discriminator„type units. The pre-emption system'operation shall be compatible with the 700 Series 3M company Opticom system which the City of Renton is currently using and shall be capable of being activated by the same transmitters The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up, to 1800 feet. (0.54 kilometers) along an unobstructed "line of sight" path. The system.shall clause the traffic signals controller to move into an appropriate fire pre-emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist`of the following components: 1. energy Optical ener detectors which shall be,mounted on the traffic signal mast p - arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal pre- emption which' will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. - O tical Detector 1. Shall be of solid state construction. 2.. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-121 o 0 3. Shall operate over an ambient temperature range of -40 OF to +180 OF (-40°C to +85°C). 4'. Shall have internal circuitry 'encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the, optical energy impulses generated by a pulsed Xenon source with a pulse energy.density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Discriminator Each module shall do the following: 1 Shall provide for a minimum of two channels of optical detector input. 2. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after,observing all vehicle clearances: The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9-29A30) Wiring Diagrams Section 9-29.13(4) is modified and supplemented by retaining the first three sentences and ' replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of .the cabinet door. There shall be four (4) complete sets of controller cabinet schematics as well as manuals for all assemblies and sub-assemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and Ioop assignments. There shall be a digital compact disk{CD) containing the controller cabinet schematics in autocad digital file format. 9-29.13(6) Radio Interference Suppressors Section 9-29.13(6),is supplemented by addirfg the following: A Comell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9-29.13(7) Traffic-Actuated Controllers Section 9-29.13(7) is revised and supplemented with: NEMA Traffic%gnai Co troflers: 1. The NEMA controller shall be an Eagle Model EPA0300-M50;or equal and shall meet the following specifications: 1.1 Required Standards Traffic signal controller shall meet or exceed all requirement of the NEMA TS2-1998 specification. Equipment supplier shall provide a-letter from an independent testing laboratory certifying controller compliance to the NEMA TS2-1998 specification. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-122 1.2 Standard NEMA Configurations Two input/Output configurations shall be;provided: a. NEMA TS-2 Type 1 for serial connec#pn to cabinet Bus Interface Unit b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors Central Processor Unit (CPU) In addition to NEMA requirements, the CPU shall provide the following: a. Microware OS-9 Operating System With runtime license b. Motorola 68360 microprocessor, 25 Mhz version c. 4`Me9 abytes minimum dynamic random-access memory(DRAM) d. 8 Megabytes minimum FLASH memory organized as*a disk drive e. 512 Kilobytes minimum static random-access memory(SRAM) f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic daylight savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination.. g. During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. 1.4 Power Supply In addition to NEMA requirements, the Power Supply shall provide the following: a.,_ Line Frequency Reference signal shall be generated Oy a crystal oscillator, which shall synchronize to the 60-Hz VAC incomirig-power line at 120 and 300 degrees. A continuous square wage signal shall be +5 VDC ' amplitude, 8.333 ms half-cycle tilse',duration, anti 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate'for missing pulses and line noise during hormair operation. ;7he Lime Frequency Reference shall continue.through 500 mS;power Intel., pt'rons •. b. STANDBY voltage'via supercapacitor::for backup .power during loss of service voltage shall be provided. Supercapacitor,shall have a minimum of 15 7farad nominal.size.`No batteries of any tyg6 are allowed. 1.5 Keyboard and Display. In .addition to NEMA requirements; Keyboard.;and ,Display shall provide the following: t. . a. Removable by putting off, installed by pushing on, wrt4qut use of tools b. Stowed extension cord to allow remote use of keyboard and display'. c. Emulation-of terminal per Joint NEMA/AASHTO/ITE ATC Standard d. Key quantity and function per Joint NEMAIAASHTO/ITE ATC Standard e. Liquid Crystal Display(LCD) with 8 lines of 40 characters f. LCD contrast adjustment accomplished"via the keypad ,no contrast knob allowed. g. Light-emitting diode backlight for the LCD: h. Audible electronic bell. I. Connector compatible with 060 -of. Joint, NEMa/AASHTO/ITE ATC Standard, with the addition of +5VDC supplied by.the controller on C60, Pin 1 1 d , r j. Keyboard and display may be deleted for cost savings by the Agency. 1.6 Communications In addition to NEMA requirements,the controller'shall provide the following: a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), one unique IP address for each controller. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-123. c. Built-in Infared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built-in 1200 bps frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. f. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. 1.7 Controller Housing In addition to NEMA requirements, the controller housing shall provide the following: a. Seven slots with card guides for standard 3U size Versa Module Europe expansion modules. The expansion modules and mating back plane board in controller are optional,per Agency specification. b. Two slots with card guides for standard Joint NEMA/AASHTO/1TE ATC modems. The modems and mating back plane board in the controller are optional, per Agency specification. c. Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. d. Built-in carrying handle e. Two adjustable front mounting feet, used to raise the front cables and vary the display viewing-angle. 1.8 Traffic Control Software Functions In addition to NEMA requirements, the controller shall provide the following: a. 16 Vehicle.Phases b. 16 Pedestrian Phases c. 4 Timing Rings d. 16 Overlaps e. 80 Detectors f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, Communication, Detector Diagnostics, Intersection, Input/Output g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System Detector L.og MOE',Log, Speed Log, Volume Count Log, Cycle MOE Log Mff h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield Mode, Permissive Omit Mode,- Sequential Omit Mode, full Actuated Mode. i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive Protected 1 Permissive Routines, Conditional Virtual Split>Routines, Coordinated Adaptive.Split Routines. j. Preemption/Priority Routines k. Standard Reports 1. Built-In Diagnostics; Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events NEMA and 207ON Traffic Signal Controller Firmware: 1. The controller shall have Eagle SE-PAC firmware or equal installed. 2. Operating Displays shall be via front panel and laptop computer. 2.1 The dynamic displays listed 'below shall be provided to show the operational status of the controller.Additional displays shall be offered for programming. 3 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-124 �p g h indicate the active status of all 2.1.1 An.intersection status display" s a ll in d signal driver outputs and vehicle piva. strian calls. When this display is active, vehicle and/or, pedee:tr�ra cols, may be placed from the keyboard. 2.1.2 An active timer display shalf =show a summary of ring, phase, coordination, preemption and time-basatl control;status. The menu shall .....provide for the selection of any combination of the rings for display(Rl + R2,R3 +R4, R1 +R,3, etc.),This active timer display shall indicate current interval, pedestrian, density, passage, and maximum timing by phase and ring. The status of vehicle and pedestrian phases shall be displayed in combination with vehicle and pedestrian balls. Operational modes shall also be displayed e.g. Time Base, Interconnected, System, Backup, Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic Flash, etc. When this display is active vehicle and/or pedestrian calls may be placed. 21.3 A coord timers#display shall allow viewing of the real time status of coordination timer(s) and parameters for the active pattern. The coord timers -'display shall `indicate the command source, current pattern information,local/system cycle`count; offset mode, offset correction, time- based control status, coord mode, max mode, force-off mode, phase pattern&mode and permitted phase&control data. 2.1,4 . A preempt timers display' shall indicate preemption (railroad, fire, emergency)*and,low priority (bus)status. When a preemptor is active, the display shall also indicate preerrip#or interval and timer countdown as well as priority lockout and max call time out. 2A.5 A time base status display,shafl indicate the current time and date, the current day and week program;-the active programmed selections of the coordination pattern and auxiliary functions. 2.1.6 A detector status display shall indicate the current status for up to 80 detectors.The display shall show the status as determined by the detector diagnostics capability of the controller. The condition will be reported as one of the following states: on lime; #ailed,'open loop, failed shorted loop, failed excessive inductance change, failed max presence diagnostic, failed` no activity diagnostic, failed'erratic counts .diagnostic, BlU frame `fault, not supported or "l-WDI (nof'detector, detector failure or detector watchdog tlmeout). 2.1.7 A conflict monitor display shall indicate the current status of the conflict monitor, all channel RYG inputs, and up to six (6) faults simultaneously. 3. Programming 3.1 Programming displays shall use front panel and laptop computer and shall meet the following requirements: 3.1..1 Programming displays in the 1form of menus shall aid the operator in entering data from.the front-panel keyboard {1f controller has a keyboard). 31.2 Amain menu shall allow the'uset•'to select a major function of the controller. A subm.enu shall then,be displayed to allow the user to select a sub-function within the major function. . 3.1.3 English language and traffic engineering terminology shall be used throughout to facilitate programming. The'display organization shall allow traffic personnel to program the controller without using reference cards or manuals: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-125 3.1.4 Programming entries shall consist of alpha or numerical values. During program entry, the new data shall be displayed as it is entered. Entries shall only be validated and stored when the ENTER ("E") key or the cursor key is pressed. Programming Methods 3.2.1 The methods .listed below shall be available for controller programming. The manufacturer shall be able to provide as off-the-shelf items all of the firmware and software required to affect the listed programming methods and to implement network operation with system masters and host PC's. a. Manual data entry via the front panel keyboard. _ b. Data downloading via telemetry from a system master connected to a host PC in a closed-loop system. c. Data downloading from a portable PC-compatible computer via null- modem cable. d. Data downloading from a PC-compatible computer via modem. e. Data downloading from one controller to another using a serial port on each controller: Programming Security 3.3.1 The firmware shall prevent the alteration of keypad set unit variables prior to the user having entered a specific code.No access code shall be required to display data.Access codes shall initially be set at"0000". Entry of a code of"9999" shall prevent access from being turned off. Programming Utility f=unctions 3.4.1 A copy function shall'permit copying all timing data from one phase to another. it shall also permit copying all coordination pattern data from one patter to another. This feature. shall facilitate data entry when programming any two or more phases with the same timing values and/or two or more coordination patterns with the same pattern data.. 3.4.2 The firmware shall contain ,a backup database stored in nonvolatile memory: A copy function shall permit transferring the backup database to the active database. An alternate database for interchange control operation shall be selectable. 3.4.3 A print function shall allow the printing of firmware data and detector count, detector failure, and event logs. The firmware shall be capable of interfacing with any printer with an RS-232 interface and capable of a minimum width of 80 columns. The printer configuration shall provide user selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 or 8), and parity(odd, even,,and none). 3.4,4 A display or laptop computer screen shall allow the user to view the controller software'version number. 3.4.5 A display or laptop computer screen shall assist the user in programming the conflict monitor programming . card based on the controller unit ring structure and overlap programming. 4. Actuated Control Functions shall provide: 4.1 Phase sequence 4.1.1 The phase sequence of the controller shall be programmable in most any combination of sixteen phases and four timing rings. 4:1.2 Phase sequence information shall be changeable and shall be stored in FLASH memory.- , SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON - APRIL 2006 vi,sp-126 Ov5«9 � Th standard phase sequence of the controller also shall be capable 4.1.3 e p q of being altered by coordination, ttme�of-day or external altemate sequence command. Each of the"fifteen alternate sequence commands shall show reversing the normal ph s sequel ce of eight phase pairs. The sixteen total sequences shall offer,00ry combination of lead-lag on an eight phase quad-left application. 4.1.4 The firmware shall provide an adaptive protected/permissive sequence capability which measures the volume of left turn vehicle traffic and available gap windows in the opposing through vehicle traffic to determine whether the turn should operate in protected or permissive mode. 4.1.5 The firmware shall provide the ability to inhibit service of a phase based on another phase being ©N. 4.1.6 The firmware shall provide control _of five-section, protected/permissive left turn heads. When selected, this feature shall cause the through (even) phase yellow to inhibit display of the left turn (odd) phase yellow. 4.2 Timing intervals 4.2.1 Timing intervals shall be programmable from 0-999 in one second increments or from 0-99.9 in one-tenth second increments, depending on the function. 42.2 - Guaranteed minimum interval values of 3.0 seconds shall be set for all yellow clearance timings (normal and preempt routines). 4.2.3 Oars before reduction shall provide' a user-specified number of actuations, or cars waiting, that-must occur before starting gap reduction. Gap reduction shall.be initiated by either time before reduction or cars before reduction, whichever reaches its maximum value first. 4:2.4 The firmware shall be capable of alternate passage I maximum timings for each .phase. Up to three alternate passage timings and maximum green timings shall be.selectable based on time of day. 4.2.5 The firmware shall be capable of dynamically extending the maximum green time for each phase based.on.vehicle demand. Up to three dynamic maximum green intervals shall'be selectable per phase based on time-of- day. The initial interval shall be selectable as either Max 1 or Max 2. If the phase terminates due to max-out for two successive cycles, then the maximum green time in effect shall automatically be extended by one dynamic step interval on each..successive cycle until it is equal to the selected Max..If the phase gaps=out for two, successive cycles, then the maximum green time shall be 'reduced by one dynamic step interval until such subtraction would mean the adaptive max was less than the smaller of the normal max or the dynamic max value. 4.3 `Overlaps 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A through P).These shall be individually programmable. 4.3.2 Each overlap shall be individually programmable to enable the green to remain on following termination of the parent phase green (trailing operation). The firmware timing-for the trailing operation shall include green (0-999 seconds), yellow0-99.9 seconds) and red (0-99.9 seconds) timing intervals for each overlap. 4.3.3 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is ON. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-127 4.3.4 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is NEXT: 4.3.5 Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green when the entered phase is outputting a green and outputting a yellow when the entered phase is outputting a yellow. 4.3.6 Each overlap shall provide an entry (phase number)that will prevent. the overlap from outputting a green until the the 'entered phase is outputting a green. 4.4 Conditional Service 4.4.1 The firmware shall provide 'a programmable conditional service feature. When selected,`the controller shall service an odd-numbered phase once normal service to that phase has been completed and enough time for additional service exists on the concurrent even phase. 4.5 Additional Features 4.5.1 The following features shall be programmable for each phase: a. Phase in use b. Locking/non-locking detector memory c. Vehicle recall (Minimum, Maximum, and Soft) d. Pedestrian recall e. Recall Delay 4.5.2 Soft recall shall return the firmware to the programmed phase when a conflicting phase is in green or red dwell and there are no serviceable conflicting calls. 4.5.3. Recall delay shall cause the programmed recall (min, max, soft, and ped) to occur the programmed seconds (0-999) after the phase termination. 4.5.4 The firmware shall permit power-up start and external,start to be programmed by phase and interval. Start intervals shall be green, yellow or red. 4.5.5 During a power-up start condition, the firmware shall be capable of timing an all4ed of flash interval before the start phase(s) and interval are displayed. 4.5.6 The firmware shall provide last-car passage operation on a per phase basis. When selected, this feature shall provide a full passage (vehicle extension) interval when a phase gaps out with a gap in effect less than the vehicle extension Interval (preset gap). 4.5.7 . The firmware shall provide both single and dual entry';operation. When selected, dual entry shall cause the firmware to ensure that one phase is timing in each ring: 4.5.8 The firmware shall provide the following additional selectable pedestrian functions: a. Actuated phase Rest in Walk. b. Flashing WALK output. c. Pedestrian Clearance protection during manual control. d. Pedestrian Clearance through yellow or through yellow and red clear. 4.5.9 The #irmwate shall provide a programmable simultaneous gap termination feature.When programmed, phases'in both rings shall gap out together in order to terminate the green interval and cross the barrier. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY Of RENTON vi,sp-128 APRIL 2006 g , 4.5.f0 The firmware shall provide � automatic flash selection per the requirements of the MUTCD. Both the flash entrance and exit phases shall be programmable, and flashing shall be controlled by either setting the voltage monitor output to be FALSE or by flashing through the load switch driver outputs.Automatic flash shall be selectable by external input, system command,or time of day. 4.5.11 The firmware shall provide dimming for selectable load switch outputs. Dimming shall be accomplished by inhibiting the selected outputs for alternate half cycles.of the 120 VAC line. Dimming shall be controllable by time of day and an external input. Programming shall permit individual dimming of the Green/Walk, Yellow/Ped Clear, Red/Don'tWalk outputs for each load switch. 5. Coordination Coordination,, functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall•,be provided as a standard feature, with no need for,additional modules or software. 5.1 Coordination Modes The normal coordination mode shall be-selectable. Each pattern shall be capable of overriding- the normal coordination mode with an individually selectable coordination mode for that pattern-.. 5.1.,1 Permissive Mode The cogrdinated phase(s) shall operate as non actuated when coordinated. The coordinator shall provide for a controlled release (permissive period) from-the coordinated phase(s) to each of the remaining phases in sequence.When a call is not present for the phase to be.:-serviced next in sequence, =the coordinator shall re-allocate that phase's time to the end of the coordinated phase. The first part of each permissive period.-shall consist of a vehicle permissive period.The length of the period shall be determined by the phase split and the vehicle minimum service tune. The second part of each permissive period shall consist �of a pedestrian permissive concurrent with the.=vehicle, permissive. The length of, this period shall,be determined by the phase split and the pedestrian minimum service time. Prior Jo-the beginning pf the first ,permissive period, the coordinated phase pedestrian shall display the Pedestrian Clear indication and dwell Don't Walk. This will expand:each subsequent phase permissive due to the absence of coordinated phase. Pedestrian 'Clear time in each. The coordinated phase pedestrian shall dwell Don't Walk until such time as the coordinated phase terminates and returns to Green or the last permissive period in the cycle'is,complete without the coordinated phase terminating. 5.1.2 Yield Mode The coordinated phases(s) shall operate as non-actuated when coordinated. The coordinator shall provide for a single release from the coordinated phases(s) to the remaining phases in sequence. 5.1.3 Permissive Yield Mode - The'operation shall be similar to Permissive Mode above with the following exceptions: 1. The coordinated phase pedestrian shall be actuated. 2. Immediately prior to the first permissive, the coordinator will provide a variable period for the coordinated phase extension {Permissive Yield. Point . 3. The amount of coordinated phase extension shall be distributed proportionally. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-129 A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.4 Permissive Omit Mode - The operation shall be equal to Permissive Yield Mode above except that once the coordinated phase has terminated to service a call, it shall note occur again until after the last phase permissive has terminated or a phase is on that is compatible with the coordinated phase. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.5 Sequential Omit Mode - The operation,shall be equal to Permissive Yield Mode with the following exceptions: 1. Sequential Omit Moue provides a phase by phase sliding window of service (lifted omit). One and only one phase in a ring will have the omit lifted at any time: 2. Following the Permissive Yield Period,the coordinated phase shall be omitted until the last permissive is over. 3. Following the Permissive Yield Period, the opening of a permissive shall occur concurrent with.the closing of the prior permissive.°The closing of each permissive shall occur at its normal position in the cycle. -A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive Yield Mode with the following exceptions: 1. Following the Permissive Yield Period, 'any phase may be served in the standard sequence provided the permissive period for that phase has not expired. 2. Fallowing the Permissive Yield Period, any phase may be reserviced in the standard sequence provided the permissive period for that phase has not expired. 3. Following the Permissive Yield Period and prior to the end of the- permissive for the phase before the first coordinated phase, the coordinated phase shall operate as an actuated phase. A limitation shall beset on'Full Actuated mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.2 Timing Plans 5.2.1 A ;minimum of: 16 Timing Plans (dialfSplit) shall be provided. The Timing Plans shall be selected using telemetry (system), hardwire, or non interconnected (time base) commands. 5.3 Cycle Length 5.3.1 One cycle length shall be provided for-each Timing Plan. The cycle shall be adjustable over a range. of 30.999 seconds in i second increments. The cycle time of each Timing Plan should be equal to the sum of the phase times of the longest path between barriers in all rings in the firmware. 5.4 Synchronization 5,4.1 For systems with a single system sync pulse, coordination timing shall be synchronized to the leading edge of that pulse, which shall serve as the master zero reference for all offset timing. am SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-130 5.4.2 For hardwire systems with''multiple-s yn c pu lses, the coordinator shall lock onto the correct sync by checking for reoccurrence based on the running cycle length. 5.43 after a valid system sync pulse`has been received the coordinator shall check for the proper occurrence of the system sync pulse during each subsequent cycle. if a sync p0ser,does not occur for two consecutive cycles, the coordinator shall revert to "sync monitor,free" operation (may be replaced by a TBC event). 5.5 Offset 5.5.1 Offset shall normally be 'defined as the time period from the system sync pulse to tte beginning of the leading coordinated phase green(local zero). The coordinator shall also be capable of referencing the offset to the end of the coordinated phase green. 5,52 Offsets shall be programmable in seconds. The range shall be from 0 999 seconds in 1 second increments. The coordinator shall provide three offsets per Timing Plana 5.5.3 Offset changes shall be achieved by adding or subtracting cycle time over multiple cycle periods to allow a smooth transition to the new offset. Offset correction using dwell shall also be selectable. 5.6 Split 5.63 Each split shall provide a split interval for each phase. The split interval shall be programmable using�seconds.The Irange shall be from 0- 400 seconds in 1 second increments. _° 5.6.2 Split interval settings shall- determine the maximum time, including vehicle clearance (yellow and red), for a non-coordinated phase, or the minimum time for a coordinated phase., 5,b.3 The firmware shall provide a `fixed' forced mode that terminates a phase based on the plan timing: Each phase shall be forced the split time . after it becomes active to enable all unused time phase by phase to the beginning of the coordinatedphase. 5.6.4 The firmware shall provide a `floating' force'mode that terminates a phase based on the cycle timing. Each phase'shall be forced at a fixed position in the bac kground-cycle to enable unused time phase by phase to the next phase that has vehicle traffic That is capable of taking it. 5.6,5 'The firmware shall provide the ability to inhibit the internal maximum green timing from terminating. a phase during coordinated operation or force the concurrent operation of,Maximum Green 1 1 Maximum Green 2 during coordinated operation:: 5.7 Transition Cycles 5.7.1 The firmware shall provide a smooth and orderly transition when changing from free operation to coordinated operation and from one coordination command to another. 5.7,.2 During a free-to-coordinated transition, the firmware shall initiate a pick-up cycle beginning upon receipt of :a valid coordination command. The firmware shall then enter coordination mode at the beginning of the coordinated phase greens. " 5.7.3 Each coordination command shall' select a cycle, offset and split. �r Cycle, offset and split changes shall not take effect until local zero. 58 Absolute Sync SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-13t 5.8.1 The firmware shall provide a sync reference method in which each cycle will be individually referenced to a single point in time. This operation shall allow the firmware to keep in step with a free running cycle counter, particularly one which does not divide evenly into 24 hours, such as a 70 second cycle. Following a power outage, the firmware shall automatically update the absolute sync reference points. The firmware shall be capable of updating the reference points following a power outage of up to seven days without being reset. 5.9 Local Split Demand 5.9.1 The coordinator shall provide a minimum of two queue selection routines (four detectors per routine assigned from system detectors) which shall allow the selection of a preferred coordination pattern-based upon intersection demand. 5.9.2 The queue routines shall be capable of selecting tasks other than pattems when the demand level exceeds`the thresholds. As a minimum, the alternate passage/ maximum operation and adaptive maximum operation as specified above shall be selected via the queue routines. 5.10 Free Mode 5.10.1 The coordinator shall provide a free mode of operation,' where all coordination control is removed. 5.10.2 Free mode operation shall be selectable by coordination commands. 5163 The coordinator shall revert to the free mode when active controller inputs or functions would interfere with coordination.' Such inputs or functions shall include the following: a. Manual control enable b. Stop time c. Automatic flash d. Preemption 5.11 Manual Control The firmware shall allow manual override of the current coordination command. The manual command shall allow selection of any coordination patter to be in effect. 5.12 Interconnect Modes 5.12.4 The coordinator shall be capable of operating with any of the following interconnect types:, a. Telemetry b. Non-Interconnected coordination (time-based) c. Hardwired 5.1.2.5 The coordinator shall be compatible with fixed-time interconnect, which provides the sync pulse superimposed on the offset lines. The non interconnected coordination mode shall serve as a backup when using telemetry or hardwired interconnect. 5.13 Master Coordinator 5.13.1 The coordinator shall output the coordination command, including sync pulse: This feature shall permit the firmware to be used as.a time-of- day master in a hardwired interconnected system. 5.13.2 The firmware shall provide a user selectable option of interruptor sync pulses on the active offset output. Interruptor sync pulses shall provide the true sync pulse plus additional pulses at intervals equal to 20% and 25% of the cycle on alternate cycles. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-1$2 5' 6 Preemption The firmware shall provide a minimum of six preemption sequences. Preemption capability shall be standard and shall not require additional modules or software. 6.1 Railroad-Fire-Emergency Vehicle Preemption 6.1.1 The six preemptors shall be selectable as to priority one to another and any preempt to automatic flash. 6.1.2 Each preemptor shall provide a locking and non-locking memory feature for preemptor calls. If a preemptor is in the non-locking mode and a call is received and dropped during the delay time, the preemptor shall not be serviced. 6.1.3 Preemptor timing intervals shall be programmable from 0-999 in one second increments or 0-9.99 in one-tenth second increments, depending on function. 6.1.4 A programmable delay time interval shall be provided to inhibit the start of the preemption sequence.This time shall be programmable from 0499 in one second increments. This interval shall begin timing upon 'receipt of a preemption call. 6.115 A programmable extend time'shall be provided to stretch the call duration from the point of termination of'the`actuation. This time shall be programmable from 0-999 in one second increments. 6.1.6 A programmable-duration `tlnte• shall be provided to control the minimum time that a .preemptor= remains active. This time shall be programmable from 0-999 in one second increments. 6.1.7 A programmable maximum call time shall be provided to control the maximum time that a preemptor.remains in control This time shall be programmable from 0-999 in one second increments. The preemptor maximum call time interval shall..tie inhibited when set to zero. 6.1.8 A programmable lockout time shall be provided to prevent entering a Low .Priority routine following exit from preempt. This time shall be programmable from 0-999 in one second increments. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before- the, low-priority routine may be serviced, 6.1.9 Signal displays,in effect at the beginning of a preemption sequence shall- of be terminated unless the respective green/walk has been in effect for a minimum time. If the respective green/walk has been active for longer than the programmed minimum GREEN/WALK time, the firmware shall immediately advance to the next interval Minimum times shall be programmable for the GREEN/WALK,interval on a per ring basis. This time shall be programmable from 0=999 in one second increments. 6.1.10 A phase shall advance to pedestrian clearance if it has timed the minimum GREEN/WALK interval at the beginning of a preemption sequence. The programmed preempt pedestrian clearance will then be timed . During preemption, Track Green and Dwell, pedestrian signals shall be individually selectable as being. a solid DON'T WALK, solid WALK, flashing WALK,OFF (blank), or cycling (dwell). 6.1.11 During preempt, Track Green and Dwell, vehicle signals (phase and overlap) shall be individually selectable.as being a solid Red, solid green, flashing Red, flashing Yellow, or cycling (dwell). 61.12 Each preemptor shall provide user-programmable Track Green and Dwell intervals with appropriate clearance intervals. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-133 6,113 During the track green period, the preemptor shall time the track green, yellow and red intervals once, and then advance to the dwell interval. If track green timing is not selected (Track Green set to zero) the track green and clearance intervals shall be omitted from the preempt sequence. 61.14 The preemption dwell interval shall remain in effect until the preemptor duration time and dwell times have elapsed and the preemptor call has been removed or the preemptor maximum time has been exceeded. 6.1.15 Exit phases shall be selectable to time after the preemption sequence has been completed. These shall serve as transition phases to return the controller to normal operation. It shall also be possible to place calls on selected phases upon exiting preemption. 6.1 .16 Preemptor linking shall permit preemption sequences, where lower- priority preemptors may call the higher-priority -preemptors upon termination of their preemption sequence. 6.1.17 Preemptor active outputs shall be provided for each of the preemptors. The output shall be set to ON when the corresponding preempt or low-priority routine is in control Additionally, it shall be possible to program the non-active, preemptor outputs to flash while another preemptor is active. An additional output ("priority active") shall be active when a priority routine is in control. 6.2 Low Priority Routines 6.2.1 Six low-priority routine routines shall provide control for bus or other low-priority vehicles. The low-priority routines shall be overridden by Am preempt(railroad-fire-emergency vehicle) calls. 6.2.2 An oscillating signal (1 to 6,25 hz - pulse-per-second) signal with a 50% duty cycle shall identify a low-priority call. Low-priority calls shall be capable of call memory and shall be served in the order received. 6.2.3 Low-priority timing intervals shall be programmable from 0-999 in one second increments. 6.2.4 A lockout time shall be provided to avoid excessive utilization of the same low-priority routine. If a call is received before the lockout time has elapsed, the'low priority routine shall not be reserviced. If a lockout time has not been entered (zero entry) then all phases with a call when leaving< the sequence shall be serviced before the low-priority routine may be served again. 6.2.5 Low-priority routines shall provide -delay, extend, duration, and maximum call time functions similar to those for railroad= fire-emergency vehicle preemptors described above. 6.2.6 The taw-priority routine shall advance to the green dwell interval. During this interval, permissive phases shall be selectable to remain green until the dwell time has elapsed and the low-priority routine call has been removed or the preemptor maximum call time has been exceeded. 6.2.7 The low priority routine shall advance to the dwell interval as if Force Off were active. This shall preclude early tennination of a Green interval prior to the completion of Minimum Green, Maximum initial, Walk, or Ped Clear time. The ability to Skip' phase(s) during this transition shall be providing as a user option. 62.8 It shall be possible to program the controller to allow concurrent phases to be serviced for a low-priority routine with only one phase selected as the dwell phase. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-134 �' t #>_ ! 6.2.9 It shall also be possible,to place calls`on selected phases upon exiting a low priority routine. 6.2.1 a Low Priority routines shall nd diaable -or lockout coordination. Coordination shall continue to run during the low priority routine and shall determine the phase(s)to follow ba d"can the current allowed phase(s) in the"background cycle, 7 Preemption Safeguards 7.1 If a preemptor call is active when power is restored to a controller,the firmware shall maintain the start-up condition for the duration of the preempt input and start-up time. Similarly, if external. start is applied during a preemption sequence, the controller shall revert to:Start-up rather than the'initialization condition. The start-up condition shall remain in effect for the duration of the external start; preempt input and/or.start up time. 8 Time based Control & Non-interconnected Coordination The firmware shall include time-based control. 8.1 Time-Based Control 8.1.1 A minimum of 250 different traffic and/or auxiliary events shall be capable of being programmed over.a W year time frame. 8,1.2 A program day is the list of traffic and/or'auxiliary.events to occur in a . 24 hour period. The TBC program shall provide for 99 program days to be defined. 8.1.3 The normal day-of-week (Sunday through Saturday) event listing will utilize program days 01 through 07 with Sunday being program day 01. 8.1,4 The exceptions to the normal day of-week event listings (special days) will utilize program'days 01 through 99. Program days 01 through 49 will be utilized for special day programs.which occur on the same date (month and month day):every year. Program days'50 through 99 shall be utilized for special days which occur on one date(year, month and month day). 8.1:5 It shall be possible to equate program, days which require the same event listing to effectively multiply.thr event capacity. It shall be possible to transfer(copy) an entire program day event listing to another program day to permit data editing to create a similar but different program day event listing. 8.2 Traffic Functions 8.2.,1 The TBC scheriuier shall provide for the programming of traffic and auxiliary events to implement non-interconnected coordination. These shall not have to be entered in any special sequence. Each of the traffic events shall permit selection of the-following functions: a. Time of occurrence (Hour, minute and program day) b.' Coordination (TBC pattern or interconnect) c. Free (No Coordination) d. Flashing e. Maximum 2 Timing by phase f. Phase Omit by phase g. Ped Omit by phase h. Maximum Vehicle Recall by phase 1. Minimum Vehicle Recall by phase j. Pedestrian Recall by phase 8.2.2 Selection of TBC on-line by`extemal input shall allow the coordination pattern selected `by the hardwire system to override the current TBC coordination pattern. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-135 8.2.3 When operating in the non-interconnected coordination mode the synchronization point for all cycles shall be referenced to a user selected reference time (hour and minute) or the event time. The sync reference time is that time from which.all cycle zeros shall be calculated. The synchronization point for the cycle selected by the current event, shall be computed using the present time, sync reference time, and cycle length. The synchronization point shall occur whenever the present time is such that an even number of cycle length periods have occurred since the sync reference time. 8.3 Auxiliary Functions 8.3.1 These events shall be separate from the non-interconnected traffic events described above. Auxiliary events shall not have to be entered in any special sequence: Each of the events shall permit selection of the following functions: a. Day program assignment b. Start time c. Auxiliary outputs e. Dimming g. Detector logging h. Detector diagnostic plan L Control of eight special functions 8.4 Time Of Year Functions 8.4.1 The firmware shall be capable of ' implementing exception day programs and alternate week programs on a Month, Month Day, and Year basis. A minimum of nine (9) alternate week programs shall be capable of being_defined. 9 Detector Functions - 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input shall be assignable to any phase and be programmable as to detector function. Extend and delay timing shall be provided for each detector. 9.2 The firmware shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross-switch phases. If the assigned phase is not green and the cross-switch phase is green, the detector shall place calls on the cross switch phase. 9.3 Each vehicle detector shall be user-programmable to`operate as one of the following 7 detector,types: a. Type 0 (VEH) - Detector shall operate as"a standard detector providing one call per actuation. b. Type 1 (PED): The detector input operates as a standard pedestrian detector. c. Type 2 (ONE): The detector input operates as a vehicle detector that is operational while the phase is not green until a call is received on the assigned phase. d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until,the detection area is empty.The extend timer shall begin timing with the phase green. Once the extend timer times-out OR the detection area is empty, no further calls shall be accepted until the phase is again not green. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 Vi,sp-136 e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty (if the extend timer is set to zero).The extend timer shall begin timing with the phase green. If a call is received before the extend timer has timed-out, the timer shall be reset. Timer reset shall occur until a gap between the calls is large enough to allow the extend timer to time-out. Once time-out has occurred, no further calls shall be accepted until the green terminates. f. Type 5 (PPL): The detector input operates as a turn vehicle detector Adaptive Protected/Permissive routine. g. Type 6 (PPT): The detector input operates as a through vehicle detector. Adaptive Protected/Permissive routine. 4 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed 9. c p g 9 trap detector sets. Speed shall be detected using a two detector configuration. Speed shall be computed using a keyboard entered loop spacing distance (11 ft. or 22 ft.). 9.5 The firmware shall provide a minimum of 8 hardware-denoted pedestrian detector inputs. Each pedestrian detector shall be assignable to any phase. 10 System Communications 10.1 The firmware shall be capable of communicating with an on-street system master or directly to a central office computer-based system master. This capability shall be provided by a separate telemetry module, which shall be included in•the controller when required by the plans and specifications. The telemetry module shall receive system commands and data transmissions. In addition,it shall transmit the controller status, data base and system detector information to the system master. 10.2 System Commands 10:21 The telemetry module shall allow the firmware to receive, as a minimum,the following commands: a. Cycle, offset, and split(coordination pattern) b. Timing parameter downloading and verification c. Special function commands (minimum of eight) d. Coordinated, Free, standby and flash mode commands e. ' Time and date f. Request for local status 10.2.2 In the absence of being polled by the master, within a user-defined period (1-255 minutes), the local will revert to backup TBC and coordination mode. When again polled by the master the local will return to the system mode and transition to the master-called program. ( ' 10.3Status Data 10.31 The status of each of the following functions shall be transmitted to the system master in response to a local status request: t' a. Green and yellow status for all phases and overlaps b. Walk and pedestrian clearance-status for all phases c. Vehicle and pedestrian detector status d. Phase termination status e. Local time f. Coordination status (1) Command source (2) Sync or transitioning status of coordinator g. Conflict flash status SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-137 h. Local flash a st us t I. Automatic flash status j. Local Free k. Preempt activity and calls I. Volume and occupancy data from a minimum of 8 system detectors m. Speed data from a minimum of two speed detectors n. Status of six user-defined alarms 10.4Upload/Download Capability 10.41 The telemetry module shall provide the capability to upload/download the entire intersection data base. 10.5Telemetry 10.5.1 Fiber-optic communications capability shall be available. 10.5.2 There shall be a communications status display to show telemetry activity as follows: on or off line, carrier active or inactive, transmit active/inactive and response returned receive active and data valid or invalid 11 Diagnostic Features 11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that consists of resident diagnostic capabilities, some automatic and some user initiated, describing its own intemal state. The automatic Validation Suite routines run continuously in a loop until stopped by the user. The user-initiated routines are executed on command by a front panel or laptop key entry. Some of the tests require installation of wrap-around or loop-back cables. 11.2Automatic tests perf ormed on the controller include: Real Time Clock, RAM memory, FLASH memory, Input/Output wrap-around, S'DLC packet, and Timers. 11.3 User-initiated tests perform,ed on the controller include: Keypads and Displays., Data Key Validation, and Terminal Validation. 11.4 Detector Diagnostics 11.4.1 Time-of,�day controlled detector diagnostics shall be provided that allow, vehicle and pedestrian detectors for no activity,` maximum presence., g`nce , and erratic output. 11.1.2 A minimum of two detector diagnostic plans shall be provided. These plans shall be selectable.on a time-of-day basis. This shall allow varying the detector diagnostic values to correspond with changes in detector activity. 11.1.3 If a detector is diagnosed as failed, the associated phase shall be placed on minimum recall until' such time as the detector is classified as "on-line". 11.1.4 Diagnostics for detectors connected to the controller using a Bus Interface Unit (BIU) shall also include detection of watchdog, open and shorted loop, and excessive inductance change failures. 12 Logging Features The firmware shall be capable of logging and reporting activity, failures, and the occurrence of selected events or alarms. 12.1 Communications Fault Logging SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-138 t 3 y 12,1.1 The firmware shall include 'a communications fault log ,capable of storing a minimum of 60 time and date-stamped communications fault events. Once logged, communications fault events shall remain in the log until cleared or the log 'capacity is exceeded at which time the oldest communications fault events shall be overwritten. 12.2 Detector.History Logging 12.2.1 The firmware shall include a detector history log capable of logging raw and average,volume and raw and average occupancy for up to 8 system detectors. The log shall tae capable of storing a minimum of 96 time .and date stamped detector history events. Once logged, detector history events shall remain in the log-,-until cleared or the log capacity is exceeded at which time the oldest detector history' events shall be overwritten. 12,2:2 The detector logging shall be controlled as TBC programmed events. 12.3 Detector Fault Logging 123.1 The firmware shall include a detector fault log capable of storing a minimum of 60 time and date-stamped detector fault events. Once logged, `detector-fault events shall remain in •the log until cleared' or the log capacity is exceeded at which time the oldest detector fault events shall be overwritten. 123.2 All detector diagnostic faults shaifsbe�recorded in the detector fault log including: no activity, maximum presence, erratic counts, watchdog failure, open loop, .shorted loop, and excessive-inductance change. if a detector recovers after a diagnostic fault, a detector-on-line event shall be stored in the defector fault log. 12.4 Event Logging 12.4.1 The firmware shall include an event log capable of storing a minimum of 120 time and date-stamped.events or alarms. Once logged, events shall remain in the log until,cleared or the log capacity is exceeded at which time the oldest events+shall be overwritten. 12.4.2 At a minimum the following- events shall be logged: communication faltures, coordination faults; conf(ictt monitor and local flash status, preempt, power ON/OFF, data change ,(from keyboard), data change (from remote), processor faults,°EPROM•and EEPROM diagnostic faults, invalid configuration. Up to 86 different messages shall be available. An event shall be logged when an event or alarm returns to normal status. 12.5 MOE Logging The firmware shall capture information on a ,coordination cycle by cycle basis noting: a. Volume(Per cycle average number of actuations) b. Stops (Per cycle average number of actuation received during the non-green time of the phase) c. Delay (Per cycle'average time of the delay on each phase -delay accumulates based on cars waiting and elapsed time).. d. Utilization (Per cycle average green time used on each'phase) The above information shall be included.in a moe log capable of storing a minimum of 24 time and date-stamped moe events. Once logged, moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest moe events shall be overwritten. 12.6Speed Logging SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-139 The firmware shall capture the average speed trap speed for the duration a coordination pattern is active for inclusion in a speed log capable of storing a minimum of 24 time and date-stamped speed events. Once logged, speed events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest speed events shall be overwritten. 12.7Cycle MOE Logging The firmware shall capture coordination information on a cycle by cycle basis for each noting the force status, green utilization plus/minus from split, and whether there was an offset correction in that cycle for inclusion in a cycle moe log capable of storing a minimum of 60 time and date-stamped;cycle moe events. Once logged, cycle moe events shall remain in the log-until cleared or the log capacity is exceeded at which time the oldest cycle moe events shall be overwritten. 12..8Volume Count Logging The firmware shall be capable of using up to 24 vehicle or pedestrian detector inputs for a Volume Count log capable of storing a minimum of 72 time and date-stamped Volume Count events. Once logged, Volume Count events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest Volume Count events shall be overwritten. The Volume Count log interval shall be user selectable within the range 0-120 minutes. Each Volume Count event in the log shall denote if an assigned detector was diagnosed as failed at any time during the log interval. When a power down occurs in a log interval, all detectors shall be marked as failed to prevent the data being used in error. 9-29.13(7)A Environmental, Performance and Test Standards for Solid-State Traffic Controllers (RC) Section 9-29.1-3(7)A is supplemented by adding the following. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington: The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. 9-29.13(7)B Auxiliary Equipment for MAMA Controllers Section 9-29.13(7)B is revised and supplemented as follows: The following auxiliary,equipment shall,be furnished and installed in,each cabinet for NEMA traffic-actuated controllers: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRiL 2006 vi.sp-14© 1. A solid-state Type 3 NEMA flasher with flash4ransfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9-29.13(2) for operational requirements.The flasher shall be two circuits with indicator lights.The unit shall be rated for fifteen (15) amps eper circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches Of.,.s4-icient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16-position back panel. Solid-state load switches shall conform,to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A.power,panel,with: a. A control-display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The'breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. C. A busbar isolated fromfi ground and unfused;for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section9-29.13(6)for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or Tess duration. The protector shall be a solid state high energy:circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient,protection between neutral and ground, line and ground, as well as line and neutral. If,the{ rotection ;circuits fail,"they shalt fail to an open circuit=condition. The `device shall meet all requirements of UL standard. 1449.The suppressed voltage rating shall be 600 volts or ,less when subjected to' an °impulse, of ,-6,000, volts; 3,000 amp source impedance, 8.0/20 microsecond waveform;as described in UL 1449. In addition, the. device shall withstand, without fa'ilu.re or permanent damage, one full cycle at 264 volts RMS.'-The device'shall contain circuitry to prevent self-induced regenerative ringing-i Theire shall be 'a failure warning indictor light which shall,illuminate when the device has failed and is no longer operable. f. Cabinet ground busbar independent(150K ohms minimum) of neutral. Sections 4- 13 are replaced with the following: GENERAL All mounting hardware used in the cabinet, whether it is used to secure,equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. FAIL SAFE UNIT 1. INTRODUCTION This specification sets forth the minimum. requirements for a shelf- mountable, sixteen channel, solid-state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2-1998. Where differences occur, this specification shall govern. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-141 2. MONITORING FUNCTIONS The following monitoring functions shall be provided in addition to those required by the NEMA Standard Section 4. 2.1 DUAL INDICATION MONITOR Dual Indication monitoring shall detect simultaneous input combinations of active Green (Walk), Yellow, or Red (Don't Walk) field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. 2.1.1 DUAL INDICATION MONITORING Sixteen switches labeled FIELD CHECKIDUAL ENABLES shall be r provided on the MMU front panel to enable Duai Indication Monitoring on a per channel basis. The Dual Indication Monitor function shall provide two modes of operation, Dual indication Fault and GY Dual Indication Fault. When voltages on two inputs of a vehicle channel ,are sensed as active for more than 450 cosec, the MMU shall enter the fault mode, transfer-the OUTPUT relay contacts to the Fault position, and illuminate the DUAL INDICATION indicator. The<MMU shall remain in the fault mode -until the unit,is reset by the RESET button or the EXTERNAL RESET input. When voltages on two inputs of 'a vehicle channel are sensed as active for less than 200 msec the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications enabled, Bit#68 (Spare Bit 42) of the Type#129 response frame shall be set to indicate a Dual Indication fault has been detected. Dual indication'Monitoring shall be disabled when the RED ENABLE input is not active. 2.1.2 GY-DUAL INDICATION MONITOR. GY-Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will be used to monitor channels which have.an unused Red field signal input tied to AC LINE such as a five section,signal head. GY Dual Indication Monitoring shall be enabled by a front panel option switch. When the GY Duai indication Monitoring option is enabled, all channels'which have the front panel FIELD CHECK/DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green-and Yellow field signal iinputs. All channels which have the. front panel FIELD CHECK/DUAL ENABLE,switches ON (i.e. enabled for Dual indication Monitoring) shall function as described alcove In Dual Indication Monitoring. 2.2 FIELD CHECK MONITORING Sixteen switches labeled FIELD CHECKIDUAL ENABLES shall be provided on the MMU front panel to enable Field Check, Monitoring on a per channel basis.`The Field Check Monitor function shall provide; two modes of operation, Field Check Fault'and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active. The Field Check Monitoring function shall be disabled in the Type 12 mode. SOUTH LAKE WASHINGTON ROAOWAYIMPROVEMENTS' CITY OF RENTON APRIL 2006 vi,sp-142 tJ ¢ 2.2.1 FIELD CHECK MONITOR In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in thiType 0 message for 10 consecutive messages, the MMU shall enter,the fault mode, transfer the OUTPUT relay contacts to the Fault position,"and Ifluminate the FIELD CHECK FAIL Indicator.The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type #129 response frame shall beset to indicate a Field Check fault has been detected. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. 2.2.2 FIELD CHECK STATUS The Field Check Status mode shall work in combination with the other fault monitoring functions of the MMU. When a Conflict, Red, Fail, Clearance Fall, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shalt correspond to that detected fault. if Field Check errors were detected while the fault was being timed, the inputs on which the Field Check,errors were detected shall double pulse at the same time as the FIELD CHECK STATUS indicator. Bit #67 (Spare Bit #1) of the Type #129 response frame shall also be set to indicate Field Check errors have been detected. 2.3 RECURRENT PULSE MONITORING The Signal Monitor shall detect Conflict, Red Fail, and Dual indication faults that result from intermitt ent or,flickering field signal inputs. These recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit #69 (Spare Bit #3) of the Type #129 response frame shall be -set to indicate a Recurrent Pulse status has been detected. 2.4 EXTERNAL WATCHDOG MONITOR The MMU shall provide the-capability to monitor an optional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU ,does'not receive -a change in state on the EXTERNAL WATCHDOG input for 1500,msec (±f00 msec), the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the CVM/WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the CVMM/ATCHDOG fauit state of the monitor. The EXTERNAL WATCHDOG input shall be wired to connector MSB-S. When operating in the Type 16-mode with Port 1 communications enabled, Bit #70 (Spare Bit #4) of,the Type #129 response frame shall be set to indicate an External Watchdog fault has been detected. 2.5 WALK DISABLE OPTION The MMU shall provide the capability to exclude the Walk inputs from a -the Red Fail fault detection -algorithm when operating in the Type 12 mode. When the option is selected, the absence of signals on the Green, Yellow, and Red field outputs of a channel will place the MMU-16 unit into the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAiL indicator. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-143 2.6 TYPE FAULT MONITOR The MMU shall 'verify at power-up that the Type 12 or Type 16 operating mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the Type Fault state of the monitor. 2.7 CONFIGURATION CHANGE MONITOR On power-up, reset, and periodically during operation, the Signal Monitor shall compare the current configuration settings with the previously stored value. If the settings have changed, the Signal Monitor shall automatically log the new setting. These settings shall include the Program Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay contacts to close and enabling the Stop- Time output to the controller. To indicate this fault mode the PGM CARD CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds:shall be required to clear this fault and log the new configuration parameters. If the programming 'option is not selected, the unit shall not set the fault mode but will still log the configuration change. 2.8 CVM LOG DISABLE The MMU shall provide a means to disable the logging of CVM fault events. 3 DISPLAY FUNCTIONS The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. 3.1 FULL INTERSECTION CHANNEL-STATUS DISPLAY A separate Red, Yellow, and Green indicator shall be provided for each channel to show,full intersection status simultaneously. For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. 3.2 FAULT CHANNELSTATU8 DISPLAY During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and'then indicate the channels involved in the fault for 2 seconds. 3.3 FIELD CHECK STATUS DISPLAY The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected. The Channel Status display shall show the channels on which the Field Check fault occurred. A If Field Check errors occurred during a Conflict Fault, Red Fail, Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON vi,sp-144 APRIL 2006 3.4 RECUR�I RI C S STATU �DISII LAY If Recurrent Pulse inputs were..detected during a Conflict Fault, Red Fail, or Dual Indication Fail the REtOARENT PULSE STATUS indicator shall illuminate. The channels�on whi I the Recurrent Pulse Status was detected during the fault shall double pui$e:bnr the Channel Status Display apt the`same time as the RECURRENT PULE STATUS indicator. 3.5 DISPLAY INDICATORS The following display indicators shall be provided in addition to those re quired by the NEMA Standard Section 4. 3.5.1 Type 12 Mode Indicator The TYPE 12'indicator shall illuminate when the MMU is programmed for Type 12 operation. if a Type Fault is detected the DIAGNOSTIC indicator shall illuminate and the TYPE, 12 indicator shall flash at a rate of 2Hz. 3.5.2 Dual Indication Indicator The, DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. 3.5.3 'Power Indicator. �rrw The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage-is below the drop-out lever It;shall illuminate steadily when the AC LINE voltage returns above the restgle:level: 3.5.4 Port 1 Receive Indicator The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message is correctly received from the Controller Unit. 3.5.5 Port,l Transmit1ndicator The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port`1 message is transmitted'from the MMU. 3.5.6 RS232 Receive Indicator The COMM indicator shall illuminate for a 33 cosec pulse each time a message is>correctly'received on the•RS-232 port. 3.5.7 Program Card[CF Indicator 'The PGM CARD indicator shall illuminate if the Programming Card is absent or not seated properly in the edge connector. The PGM CARD indicator shall flash at a 4 Hz rate if the MMU has been triggered by a Configuration Change fault 3.5.8 Y+R Clearance indicator The Y+R CLEARANCE indicator shall illuminate when the MMU has been triggered by a Yellow Change plus Red Clearance fault. 3.5,9 Field Check Fail Indicator The FIELD CHECK FAIL indicator shall illuminate when the MMU has been triggered by.a Field Check fault" 3.6 OPERATING MODES The MMU shall operate in both the Type 12 mode and Type 16 mode as required by the NEMA Standard. 4 HARDWARE 4.1 >ENCLOSURE 4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall be possible to install on a shelf_ that is at least 7" deep. Overall dimensions, including mating connectors and harness, shall- not exceed 10.5" x4.5" x11" (HxWxD). SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-145 4.1.2 The enclosure shall be constructed of sheet aluminum with a minimum thickness of 0.062 and shall be finished with an attractive and durable protective coating. Model,serial number, and program information shall be permanently displayed on the top surface. 4.2 ELECTRONICS 4.2.1 A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit, which shall force the OUTPUT RELAY to the de-energized"fault" state and indicate an error message if a pulse is not received from the microprocessor within a defined period not to exceed 500 Ms. 4.2.2 High speed sampling techniques shall be used to determine the true RMS value of the AC field inputs. Each AC input shalt be sampled at least 32 times per line cycle. The RMS voltage measurement shalt be insensitive to phase, frequency, and waveform distortion. 4.2.3 In the interest of reliability, only the PROM memory device for the microprocessor,firmware shall be socket mounted. The PROM Memory socket shall be a precislon screw machine type socket with a gold contact finish providing ,a reliable gas tight seal. Low insertion force sockets or, sockets with "wiper" type contacts shall not be acceptable, 4.2.4 All user.programmed configuration settings shall be stored in an electrically erasable programmable read-only memory (EEPROM) or front panel DIP switches. Designs using a battery to maintain configuration data shall not be acceptable. 4.2.5 All 120 VAC field terminal'inputs shall provide an input impedance of at least 150K ohms and be terminated with a resistor having a power , dissipation rating of 0.5 Watts or greater. 4.2.6 All electrical components used in the MMU shall be rated. by the component manufacturer to operate over the full NEMA temperature range of-34oC to+74oC.; 4.2.7 All printed circuit boards shall meet the requirements of the NEMA Standard plus the'following requirements to enhance reliability: a. All plated-through°holes and exposed circuit traces shall be plated with solder. b. Both sides of the printed circuit board shall be covered with a solder mask material. c. The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component. Pin#1 for all integrated circuit packages shall be designated on both sides of all printed circuit boards. d. All electrical mating surfaces shall be gold plated. e. - All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. 4.3 FRONT PANEL&CONNECTORS 4.3.1 All displays, configuration switches, and connectors shall be mounted on the front panel of the MMU. All MMU configuration inputs beyond those required by the NEMA Standard shall be provided by front panel mounted DIP switches and shall be clearly labeled. Configuration DIP switches shall be provided for the following functions: a. Field Check/Dual Enables 1-16 b. GY Dual Indication Enable (GY ENABLE) c. Recurrent Pulse Test Disable (RP DISABLE) SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-146 d. External Watchdog Enable (WD ENABLE) e. Walk Disable (Type 12) f. Configuration Change Fault Enable(CF ENABLE) g. CVM Log Disable 4.3.2 MS CONNECTORS The MS connectors on the MMU shalt: have a Metallic shell and be attached to the chassis internally.The connectors shall be mounted on the front of the unit in accordance with the following: Connector A shall intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with a MS 3116 16-26 S. In. the interest of reliability and repair ability, printed circuit board mounted MS connectors shall- not b& acceptable. Internal MS harness wire shall be a minimum of AWG #22, 19 strands. 4.3.3 EIA-232 Port The EIA-232 port shall be electrically isolated from the MMU electronics using optical couplers. The connector shall be an AMP 9721 A or equivalent 9 pin metal shell D subminiature type with female contacts. Pin assignments shall be as shown in the following table: PIN FUNCTION 1 DCD* 2 TX DATA 3 RX DATA 4 DTR (Data Terminal Ready) 5 SIGNAL GROUND 6 ;DSR"- 7 DSR* 8. CTS" 9 NC "Jumper options shall be provided.tpr allow the,connection of Pin #4 to be made with Pin #7, and the connection of Pin #8 to be made with Pin #1 and or Pin #6. 5 EVENT LOGGING FUNCTIONS The Signal Monitor shall be capable of storing in non-volatile memory a minimum of 100 events. Each event shall be marked with the time and date of the event.,-These events shall consist of fault events,_AC Line events, reset events, and configuration change events. The capability to assign a four digit identification number and 30 character description to the unit shall be provided.The event logs shall be uploaded to a PC using the serial port of the Signal Monitor and Windows 9x based software provided by the manufacturer. Each event log report shall contain the following information: a) Monitor ID#: a four digit (0000.:-9999) ID number and 30 character description assigned to the monitor. b) Time and Date: time and date of occurrence.. c) Event Number: identifies the record number in the log. Event#1 is the most recent event. 5.1 Monitor Status Report(CS) The Current Status report shall contain the following information: a); Fault Type:. the fault type description. b). Field Status the current GYR (W) field status and field RMS voltages if the monitor is not in the fault state, or the latched field status and field RMS voltages and fault channel status at the time of the fault. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-147 c) Cabinet Temperature: the current temperature if the monitor is not in the fault state,or the latched temperature at the time of the fault. d) AC Line Voltage: the current AC Line voltage and frequency if the monitor is not in the fault state, or the AC Line voltage and frequency at the time of the fault. e) Control Input Status: the current state and RMS voltages of the Red Enable input & Load Switch Flash bit input if the monitor is not in the fault state, or the status latched at the time of the fault. 5.2 Previous Fault Log (PF) The Previous Fault log shall contain the following information: -a) Fault Type: the fault type description. b) Field Status: the latched field status with RMS voltages, fault channel status, RP Detect status and Field Check status at the time of the fault. c) Cabinet Temperature: the latched temperature at the time of the fault d) AC Line Voltage: the AC Line voltage & frequency,at the time of the fault. e) Control Input Status: the latched state of the Red Enable input at the time of the fault. 5.3 AC Line Event Log (AC) The AC Line log shall contain the following information: . a) Event Type': describes the type of AC Line event that occurred. Power-up-AC on, monitor performed a cold start Interrupt-AC Line< Brownout level Restore -AC restored from AC brown-out or AC interruption (AC Off), no cold start AC Line Voltage: the AC Line voltage & frequency at the time.of the event. 5.4 Monitor Reset Log (MR) The Monitor Reset log shall contain the following information: a) The monitor was reset from a fault by the front panel Reset button, or External Reset input, or a non-latched event clear. 5.5 Configuration Change Log (CF) The Configuration Change log shall contain the following information: a. The status of all configuration programming including the contents of the Program Card, all configuration dip switches and option switches. b. Any configuration programming inputs such as 24V Inhibit, Port 1 Disable,Type select. Configuration CRC: A unique CRC value which is based on the configuration of items #a and#b above. The log shall also indicate which items have been changed since the last log entry. 5.6 Signal Sequence Log (SSQ) A log shall be provided that graphically displays all field signal states for up to 30 seconds prior to the current fault trigger event. The resolution of the display shall be at least 50 milliseconds. Surge Protector(Lighting Arrester) The controller shall have an input voltage surge protector that shall protect the controller'input from any voltage surges that could damage the controller or any of its components. Field Wiring Terminal SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-148 There shall be a terminal strip for field wining,in the controller cabinet. The terminals shall be numbered in accordance wlth the. he wiring diagram on the plans. if a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring"schematic drawing shall include the field wiring numbers where the terminal strip is Illustrated. A common bus bar-with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shalt be provided. Computer Interface Unit Interface communication devices shall be designed as separate units or as modules that plug directly-into the controller base. The communication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command Information from the computer all in conformance and within the capability of the central system. DOOR SWITCH A door switch-shall be provided on the signal cabinet door interfacing with the signal conflict"monitor. In the event that the conflict monitor has been left disconnected, the signal display, shall immediately flash when the signal cabinet door is closed. The signal display shall remain in flash when the cabinet door is reopened. The signal display shall also;rernain in flash if a power recovery occurs with the door open and if the conflict monitor Is not installed. A reset switch located on the load-bay shall be provided to clear, both of these flashing conditions. A second door switch shall be provided to operate the cabinet light. universal detector input panel A universal detector input panel shall be provided on the left sidewall of the cabinet. This panel shall be usable with any NEMA TS1 Controller and shall include a detector matrix to assign detector outs to any controller detector input on the A, B, C or D cable. WIRE COLOR'SCHEME All 120VAC clrcults shall use black wire:All other circuits shall not use black wires. Color traces shall be used to identify functions. Red wire is to be used for all 24VDC circuits, and blue for logic ground circuits. PREEMPTION INDICATOR LIGHT The preemption indicator light shall be energized when the emergency vehicle preemption system is in operation. Sald light shall turn on when a phase is preempted and the priority green is displayed.-There shall be one indicator light for each of the four emergency vehicle preempt channels, POWER REQUIREMENTS The controller cabinet and,all associated equipment shall be designed for use on 120 volts, 60 Hz. single phase alternating current. LOADBAY The controller cabinet shall contain a loadbay panet with the following minimum requirements: 1 The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap phases and 16 loadswitch positions. SOUTH LAKE WASHINGTON - ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-149 2. The loadbay shall incorporate a swing'down design to facilitate ease of maintenance and repair. It shall have service loops with sufficient slack to allow for the load bay to swing down without any of the harnesses being unsecured. Panels mounted on the sides, and shelves shall not interfere with the swing down operation. The loadbay width shall not exceed 34 To obtain this size, loadswitch sockets may be on 1.9375"centers. 3. The loadbay shall be located in the front of the rear wall of the cabinet. 4. Terminal blocks for terminating field wiring shall be supplied. No wires are permitted on the field side of the blocks. This includes wires for flash control. 5. Flash programming shall be done with the use of 9 pin Molex connectors. The connectors shall also provide a means to select which flasher circuit is used. The pin assignments of these connectors shall comply with existing standards. 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance. A vertical terminal block for each phase will be mounted above. the '- corresponding phase loadswitch: All controller functions for that phase will terminate on that terminal block. 7.- The loadbay shall be designed to incorporate the use of supplemental loads. These loads shall be chassis mounted.- The use of "sky :hooks" to mount components is unacceptable. Supplemental load resistors are to be provided for all odd phase's red,yellow and green. 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow easy reprogramming in the future. 9. All load switches, flasher, and flash transfer relay sockets shall be mounted with screws. Clip mounting Is unacceptable. 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches during flash. Immediately below this relay there shall be mounted a NC push button switch to reapply the 24VDC for trouble shooting purposes. 11. All wiring shall be color-coded. Wire with a black'base color shall be used for all 120VAC circuits; all other circuits will not use black, Red, yellow and green traces shall be used to identify related functions on bath black and not black wires. Red shall be used for 24VDC circuits 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a,pre- approved equal. TECHNICIAN TEST PANEL The maintenance panel shall be hinged for easy interior access. The maintenance panel shall have the 24 AMP'GFI and have the following switches and indicators: Flash/Automatic Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator light, LED). Controller Power-On/Off Vehicle Cali - Push buttons Phase 1 through 8 Ped Call- Push buttons - Phase 2, 4, 6& $ Preemption -Test push buttons -A,'B, C, & D LIGHT, FAN AND THERMOSTAT ASSEMBLY The fan and thermostat assemblies shall be located on the top inside of the cabinet and shall be attached to the plenum. One (1) complete fan assembly shall be furnished in each cabinet. The cabinet light is to be a fluorescent and operated by a NC door operated switch. The fan shall be rated at 100-CFM minimum and shall have ball bearings. Sleeve bearings are expressly forbidden. The fan shall have screened covers. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-150 The thermostat shall be 120 VAC and have ya temperature rating of 70 to 120 degrees 'Fahrenheit. An RC network shall be'provided across the 'positive and negative Inputs to the fan. FLASH TRANSFER RELAY Flash transfer relays shall be provided with each cabinet. Six (6) each shall be supplied with the Type 'P' cabinet. A thin copper disc called a non-freeze pin shall be included in the relay design to combat the residual magnetism phenomena. The uses of tape, plastic or dimples are not acceptable solutions. LOADSWITCHES The load switches shall be a three-(3) function NEMA and shall have LED indicator lights that show the input side of the relay. The unit shall be rated for a minimum of ten (10)amps,-per circuit through the entire NEMA temperature range. DETECTOR CARD CAGE The detector card cage shall be a completely enclosed assembly. It shall have 12 positions and wired for two channel detector,amps as specified in section 9-29.18. The last two card cage slots shall be wired for`the emergency pre-emption modules described in sectlon 9-29.13(3). The detector;power supply(s) shall occupy the first two slots of the.card cage. TELEMETRY The telemetry panel shall be located on the right side of the cabinet. Space on the right side of the cabinet will be used for the wall mounted fiber optic closet housing. The connector housing will have fiber trays for a minimum 12-strand fiber interconnect as specified in Section 8.33.2(2) in these Special Provisions. The controller cabinets shall also have,switches as described in the same." All cabinet cables required for connecting with the controller unit and required tie-points for cabinet wiring shall be provided as required to implement the fiber optic interconnect, UNIVERSAL PROGRAM PANEL The controller cabinet shall be provided with.a raised universal Program Panel, with connectors attached in lieu of a "D" cable.. A,cable shall be provided to work with the controller'specified. The attached connectors, and pin assignments shall be L consistent with existing standards. The panel shall contain 2 dual surge suppressors, SRA64. These are to be wired for protection of the telemetry lines. The panel shall contain ten 20 position feed through terminal blocks, and one 6 w position terminal block. The function and layout of these terminal blocks shall be consistent with existing standards. The first block shall be used to input to the controllers normal 8 phase inputs on the A,"S and G cables. Pull up resistors shall be provided on this block to insure compatibility with both TS and TS2 detectors. The second and third blocks shall be the detector out puts from the card cage(s). The fourth block shall be the detector Inputs to the"D" cable.The fifth and seventh blocks shall be the green inputs into the card cages. The sixth block shall have the controller greens and reds. The remaining blocks shall have miscellaneous "D" functions laid out consistent with existing standards. The panel shall be a"Cascade Signal Corporation assembly # 564 or a pre-approved equal. The "D" cable provided must work with an Eagle M-50 controller. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-151 The table below indicates the standard field detector numbers and the standard controller detector numbers. TABLE Traffic signal Controller Input (From the Detector Field Termination Panel through the Universal Program.Panel to Controller Detector Detector. Detector Detector Controller Controller Controller Controller # # input: # Inp Input # Input# # # 1 1 9 g 2 2 10 10 3 3 11 11 4 4 12 12 5 5 13 13 6 6 14 14 7 7 15 15 8 8 16 16 A CABINET QUALITY The cabinet shall be compliant to both mechanical and function specification prior to being shipped to owner. 1. Cabinet and hardware will comply with project specification. 3 2. Function compliance will be tested with power applied. 3. All cabinet and loadbay functions will pass point-to-point tests including expansion requirements, 4. All .field detector inputs`must be checked from field connection point to controller. Cabinet issues and clarifications need to be documented and addressed prior to delivery. This agency will NOT provide QA or testing service for the delivered cabinet.- Testing done by this agency is not in lieu of manufacturer test requirements. 9-29.13(7)D NEMA Controller Cabinets Section 9-29.13(7)D-is replaced with: General SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 20.06 vi,sp-152 e Cabinets for traffic signals and safety Iighting..shal l 'comply with, th S c#ion 9-29 of the Standard Specifications for Road, Bridge and Municipal construction 2000, except as supplemented by the requirements herein: The cabinet shall be anodized aluminum and ,painted white inside, with a minimum thickness of 0.080 or 0.125 inches as indicated herein. The cabinet shall, be fabricated from flat aluminum and welded. .The riveted type fabrication-will,not be permitted. All cabinets shall be supplied with a standard Best CX-1 Lock, Red Construction Core. All control cabinets shall include but not be limited to switches, relays, flashers, power supply, component racks, terminals, wiring harnesses, lights, interior and exterior hardware and/or related components, and when specified .on the plans and special provisions, shall include operating components, such as controller, modems, loop amplifiers, load switches, preempt module, and signal monitor. n Installation Cabinet Mounting and sta The foundation for a cabinet shall be a concrete pedestal of the same size as the base of the cabinet with one foot of the foundation above the adjacent grade. The pedestal shall be poured in place and shall be 12 inches below grade and 12 inches above grade. A service cabinet foundation shall be poured adjacent to the controller foundation connected by a 2 inch conduit for the controller service wires. A sidewalk shall be provided on all sides of cabinets and poured in place with the cabinet foundations. The sidewalk shall be 36 inches wide on the door sides and 12 inches wide on the non-door sides (see detail sheet). NE MATS I Type'P'Traffic Signal Controller Cabinets GENERAL The standard traffic signal controller cabinet shall be a NEMA TS1 Type `P'. The traffic signal cabinet , s) built to NEMA'.TS , standards shall be supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard Specification 2000 and modified as stated herein. All new traffic signals located within a ,signal interconnect system shall be connected to said system. The following are requirements for all cabinets: 1. The cabinet shall be anodized aluminum, with a minimum thickness of 0.125 inches. 2. All sheet metal products incorporated ±within this cabinet are to be aluminum, shall be a minimum thickness of 0.090 inches and are to be powder coated white. 3. The dimensions shall be 55" High x 44"Wide x 26" Deep. 4. No vertical seams shall be allowed except forthe attachment of the panels above and below the door. The cabinet sides and back shall be fabricated of one continuous piece of sheet aluminum. All interior seams shall be continuously welded. 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum and shall incorporate a plenum to which the fan will be mounted from the inside of the cabinet to provide forced air ventilation. The ventilation exhaust opening of the unit shall be underneath the front overhang and shall have a screen. The roof section shall be continuously welded to the main cabinet body. 6. The cabinet interior shall be painted white and the shelves shall be white. The inside of the cabinet door does not need to be white. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-153 7. The Cabinet shall be base mounted. The Type `P' cabinets shall have four (4) mounting holes on the bottom of the unit. The mounting holes will be: Center to center width: 40- 5/8" Center to center in depth: 18-1/2" 8. The main door of the cabinet shall include a police door. Stainless steel hinges shall support both the main door and police door. 9. The main door shall be equipped with a three (3) point latching mechanism, fabricated from heavy gauge steel with steel locking.rods and twin nylon rollers. This mechanism is to be cadmium plated. Main door shall be provided with a doorstop to securely hold the door open at approximately 90 degrees, 120 degrees, and 180 degrees. 10. Included with the main door shall be a replaceable filter, 12" x 16 x 1", which shall be located behind the louvered vents and secured with an aluminum cover, holding clips and spring, 11. Door handle shall be made of stainless steel and have a provision for padlocking. 12. Two (2) shelves or more shall be included and shall be of sufficient depth to store equipment, and be powder coated white. 13. A pullout shelf with an internal document storage compartment mounted under the controller shelf shall be supplied:. The document drawer shall have a nominal storage area of approximately 17" W x 12" D x 1" H as approved by the Engineer. 14. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steep or nickel plated brass. 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red Construction Core for the main door and a standard police lock for the police door.`Two (2) keys for each lock shall be included. 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented by adding the following: Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the.signal plans. Each signal head shall have a 1/4 inch drain hole in its base. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9-29.16(2)A Optical Units Section 9-29.16(2)A has been revised as follows Light Emitting Diode (LED) light sources are required for all displays. 9-29.16(2)B Signal Housing The fifth'paragraph of Section 9-29.16(2)B has been revised as follows: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-154 Each'Jens shall be P rotected with a removable visor. The-visor shall be tunnel type unless noted otherwise in the contract.Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall' be made from aluminum and shall be installed with fittings to provide a watertight seal.A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with sea] and wing nut. End caps ILshall have the same color as the signal housing. 9729.16(2)D Back Plates Section 9-29.16(2)d has been deleted and replaced wi#h: ► Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S half-hard aluminum sheet, 0.05$-inch minimum thickness, with 5-inch square cut border and painted black in front.and yellow in back. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: . (******) Traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a"traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match,the color of,the'signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats*of factory applied flat black enamel. 9-29.17 Signal Head Mounting Brackets and Oittings Section 9-29.17 is replaced as follows: Mounting hardware will provide for a rigid connection,between the.signal head and mast arm. All ;mounting hardware will be of the top-mount, plumb'rzer type. as shown on the standard plans, unless specified otherwise on the plans. Vehicle and pedestrian signal head mountings shall'%be as detailed in.the Standard Plans. Material requirements,for signal head mounts are as follows: Aluminum 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. v 3. Plumbizer, tapered adjustment washers and'flange adapter fittings for Type M mount.The plumbizer shall be cast from tenzalloy AAA No. 713. 4. Tube clamp and female clamp assembly for Type N mount. Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and'F mounts. 3. Ell fittings for Type Land LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. ' Balance adjuster for Type Q, R, and S mounts.. , Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENT,ON APRIL 2006 vi,sp-155 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts, washers, and screw buckle swivels: Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L, LE, P, Q, R, and S mounts. All other miscellaneous hardware shah'be stainless steel. All hardware for mounts shalf be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. 9 9 9 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. The temporary traffic signal shall have type P mountings for vehicle heads. Mountings for pedestrian heads may be optional type A, B, C, or E 9-29.18(3) Video Vehicle Detection The City of Renton shall provide and install video detection cameras and control equipment. The contractor shall install camera cables to each signal pole luminaire arm as shown in the wiring diagrams and detailed on the pole schedule sheet. The camera cables shall be or a 5-conductor' communication cable consistent with the camera manufacturers recommendations. The Contractor may contact Karl Hamilton (425 430 7220) after the cameras are purchases to get manufacturer contact information. Section 9-29.23 is a new section with new subsections: 9-29.23 Traffic Signal Battery Backup System (BBS) The BBS shall be a Tesco Traffic 22 BBS 1400XL-6 or equivalent and shall meet or exceed the following specifications: 9-29.23(1) Enclosure Specifications SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-156 Anodized aluminum weatherproof enclosure shall house B15S and batteries. Enclosure shall be TIG welded construction with welding materials speoifical y;designed for the material to be welded. Enclosure shall have fully framed side hinged.outer,doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full-length piano hinge, pad-lockable draw latch (center area on door-latch,,side), and two pad lockable welded-in ;place vandal-proof tabs (one upper area, one lower area on door-latch side, rated at 2000 lbs. each):There shall be no exposed nut, bolts, screws, rivets or other fasteners on the!exterior of the enclosure. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 Ibs with batteries.BBS shall be mounted in an interior tilt out housing with 800 lb rated*stops., Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator(optional).All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and,major components. A plastic covered wiring diagram will be attached to the inside of the front door.All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. 9-29.23(2) BBS Rand Minimum Features: +. System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six(6) to eight (8) hours of flash. •: BBS bypass and BBS isolation switch. - - • Deadfront Safety panel board with all switches, indicating.fuses,plugs, and isolation fuses for each battery pre-wired with phenolic nameplates. • All nameplates shall be screwed on"phenolic engraved type.' ` •` All wire terminating lugs shall be full wrap around type. • All batteries shall be captive spaced from I external captive sides in earthquake proof buckets. • Cabinet ventilation shall be by (qty. 4) .4' x '/4" ouvers top and bottom with' encapsulated bug screens, ;cleanable filters and a 100cfmA fan to completely exchange air 25 time minimum per minute. • All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. • Event Counters'&Total Run Time Counter. 9-29.23(3) BBS Unit Minimum Specifications BBS unit shall provide a true sine-wave output with minimum 1400.Volt-Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an Intersection with LED lights (for Run Time consult manufacturer). The unit.shall operate off - line,;with transfer time of 2 ms or less, with battery,condition indicator,"with automatic test provisions, and with hot-swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on- line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC — 10%0/+4% at 60 Hz+/-0.05% over a temperature range of-370 C (optional adder)to +740 C and be a UL Approved Design. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-157 For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. 9-29.3(4) BBS Unit Minimum Features 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). • Surge energy withstand 480 Joules, 6.5kA • Common mode clamping 0 ns < 5ns typical UL 1449 • Conditioned power—Computer quality Transient lighting protection 160 Joules • Transfer to battery time—2 ms • Retransfer to utility—2 ms • Each battery shall be 24 volts 0 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. • Fan cooling shall be fused for locked rotor current. • Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery, • BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. • Includes USB & RS232, DB9 Computer Interface Parts. • Low voitage safety design at 24v DC. (Higher voltage DC systems are unacceptable). 9-29.23(5) BBS Communications Module All inverter connections shall be made without the use of tools.This includes:A/C-Input,A/C- Output, Normally-Open, and Normally-Closed programmable contacts. Smart Slot Relay 1/0 Module; Input#1 Turn the BBS on. Input#2 Turn the BBS off. Input#3 Start the BBS self-test. Input#4 Shut down the BBS (when on battery), Output#1 The BBS is on-battery (during a power failure, self-test or run time calibration). Output#2 BBS has,a low battery-Programmable. Output#3 The protected load is not receiving power from the BBS. Output#4 Replace the BBS batteries.' Output#5 The BBS is overloaded. Output#6 Any BBS fault or self-test failure. - 9 29.23(6) Batteries Batteries shall be maintenance-free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 Ibs are not acceptable. SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-158 9-29.2,3(7) Enclosure Temperature Compensation Operating temperature shall be a minimum -370 C to +74°C. 9-29;23(8) Power System Analyzer and Conflict Resolution Module L` The 1400XL incorporates an integrated Power System Analyzer and Conflict Resolution �P g y y Module. The Analyzer.'will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal' operation. The system provides -automatic BBS failure detection and automatically Isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. 9-29,23(9) Triple Bypass System for Offline 1'. SPACT—Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 2. PCM—Power Conflict Monitor 3. The PCM is a totally redundant failsafe system. The PCM monitors load bus power available,continuously. If load bus power fails for 5ms the RCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. 4. Watchdog Timer---Redundant 5 ms delay and hard transfer to utility power. 5. The outboard Smart Transfer Switch shall-not interrupt the normal controller function. Transfer time shall be 2ms. 6. Onboard Smart 1/0 module will .execute lockout of battery back up system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. 7. ON inverter to timed relay for Full Time control of Output,.0 to 10 hours. 9-29:23(1 a) Smart Battery Charger Shall'charge from shut off dischar a to 95% full charged in less<than .6 hours. Batteries g 9 Y g shall'be ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell Technology to extend battery life. 9-29.23(11) Intelligent Battery Management Cell Guard means longer battery life — Improved reliability results from a precision battery charging system, and automatic true-load battery tests. Redundant overcharge protection contributes to longer battery life. Smart Boost and :SmartTrim regulate under and over voltages without switching to battery. Battery Replacement Warning prevents downtime — 1400XL-BBS automatically performs a self-test every two weeks. This ensures that you will be alerted to degrading batteries before they wear out. Through software, or the push of a button,.self-tests may be performed at anytime. Faster Recharge Time - 1400XL-BBS battery. °charging systems are LT microprocessor controlled to precisely charge batteries in less time than legacy BBS systems.This makes the system available,more quickly for subsequent power disturbance. SOUTH LAKE WASHINGTON ROADWAYIMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-159 9-29.23(12) Hot-Swappabie Battery Replacement The 60 second, user friendly, hot-swappable battery replacement system — Saves the time and expense of returning the BBS to the factory for battery service, and allows safe and easy replacement of batteries while your system is up and running. Replacement battery packs ship in a reusable box for convenient return of exhausted batteries to a recycling center. 9-29.23(13) Warranty Manufacturers shall provide a two (2) year factory-replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty shall be included in the total bid price of the BBS. 9-29.23(14) Additional Design Options * Generator Transfer switch with BBS bypass and 30-amp external reverse service plug 0 Heater with thermostat. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock.' The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9-29.24(1) Painting Section 9-29.24(1) is replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The ggalvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done In conformance with the provisions of Section 8-20.3(12). y. 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2)is deleted and replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch(120 volt-15 Amp) SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-160 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting die,ults.'(240.volt) 7. One 120 volt, 20 Amp singgle pole branch breaker(for utlCityolugs) 8.. Type 3-single pphase 120/2401 volt grounded, neutral service: , 9. One 120 volt 40 Amp single pole branch breaker(signal service) . 10. Complete provisions for 16 breaker poles 11. Name plates.phenolic black with white eng exempt the main breaker which shall be red with white lettering.'All name plates sall be attached by S.S. screws. 12. Meter base sections'are unnecessary Additional circuits are provided at two electrical cabinets for irrigation pumps as noted in the plans. 9-29.25 Am p IiflCer Transformer, and Terminal Cabinets Section 9-29.25 is supplemented as follows: The terminal box shall be weather fight, have a single door with continuous hinge on one, side and screw hold-downs on the.door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type.`Each-terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. 'Each connector shall be a screw type with No. 10 post capable of accepting no less than 3#12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal"dimensions of 22" high x 13 wide x 11"deep and constructed of cast aluminum and fitted.with a.Best internal;,lock. 9-30' WATER.DISTRIBUTION MATERIALS 9-30.311} Gate halves (3inches#o 12 inches) Section 9-30.3(1) is replaced with: Valves shall be designed'for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14,Mueller Company No. A2380, Kennedy,or M&H. Approval of valves other than Models specified shall be obtained prior to bid opening: All gate valves less than 12" in diameter shall include an`'8"'x 24"-cast iron gate valve-box and extensions, as required; All 12"`diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and I" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. SOLiTH LAKE WASHINGTON ROADWAY IMPROVEMENTS . CITY OF RENTON APRIL 2006 vi,sp-161 All external and internal.ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or,exceed the requirements of AWWA Standard C-550 latest revision. Valves shalt be provided with two (2) internal 4-ring stems seals. The valves shall be equipped with one (1) .anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to'permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall, provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a-minimum_water operating;pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067; Mueller Series 2370,:Kennedy, Approval of valves other than model.specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an Wx24 cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a-1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details,latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Roses Section 9-30.3(5) has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375'x 6'-0" or approved equal with blue label "water." 9-30.3(' Combination Air Release/Air Vacuum Valves Section 9-30.3(7)has been supplemented as follows: Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination air release valve,or equal.; Installation shall be per the City of Renton Standard Detail,latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-303(3) Tanning Sleeve and Valve Assembly Section 9-30.3W) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel,or other approved material SOUTH LAKE WASHINGTON ROADNAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-162 Section 9-30.3(9) ls`i w section: 9-;0.3'(0) . slow,-Oft.Assambly sloes Permanent blow-o a s nbly shall be#78 Kupferle'Pam 4 or approved equal. Installation of blow-off permaner%V blow-off assembly shall be per li tit:Keaton Water Standard Detail, latest revision. Pipe ittd fittings shall be galvanized assembly shall be installed at location(s) shown ow this.- labs. Temporary blow-off assert ly inn new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this Item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200,conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1)is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: Fire hydrants shall be Corey type (opening with, the pjressure) or compression type (opening against pressure)conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V.Threads, outside diameter of male tread 4.875,and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded naps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle.shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat an Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber:gasket, and shall be attached to hydrant adapter with 1/8*coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. 9-31;1:6(3)8 Polyethylene Pipe Section 9-30.6(3)8 has been modified as follows: Polyethylene pipe shall not be used. 9-30.9(4) Service Fittings Section 9-30,6(4)has been revised as follows: SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-163 Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. APPENDICES (July 12, 1999) The followin g appendix endix is attached and made a part of this contract: APPENDIX A: Minimum Wage Rates APPENDIX B: Standard Plans APPENDIX C: Permits STANDARD PLANS January 3,2006 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 06-001, effective January 3, 2006 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read"Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". -f Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4"from 2" and to 7/8"from C-11 b Sh s 1 and In the PRECAST F OTING, ELEVATION view (Sheet 1) and in the CAST-IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/4" End Gussets have 1/2"fillet weld joints: C-14h In the TABLE, in column "B": 3'-0:, 3'x2 a/4 and V-4 Y2" are revised to 2'-0,2'-2 1/4", and 2'4 1/2" respectively. In the TABLE, in column "C": 2'-4" 2'-6 'A" and 2'-81/2" are revised to V-4",3'-61/4", and 3'-8 1/2" respectively. - G 8a Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification"12 GAGE"is revised to"7 GAGE SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-164 Trl"i 51 K-1 throVoh K-27 These plans shall not be used on projects administered by WSDOT.. The olbwulg ere°the Standard Plan numbers applicable at the time this project was advertised. The bate shown with each platy number is the publication approval date shown in the lower right- hand comer of that plan. Standard Plans showing different dates shall not be used in this contract. A-1.....:.. .......:......5/13/02 A-4.........................3/07/97 A-7./.................10/04/05 A-2....... ............,,,5/09/02 A-5.......................2/24/03 A-3........................5/30/02 A-6. . 2/24/03 B-1 ..................:....11/08/05 B-4h.....................5/09/97 B-21 a... ...........7/13/05 B-1 a .... ,...11/08105 B-7.....................11/23/04 13-22..... ..7/21/03 B-1 b....................11/08/05 B-7a .......... .........2/09105 B 22a... ...........8/01/97 8-1 e......................5/20/04 B-8. .. .. .6/23/04 13-23a. ..2/25/05 ...,6/23/04 B-8a ... . .W23164 B-23b................2/25/05 ' ........ 2/25/05 B-9: ......... ........11/23/04 $-23c,.. ..........5/20104 B2a,,.., ...,..... '. 2/25105 B-9a :.................11/23/04 B-23d:................5/09/97 B-2b......................6117/02 B-9b 11/23104 B-25........ 1.'.,6/30/04 B 2e ... ..6117/02 B-9c 11/23/04 B 25a... 1/08/05 B-2d ..... ...............6/17/02 B-9d ......,...........11/23/44..; B-26 ... •........•11/08/05 B-29...... ...............2/25/02 B-11 .,........ ........,2/25105 B-27...........,...:11/08/05 B-3......... ..............1/28/02 B-13 ......... ........:.2/205 B-27a... ........1 1/08105.. B-3a ... �.-5/09/97 B-18 . .2/25105- B 27b... 11/08/05 B-4b......................2109105 B-1 8a..,..... ..........7/13105• B-28..... ,.........1 1/08/05 B-4c...... ...........;..2/09/05 B-18b...................7/13/05 B-29..... .. ..:..:,11/08/05 B-4d......................9/16/02 B-19 ............ .......5/30/97- ' B-30 ..16-�...........11/08/05 B-4f....... ...............5/09/97 B-20d..................%A/30/04, B,14 .... .....:....3/03/05 B-4g.... .................7/18/97 B-21 ......... ..........7/13/05 C i .. ..,10/31103 C-2t 3/03/05 C-8d 11/08/05 C 1 a .................7/31103 C-3. 10/04105 C 8e :. 11/08/05 C 1b....... ........ ..10131/03 C-3a ..................10/04/05 C 8f....... ..,.......6/30/04 C-1c...... ...............5/30/97 C-3b ..,...........,...10/04145 C-10•...;. ...........7/31/98 C 1 d ..10/31/03 C-3c 10/31105 C-11*..... 5/20/04 C-2.. , . " . 1106/00 C-3a .......... ......,.303/05 C 11 a... ...........5/20/04 C=2a.."". .... '....".7/17/98 C-4. ......... .........7113/01 C-ilb...............5/20/04 C-2b......................6/12/98 C-4a .... . :2/25105 C-12 ....7/27/01 tt C-2c.......................2/20/03 C-4b 6/23[00 C 13 :. ..4/16/99 C-2d.­.. — ....*"** *'5/22/98 C-4e ......... .........2/20/43 C 13a,,.,...........4/16/99 C-2e......................3/07/97 C-4f .......... ........6/30164 . C-13b.... ..........4/16/99 0-2f ... ..3/14197 C-5. ...10/31/03 C-14a...............7/26/02 L C-2g......................7/27/01 C-6'. 5/30/97 C 14b ...............7/26/02 C•2h....:.........,.......3/28/97 C-6a ........... . ......3/14/97 C-14c.:..............7/26/02 C-2i....... ..............3/28/97 C-6c ....,.... .........1/06/00 C-14d ..............7/26/02 0-2j ...6/12/98 C-6d 5/30/97 C-14e... .7/26/02 C-2k...... ......... ....7/27/01 C-6f ... ...... ......:..7/25/97 C-14f.................9/02/05 C-2n.....: ....... ......7/27/01 C-7.....................10/31/03 0-14g ,.. ..........9/02/05 C-2o.......................7/13/01 C-7a...................10/31/03 C-14h .12/02/03 C�2p....................10/31/03 C-8.. 4/27/04 C-14i ;. 12/02103 C-2q, .3/03/05 C-8a. ...........7/25/97 C-14j...............12/02/03 C-2r, ., .3/03/05 C-8b.....................7/17/98 C-16a. 11/08/05 C-25...... .............3/03/05 C-8c ...,...........11/08/05 C-16b... .........11/08/05 D-1a..... . .....:.......1/23/02 D-2.30-00...........11/10/05 D-2,80-00....,:.11/05/05 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-165 D-1b....................10/06/99 D-2.32-00...........11/10/05 D-2.82-00.......11/10/05 D-1c....................10/06/99 D-2.34-00...........11/10/05 D-2:84-00.......11/10/05 D-1d....................10/06/99 D-2.36-00...........11/10/05 D-2.86-00 ..11/10/05 D-1e......................1/23/02 D-2.38-00...........11/10/05 D-2.88-00.......11/10/05 D-1#.....................10/06/99 D-2.40-00...........11/10/05 D-2.92-00...:...11/10/05 D-2.10-00............11/10/05 D-2.42-00...........11/10/05 D-3 ...................7/13/05 D-2.04-00...........11/10/05 D=2,44-00...........11/10/05 D-3a .6/30/04 D-2.06-00...........11/10/05 D-2.46-00...........11/10/05 D-3b .................6/30/04 D-2.08-00...........11/10/05 D-2.48-00...........11/10/05 D-3c...................6/30/04 D-2.10-00 ,.11/10/05 D-2.60-00... - .11/10/05 D-4 12/11/98 D-2.12-00 ....... ..11/10/05 D-2.62 00... .......11/10/05 D-6 ....... ... .......6/19/98 D-2.14-00...........11/10/05 D-2.64-00...........11/10/05 . D-7...... ..........10/06/99 D-2.16-00...........11/10/05 D-2.66-00...........11/10/05 D-7a ..... ........10/06/99 D-2.18.00 ....11/10/05 D-2.68-00...........11/10/05 D-9 10/06/99 ........ ......... D-2.20-00...........11/10/05 D-2.78-00...........11/10/05 E-1 ........ ..............7/25/97 E-4.......................8/27/03 E-5.....................5/29/98 E-2...:....................5/29/98 E-4a.......... .........8/27/03 F71 ........ ............12/17/02 F-2c......................6/23/04 F-3c..................2/09/05 F-la ...12/17/02 F-2d ....6/23/04 F-3d ... .2/09/05 F-2 ....... ...... . ......8/27/99 F-3.......................1/13/03 F-3e..................2/09/05 F-2a......................6/23/04 F-3a ....................2/09/05 F-4....................1/13/03 F-2b......................2J09/05 F-3b ......... .........9/02/05 ......9/1'2J01 G-6.......................8/27/03 G-8e ' 8/18/04 $` G-2 .......................6/04/02 G-6a.....................8/27/03 G 8f...............11/09/05 G-2a .....................6/04/02 G-&.....................8/27/03 G-8g...............11/09/05 G-3 ..................11/09/05, G-7. 7/18/97 G 9a.................6/25/02 G 3a ...................11/09/05 G-8a...................12/15/04 G 9b.................2/09/05 G-3b ...................11/09/05 G-Bb ..................11/09/05* G-9c..... .........11/23/04 G-4b .....................6/30/04 G-8c ....................8/18/04 G-9d.................2/09/05 .1/10/02 H-4.......................8/18/04 H-10 5/29/98 H f a .....................4/14/00 H-4a .................2/25/05 H=12 .................2/25/05 H 1 b .... ...3/04/05 H-4b .2/25/05 H-12a.. 2/25/05 H 1 c........ ............3/04/05 H=6. ..................10/29/03 H-12b.... .........2/25/05 H-id......................1/10/02 H-7.. . ... ..................8/10/98 H-13.................2/25/05 H-1e......................4/14/00 H-8.......................9/18/98 H-13a.. ...........2/25/65 H-2.........................3/04/05 H-9.......................4/18/97 H-14 .................2/09/05 1-1 .........................7/18/97 1-6.........................7/17/03 1-11 .....: ...........9/11/03 ...4/23199 1-7... ............ ..7/17/03 1-12 7/17/03 1-3.........................8/20/99 1-8.........................7/17/03 1-13...... ...........7/17/03 1-4.........................7/17/03 1-9.........................7/17/03 1-14...... ...........7/17/03. 1.5.........................7117/03 1-10.......................7/17/03 1-15...... ..........7/13/05 • J-1 b ..... :........,...10/08/99 J-6c ...... . . ..........4/24/98 J-11 a... ...........9/02/05 J-1 c.......................4/24/98 J-6h......................4/24/98 J-11 b... ...........9/02/05 J-1 a......................8/01/97 J-7a......................9/12/01 J-11 c... ...........9/02/05 J-tf ..6/23/00 J-7c .6/19/98 J 12:.... 11/08/05 ............. J-3 ........................8/01/97 J 7d............ .... ....4/24/98 J 15a....... ......10/04/05 J-3b........... .........3/04/05 J-8a....;... . .....:....5/20/04 J-15b..............10/04/05 J-3c.......................6/24/02 J-Bb .....................5/20/04 J-16a................3/0, 05 J-3d ..... ..............11/05/03 J-8c .....................5/20/04 J-16b... . 9/02/05 J-5........................8/01/97 J-8d......................5/20/04 J-18..................9/02/05 J-6c.......................4/24/98 J-9a.......................4/24/98 J-19..................9/02/05 J-6f...... ................4/24/98 J-10 .....................7/18/97 J-20..... ...........9/02/05 K-1................ .....12/20/02 K-10...................12/20/02 K-19.................12/20102 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-166 u K-2......................12!20/02 K-11 ...................12J2,c102 K 20...., . .........:.12/20!02 K-3......................12f20102 K-1 2...................12/20/0 kC-21. 1212(}!02 K-4 ...12120/02 K-13 12/20/02 K-2#2 .. 12/20/02 K-5 .......... .........12/20/02 K-14....................12/20102 K-23 .... . ........12/20/02 K-6......... .......:....12/20/02 K-15 ..................1210/42 K 24,.x.:... ..,...12/20/02 K-7.......................12/20/02 K-16...................12/20/x2 K-25................12/20/02 K-$ ..................12/20/02 K-17 1.2/20/02 K-26 . 12/20/02 K-9......................12/20/02. K-18 .......::.........12/20/02 K-27................12J20102 L-1 .7/18/97 L-3........................7/18/97 L-5a..................7/31/98 L-2............ ...........7/18/97 L-5........................7/31/98 L-6....................7/25/97 M-1.20-00.............2/25/05 M-3.30-00..........12/15/04 M-20.10-00.......3/04/05 M-1.40-00 ....2/25/05 M-3.40-00. 12/15/04 M-20.20-00 .....3/04/05 M-1.60-00.............2/2W05 M-3.50-00..........12/15/04 M-20.30.00.......3/04/05 M-1.80-00.............2/25/05 M-5.1 0-00..........12/15/04 M-20.40-00.......3/04/05 M-2.20-00.............2f25/05 M-7.50-00............3/04/05 M-20.50-00..,....3/04/05 M-2.40-00 . ....2/25/05 M-9.50-00. 3/04/05' M-24.20-00 ......3/04/05 M-2.60-00 .......,....2/25/05 M-11.10-00 .........3/04/05 M-24.40-00.......3/04/05 M-3.10-00..... .....12/`f5104 M-15.10-00 .........2/25/05 M-24.60-00.......3104/05 M-3.20-00...........12115/04 M-17.10-00 .........3/04/05 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS CITY OF RENTON APRIL 2006 vi,sp-167 1 A 9 7 9 0 0 i 9 9 3 } '%��" ,`", "�� ,its.�."`{'e' t'= ✓ `'r �� N. t rq ... 9 b, 'e 1y!7 '7� c ,� ij- it- 1 L 3 e TES AV, 3 3 b i 1 8 y 1 TM* 1' PV, SOUMLAUWAMNMN IWAD VAY IWMOVEMMM Gi'i'i'OPItE2iT(fN AI7t1L 2004 _ N 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 d 1 rr General Decision Number: WA030001 03/31/2006 WA! Superseded General Decision Number: WA020001 'W State: Washington Construction Types: Heavy (Heavy, and Dredging) and Highway up Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes ar D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date Modification Number Publication Date 0 06/13/2003 23 03/18/2005 or 1 01/23/2004 24 03/25/2005 2 02/06/2004 25 04/01/2005 3 02/13/2004 26 04/22/2005 4 03/05/2004 27 06/03/2005 5 03/12/2004 28 06/10/2005 6 04/16/2004 29 06/17/2005 7 05/14/2004 30 07/08/2005 8 06/18/2004 31 07/29/2005 9 06/25/2004 32 08/12/2005 10 07/02/2004 33 08/19/2005 11 07/23/2004 34 09/09/2005 12 08/06/2004 35 09/16/2005 13 08/20/2004 36 09/23/2005 ili► 14 09/03/2004 37 09/30/2005 15 10/01/2004 38 10/14/2005 16 10/15/2004 39 11/18/2005 17 10/22/2004 40 1/27/2006 18 11/05/2004 41 2/10/2006 wrw 19 11/19/2004 42 2/17/2006 20 12/03/2004 43 2/24/2006 21 01/14/2005 44 311'31r^3L5 22 02/18/2005 low 4W CARP0001-008 06/01/2005 ,W Rates Fringes Carpenters : COLUMBIA RIVER AREA - low ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, rr 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 qW GROUP 4: . . . . . . . . . . . . . . . . . . . $ 24. 18 7 .75 GROUP 5: . . . . . . . . . . . . . . . . . . . $ 59.90 7.75 GROUP 6: . . . . . . . . . . . . . . . . . . . $ 28.32 7 .75 WA030001 Modification 44 1 Federal Wage Determination 0 SPOKANE AREA: ASOTIN, t1 GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1: . . . . . . . . . . . . . . . . . . . $ 23 . 51 7 .75 of GROUP 2 : . . . . . . . . . . . . . . . . . . . $ 24 . 61 7 .75 GROUP 3 : . . . . . . . . . . . . . . . . . . . $ 23 .77 7 .75 GROUP 4: . . . . . . . . . . . . . . . . . . . $ 23 . 51 7 .75 4W GROUP 5: . . . . . . . . . . . . . . . . . . . $ 58 .24 7.75 GROUP 6: . . . . . . . . . . . . . . . . . . . $ 27 . 60 7 .75 CARPENTERS CLASSIFICATIONS 10 GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; Insulators (all types) , Acoustical, Drywall and Metal wo 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) 40 Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw-Off Bearer; Wire, Wood and Metal Lather Applicator 40 GROUP 2 : Millwright, machine erector GROUP 3 : Piledriver - includes driving, pulling, cutting, im placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters to GROUP 5: Divers GROUP 6: Divers Tender go ZONE PAY: ZONE 1 0-45 MILES FREE go 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 to DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee. to CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee. 10 CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee. 40 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 to established residence of employee. WA030001 Modification 44 2 Federal Wage Determination err low DEPTH PAYY FOR DIVERS: Each foot over 50-100 feet $1. 00 Each foot over 100-175 feet 2 .25 Each foot over 175-250 feet 5. 50 rn HAZMAT PROJECTS: Anyone working on a HAZMAT job (task) , where HAZMAT wr certification is `required, shall be compensated at a premium, in addition to the classification working in as follows: rr LEVEL D + $ .25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal . ow LEVEL C + $ . 50 per hour - This level uses an air purifying respirator or additional protective clothing. yam, LEVEL B + $ .75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit" . aw LEVEL A +$1. 00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. wrr ---------------------------------------------------------------- rn war irr wr trr wrr WA030001 Modification 44 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 �rrr 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 rf FLOOR LAYERS & FLOOR FINISHERS (tree laying of all hardwood floors nailed and mastic set, parquet to and wood-type tiles, and block floors, the sanding and finishing of floors, the p--P r� aration 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 wr► WA030001 Modification 44 4 Federal Wage Determination �r so BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND to VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from of that point. ) ZONE 1: Projects located within 30 miles of the respective 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 ow 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 06/01/2005 Rates Fringes aw Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF a THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND ww YAKIMA COUNTIES ACCOUSTICAL WORKERS. . . . . . . . $ 21.71 10.45 CARPENTERS AND DRYWALL APPLICATORS. . . . . . . . . . . . . . . . $ 21.45 10.45 1` CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . $ 21.55 10.45 DIVERS TENDER. . . . . . . . . . . . . . $ 32 .26 10. 67 aw DIVERS. . . . . . . . . . . . . . . . . . . . . $ 72 . 52 10. 67 INSULATION APPLICATORS. . . . . $ 21.45 10.45 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . .$ 30 .40 10 .45 grit PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS. . . . . . . $ 29 .40 10.45 PILEDRIVER, DRIVING, r PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 29 . 60 10.45 �rrr SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR Wx SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING wr TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 21.58 10 .45 6" WA030001 Modification 44 5 Federal Wage Determination iiw to (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS to Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following so 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: ON 0 -25 radius miles Free 25-35 radius miles $1. 00/hour 35-45 radius miles $1. 15/hour go 45-55 radius miles $1.35/hour Over 55 radius miles $1. 55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT 40 AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, to Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free to 25-45 radius miles $ .70/hour Over 45 radius miles $1. 50/hour ---------------------------------------------------------------- NO to go No ow at No WA030001 Modification 44 6 Federal Wage Determination rr CARP0770-006 06/01/2005 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line arrr 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 00 ACOUSTICAL WORKERS. . . . . . . . . $ 29. 56 10 . 67 BRIDGE, DOCK & WHARF r CARPENTERS. . . . . . . . . . . . . . . . . $ 29 .40 10 . 67 CARPENTERS AND DRYWALL APPLICATORS. . . . . . . . . . . . . . . . $ 29 .40 10. 67 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . $ 29 .50 10 . 67 DIVERS TENDER. . . . . . . . . . . . . . $ 32 .26 10 . 67 DIVERS. . . . . . . . . . . . . . . . . . . . . $ 72 . 52 10 . 67 INSULATION APPLICATORS. . . . . $ 29 .40 10 . 67 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . $ 30.40 10 . 67 PILEDRIVER, DRIVING, +o PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED �r MATERIAL, ALL PILING. . . . . . . $ 29 . 60 10. 67 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 29 .53 10 . 67 (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 vn 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 rrw 45-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour WA030001 Modification 44 7 Federal Wage Determination w (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT to AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center wo Zone Pay: 0 -25 radius miles Free 25-45 radius miles - $ .70/hour go Over 45 radius miles $1. 50/hour ---------------------------------------------------------------- ELEC0046-001 06/06/2005 10 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes so 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 ww�r 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 . 64 396+11.73 Electrician. . . . . . . . . . . . . . . . . . . . $ 24 .22 3%+11.73 ---------------------------------------------------------------- ELEC0076-002 09/01/2005 wrr GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES W10 Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . $ 34 .78 3%+12 .91 Electrician. . . . . . . . . . . . . . . . . . . . $ 31 . 62 3%+12 .91 Mw ---------------------------------------------------------------- no as WA030001 Modification 44 Federal Wale Determination wrr * 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 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. . . . . . . . . . . . . . . . . . $ 31.40 3%+12 .43 Electrician. . . . . . . . . . . . . . . . . . . . $ 29 .90 3%+12 .43 'rr ---------------------------------------------------------------- ELEC0191-003 09/01/2005 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes irr Cable splicer. . . . . . . . . . . . . . . . . . $ 33 .72 3%+11.72 Electrician. . . . . . . . . . . . . . . . . . . . $ 30 . 66 3%+11.72 ---------------------------------------------------------------- ELEC0191-004 09/01/2005 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . $ 29 .33 3%+11. 67 Electrician. . . . . . . . . . . . . . . . . . . . $ 26. 66 3%+11. 67 ---------------------------------------------------------------- ELEC0970-001 01/01/2006 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . $ 33 .46 3%+10.90 Electrician. . . . . . . . . . . . . . . . . . . . $ 30.42 3%+10 .90 ---------------------------------------------------------------- orr r +� WA030001 Modification 44 9 Federal Wage Determination ENGI0302-003 06/01/2005 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 . 08 11. 05 Group 1AA. . . . . . . . . . . . . . . . . . $ 31 . 63 11. 05 Group 1AAA. . . . . . . . . . . . . . . . . $ 32 . 17 11. 05 Group 1 . . . . . . . . . . . . . . . . . . . . . $ 30 .54 11. 05 Group 2 . . . . . . . . . . . . . . . . . . . . . $ 30 . 07 11. 05 Group 3 . . . . . . . . . . . . . . . . . . . . . $ 29 . 66 11. 05 Group 4. . . . . . . . . . . . . . . . . . . . . $ 27 .37 11. 05 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 1A - 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, i 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 to yards and over; Slipform pavers; Transporters, all truck or track type 1 WA030001 Modification 44 10 Federal Wage Determination to .r 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 as 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 .rr equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor to 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; r 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; Or 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 err as WA030001 Modification 44 ll Federal Wage Determination 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 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 including, but utilities excluded. 3 . Marine projects (docks, wharfs, ect. ) less than $150, 000 . HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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 06/01/2005 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. . . . . . . . . . $ 29 .23 11. 05 TOTAL PROJECT COST UNDER $300, 000. . . . . . . . . . . . . . . . . . . $ 26 .96 8.40 GROUP 2 TOTAL PROJECT COST $300, 000 AND OVER. . . . . . . . . . $ 29 .35 11. 05 TOTAL PROJECT COST UNDER $300, 000 . . . . . . . . . . . . . . . . . . . $ 27 . 06 8.40 WA030001 Modification 44 12 Federal Wane Determination do GROUP 3 to TOTAL PROJECT COST $300, 000 AND OVER. . . . . . . . . . $ 29 .72 11. 05 TOTAL PROJECT COST UNDER rrr $300, 000. . . . . . . . . . . . . . . . . . . $ 27 .38 8.40 GROUP 4 TOTAL PROJECT COST $300, 000 AND OVER. . . . . . . . . . $ 29 .77 11. 05 �r TOTAL PROJECT COST UNDER $300, 000. . . . . . . . . . . . . . . . . . . $ 27 .43 8.40 GROUP 5 TOTAL PROJECT COST $300, 000 AND OVER. . . . . . . . . . $ 31.29 11. 05 TOTAL PROJECT COST UNDER $300, 000 . . . . . . . . . . . . . . . . . . . $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300, 000 AND OVER. . . . . . . . . . $ 29 .23 11. 05 ar 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 air 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 GROUP 5 - LEVERMAN, HYDRAULIC GROUP 6 - MAINTENANCE 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: WA030001 Modification 44 13 Federal Wage Determination M 1. Projects involving work on structures such as buildings va 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 including, but utilities excluded. 3 . Marine projects (docks, wharfs, ect. ) less than $150, 000 . HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. tll HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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. ---------------------------------------------------------------- JW so WA030001 Modification 44 14 Federal Wage Determination wr ENGI0370-002 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, rrr 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. . . . . . . . . . . . . . . . . . . $ 21.79 7 .87 GROUP 1. . . . . . . . . . . . . . . . . . . . . $ 22 .34 7 .87 GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 22 . 66 7 . 87 GROUP 3 . . . . . . . . . . . . . . . . . . . . . $ 23 .27 7 . 87 GROUP 4. . . . . . . . . . . . . . . . . . . . . $ 23 .43 7 .87 ww GROUP 5 . . . . . . . . . . . . . . . . . . . . . $ 23 . 59 7 . 87 GROUP 6. . . . . . . . . . . . . . . . . . . . . $ 23 . 87 7 .87 GROUP 7 . . . . . . . . . . . . . . . . . . . . . $ 24 . 14 7 .87 GROUP 8. . . . . . . . . . . . . . . . . . . . . $ 25.24 7 . 87 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, ■r 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 *0 Dozer with operable blade; Welding Machine �r wit WA030001 Modification 44 15 Federal Wage Determination 40 GROUP 2 : A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman 40 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 to 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 +rWt GROUP is 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 44 16 Federal Wage Determination Ml GROUP 5: Backhoe (under 45, 000 gw) ; Backhoe & Hoe Ram (under 40 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling err 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 Ram; Piledriving Engineers; Paving (dual drum) ; Railroad '" Track Liner Operaotr (self-propelled) ; Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) to 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 IM & 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) ; Ar 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 as 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. rn 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto r 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 MP GROUP 7 : Backhoe (over 110, 000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Aw Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; w Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; 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, cverhead,rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 aw yards and over) ; Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) go 180 ft to 250 ft $ .30 over scale Over 250 ft $ . 60 over scale to WA030001 Modification 44 17 Federal Wage Determination .r 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. W ENC10370-006 06/01/2005 ADAMS, ASOTIN, DENTON, 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: . . . . . . . . . . . . . . . . . . . . $ 32 .41 7.87 GROUP 2 : . . . . . . . . . . . . . . . . . . . . $ 32 .53 7 . 87 GROUP 3 : . . . . . . . . . . . . . . . . . . . . $ 32 .90 7 . 87 GROUP 4: . . . . . . . . . . . . . . . . . . . . $ 32 .95 7 . 87 GROUP 5: . . . . . . . . . . . . . . . . . . . . $ 34 .47 7 .87 GROUP 6: . . . . . . . . . . . . . . . . . . . . $ 32 .41 7.87 GROUP 1: Assistant Mate (Deckhand) GROUP 2 : Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) ; Mates and Boatmen GROUP 3 : Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ---------------------------------------------------------------- M111 WA030001 Modification 44 18 Federal Wage Determination r wr ENGI0612-001 06/01/2005 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF to WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: 'W CATEGORY A PROJECTS (excludes Category B projects, as shown below) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300, 000 and over are GROUP 1. . . . . . . . . . . . . . . . . . . . $ 29 .23 11. 05 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 29 .35 11. 05 GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 29 .71 11. 05 GROUP 4. . . . . . . . . . . . . . . . . . . . $ 29 .77 11. 05 GROUP 5. . . . . . . . . . . . . . . . . . . . $ 31.29 11. 05 GROUP 6. . . . . . . . . . . . . . . . . . . . $ 29 .23 11. 05 WORK PERFORMED ON rr HYDRAULIC DREDGES:Total Project Cost under $300, 000 GROUP 1. . . . . . . . . . . . . . . . . . . . $ 26. 96 8.40 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 27 . 06 8.40 ,r► GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 27 .38 8.40 GROUP 4. . . . . . . . . . . . . . . . . . . . $ 27 .43 8.40 GROUP 5. . . . . . . . . . . . . . . . . . . . $ 28.75 8.40 GROUP 6. . . . . . . . . . . . . . . . . . . . $ 26 .96 8.40 VW 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 to BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each to group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: a* 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. 40 2 . Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. �r 3 . Marine projects (docts, wharfs, etc. ) less than $150, 000 r WA030001 Modification 44 19 Federal Wage Determination g WORK PERFORMED ON HYDRAULIC DREDGES: 40 GROUP 1: Assistant Mate (Deckhand GROUP 2 : Oiler GROUP 3 : Assistant Engineer (Electric, Diesel, Steam or 0 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 1' 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 06/01/2005 ail 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 1A. . . . . . . . . . . . . . . . . . . $ 31. 08 11. 05 GROUP 1AA. . . . . . . . . . . . . . . . . . $ 31. 63 11. 05 GROUP 1AAA. . . . . . . . . . . . . . . . . $ 32 . 17 11. 05 GROUP 1. . . . . . . . . . . . . . . . . . . . . $ 30 . 54 11. 05 GROUP 2 . . . . . . . . . . . . . . . . . . . . . $ 30 . 07 11. 05 GROUP 3 . . . . . . . . . . . . . . . . . . . . . $ 29. 66 11. 05 ,fir GROUP 4. . . . . . . . . . . . . . . . . . . . . $ 27 .37 11. 05 Zone Differential (Add to Zone 1 rates) : 40 Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1. 00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA 40 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - 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 44 20 Federal Wage Determination w GROUP 1A - 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 ow 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 aw 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 60 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 Aw on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type aw GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tors thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through as 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 40 equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; r 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 ,r 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; o' 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 ow No WA030001 Modification 44 21 Federal Wage Determination r 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 1 under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and 06 Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 4 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. No 2 . Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities too 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 44 22 Federal Wage Determination NO M `w For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS +rr 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 aw Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the +o 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; so GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the ;P 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 to 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. w 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. err POWER EQUIPMENT OPERATORS CLASSIFICATIONS +rr 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 "P 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 as 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 WA030001 Modification 44 23 Federal Wage Determination JW GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 10 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 0 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; at 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 vi 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 wo 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 44 24 Federal Wage Determination +rir rr GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator ow (screeman required) ; BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, 4W 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 w Splitter (loader mounted or similar type) ; Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine) ; ,w 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 40 Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; Laser Screed; CRANE: Chicago boom and ow 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 cur' 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; w Carry Deck Operator; Hydraulic 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; No 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 w Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required) ; Floating Clamshelll, etc. Operator, under 3 cu. A, 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) ; 'p 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 r 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 W Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting %W WA030001 Modification 44 25 Federal Wage Determination w Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder) ; H.D. Mechanic; Machine Too! 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; lop TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller so Operator (any asphalt mix) ; Asphalt Burner and Reconditioner Operator (any type) ; Roto-Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, to 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 NO 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 4i (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag wo 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 10 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 bill 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 16 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 44 26 Federal Wage Determination No 20, 000 lbs. ; LOADERS: Loaders, rubber- tired type, less 40 than 25, 000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser) ; ow 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 rr 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; No SWEEPERS: Sweeper operator (Wayne type) self-propelled 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 rr 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 +ww 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; aw 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; #r DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working No 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 w 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 err (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, ar Grade Oiler (required to check grade) ; Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller or Operator, grading of base rock (not asphalt) ; Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade WA030001 Modification 44 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: at Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER. . . . . . . . . $ 32 . 94 10. 15 art► 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. ao ZONE C - Over 50 road miles from Portland City Hail . *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the to project. ---------------------------------------------------------------- IRON0014-005 07/01/2005 to ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES to Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . $ 27 .42 13 . 89 ab ---------------------------------------------------------------- WA030001 Modification 44 28 Federal Wage Determination «r err IRON0029-002 07/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES ar Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . $ 29 . 12 13 . 89 do -------------------------------------------------------=-------- IRON0086-002 07/01/2005 vW YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes rr Ironworker. . . . . . . . . . . . . . . . . . . . . $ 28.47 13 . 89 ---------------------------------------------------------------- IRON0086-004 07/01/2005 ar CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES ow Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . $ 30.72 13 . 89 ---------------------------------------------------------------- me r w av vp sw aw wr r. WA030001 Modification 44 29 Federal Wage Determination No LAB00001-002 06/01/2005 40 ZONE 1: Rates Fringes to Laborers: CALLAM, GRAYS HARBOR, -ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE 11ii NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, go THURSTON AND WHATCOM COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . . $ 18. 56 7. 95 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 20 . 88 7 .95 IN GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 25. 56 7. 95 GROUP 4. . . . . . . . . . . . . . . . . . . . $ 26. 04 7.95 GROUP 5. . . . . . . . . . . . . . . . . . . . $ 26.40 7.95 CHELAN, DOUGLAS (WEST OF so THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . . $ 15. 14 7. 95 -GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 17 .46 7.95 GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 19 . 18 7.95 GROUP 4. . . . . . . . . . . . . . . . . . . . $ 19 . 66 7 .95 GROUP 5 . . . . . . . . . . . . . . . . . . . . $ 20 . 02 7.95 40 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $ .70 VA ZONE 3 - $1. 00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA is 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 1W ZONE 3 - More than 45 radius miles from the respective city hall to BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ap 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 44 30 Federal Wacye Determination fm go LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to 40 cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2 : Batch Weighman; Crusher Feeder; Fence Laborer; AV Flagman; Pilot Car GROUP 3 : General Laborer; Air, Gas, or Electric Vibrating aw 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; 40 Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; ow 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 rir GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, wir aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension 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, so 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 'ter (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 Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; Hazardous Waste Worker (Level A) . ---------------------------------------------------------------- yr us WA030001 Modification 44 31 Federal Wage Determination r. 40 LAB00238-004 06/01/2005 4i 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 40 Rates Fringes Laborers: 1111 ZONE 1: 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 1: 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. Ali prior to final acceptance by the owner) GROUP 2 : Asbestos Abatement Worker; Brush Hog Feeder; to 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, WA 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) ; iw Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and 40 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 44 32 Federal Wage Determination sir ow GROUP 3 : Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when ow 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 respirator) ; Jackhammer Operator; Miner, Class "B" (to 'w include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 yr 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; ow 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 4r Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush ow 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) ; ow 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 to conjunction with a chemical "splash suit" ) ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; No 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 tr nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) ww GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; go Miner Class "D" , (to include raise and shaft miner, laser beam operator on riases and shafts) wn GROUP 6 - Powderman ---------------------------------------------------------------- ev 40 WA030001 Modification 44 33 Federal Wage Determination M. 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, WALL._ WALLA, WHITMAN 40 Rates Fringes Hod- Carrier. . . . . . . . . . . . . . . . . . . . $ 21. 90 6. 95 11 ---------------------------------------------------------------- LAB00335-001 06/01/2005 4W 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 so Rates Fringes Laborers: to ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . . $ 24 .22 7 .95 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 24.78 7.95 GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 25.20 7. 95 ri GROUP 4. . . . . . . . . . . . . . . . . . . . $ 25. 56 7. 95 GROUP 5. . . . . . . . . . . . . . . . . . . . $ 21. 86 7 . 95 GROUP 6. . . . . . . . . . . . . . . . . . . . $ 19. 58 7. 95 rW GROUP 7 . . . . . . . . . ... . . . . . . . . . $ 16. 57 7. 95 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0 . 65 40 Zone 3 - 1. 15 Zone 4 - 1.70 Zone 5 - 2 .75 40 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 . No 40 to WA030001 Modification 44 34 aw Federal Wage Determination *W 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, up Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader war (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) ; to 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 Ar site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) GROUP 2 : Applicator (including pot power tender for same) , M 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, so rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot to 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 ■w and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, ow 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 rrr 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; wr 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 iwr GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam ON (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel am WA030001 Modification 44 35 Federal Wage Determination Orr 40 GROUP 5: Traffic Flaggers GROUP 6 : Fence Builders GROUP 7 : Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-010 06/01/2005 _ air 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 r1 Rates Fringes 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 to ----------------------------------------------------------------- £ xwNOJCa 4>E1Y 071/u1/2005 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, go MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes to Painter. . . . . . . . . . . . . . . . . . . . . . . .$ 19 . 00 4;.70 ---------------------------------------------------------------- to 1 WA030001 Modification 44 36 Federal Wage Determination wr PAIN0005-006 07/01/2005 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, +rr LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar err Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, wr Towers, Tanks, Stacks, Steeples. . . . . . . . . . . . . . . . . . . . $ 19 . 84 6. 53 Brush, Roller, Striping, ,W 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 w listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055-002 05/16/2005 wir CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES ow Rates Fringes Painters: to Brush & Roller. . . . . . . . . . . . . . $ 18. 03 6. 63 High work - All work 60 ft. or higher. . . . . . . . . . . . . . . $ 18.78 6. 63 Spray and Sandblasting. . . . . . $ 18. 63 6. 63 ON ---------------------------------------------------------------- PAIN0055-007 06/01/2005 a, CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . . $ 25.49 8. 05 ---------------------------------------------------------------- so aw r WA030001 Modification 44 37 Federal Wage Determination Ir PLAS0072-004 06/01/2005 r„y 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 Cement Mason ZONE 1: . . . . . . . . . . . . . . . . . . . . . $ 22 .73 7 .43 wr Zone Differential (Add to Zone 1 rate) : Zone 2 - $2 . 00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2 : Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528-001 06/01/2005 err CLALLAT-, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, at SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes rlr Cement Masons: CEMENT MASON. . . . . . . . . . . . . . . . $ 29 . 59 11. 52 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE. $ 29 . 84 11. 52 ---------------------------------------------------------------- PLAS0555-002 06/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER 40 MACHINERY AND SUSPENDED/HANGING SCAFFOLD. . $ 27 . 89 11. 05 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR 40 HANGING SCAFFOLD. . . . . . . . . . . . $ 27 .39 11. 05 CEMENT MASONS. . . . . . . . . . . . . . . $ 26. 89 11. 05 COMPOSITION WORKERS AND 40 POWER MACHINERY OPERATORS. . . $ 27.39 11. 05 tllllf WA030001 Modification 44 38 Federal Wage Determination tow Zone Differential (Add To Zone 1 Rates) : rr Zone 2 - $0. 65 Zone 3 - 1. 15 Zone 4 - 1.70 Mr Zone 5 - 3 . 00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER to ZONE 1: Projects within 30 miles of the respective city hall ZONE 2 : More than 30 miles but less than 40 miles from the wo 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 aw respective city hall . ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- aw PLUM0032-002 01/01/2006 CLALLAM, KING AND JEFFERSON COUNTIES as Rates Fringes Plumbers and Pipefitters. . . . . . . $ 36. 63 16. 81 ---------------------------------------------------------------- PLUM0032-003 01/01/2006 CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN wr (NORTH) COUNTIES Rates Fringes rr Plumbers and Pipefitters. . . . . . . $ 25. 88 13 . 89 ---------------------------------------------------------------- PLUM0044-003 06/01/2005 4W ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES No Rates Fringes yam, Plumbers and Pipefitters. . . . . . . $ 29.76 11. 69 ---------------------------------------------------------------- an Orr *0 W` WA030001 Modification 44 39 Federal Wage Determination 4w PLUM0082-001 01/01/2006 40 CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES go Rates Fringes M Plumbers and Pipefitters. . . . . . . $ 33 .27 14. 50 ---------------------------------------------------------------- PLUM0265-003 01/01/2006 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters. . . . . . . $ 33 .27 14. 50 ---------------------------------------------------------------- PLUM0290-003 10/01/2005 11f1r CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters. . . . . . . $ 33 . 84 15.24 ---------------------------------------------------------------- PLUM0598-005 06/01/2005 ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF 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 Rates Fringes Plumber. . . . . . . . . . . . . . . . . . . . . . . . $ 32 .57 16. 61 ' ► ---------------------------------------------------------------- 11111 WA030001 Modification 44 40 Federal Wage Determination arr PLUM0631-001 01/01/2006 MASON (NE SECTION) , AND KITSAP COUNTIES go Rates Fringes Plumbers and Pipefitters All new construction, Aw additions, and remodeling of commercial building projects such as: cocktail to lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, Am 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 go $100, 000 and over. . . . . . . . . . . $ 32 . 62 14.50 ---------------------------------------------------------------- TEAM0037-002 06/01/2005 to 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 go Rates Fringes Truck drivers: aw ZONE 1 GROUP 1. . . . . . . . . . . . . . . . . . . . $ 24 . 65 10 . 00 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 24.77 10 . 00 GROUP 3 . . . . . . . . . . . . . . . . . . . . $ 24.90 10. 00 aw GROUP 4. . . . . . . . . . . . . . . . . . . . $ 25. 16 10. 00 GROUP 5. . . . . . . . . . . . . . . . . . . . $ 25 .38 10 . 00 GROUP 6. . . . . . . . . . . . . . . . . . . . $ 25. 54 10 . 00 ew GROUP 7 . . . . . . . . . . . . . . . . . . . . $ 25.74 10 . 00 +rr +rr +r WA030001 Modification 44 41 Federal Wage Determination va Zone Differential (Add to Zone 1 Rates) : 46 Zone 2 - $0 . 65 Zone 3 - i. 15 Zone 4 - 1.70 Zone 5 - 2 .75 • BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER to ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2 : More than 30 miles but less than 40 miles from the go respective city hall . ZONE 3 : More than 40 miles but less than 50 miles from the to respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall . 'o ZONE 5: More than 80 miles from the respective city hall . go TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or to 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: to 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 to 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. and under; Lubrication Man, Fuel Truck Driver, Tireman, to Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman so 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 40 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 gallons1 WA030001 Modification 44 42 Federal Wage Determination r 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; +w 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; Ow 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 ear 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 to gallons to 15, 000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and aw bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks to 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 40 thereof: over 60 cu. yds. and including 80 cu. yds. , and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including aw 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) rr ---------------------------------------------------------------- TEAM0174-001 06/01/2005 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, rr 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 +rr Rates Fringes rw Truck drivers: ZONE A: GROUP 1: . . . . . . . . . . . . . . . . . . . $ 26.94 11.58 GROUP 2 : . . . . . . . . . . . . . . . . . . . $ 26.36 11. 58 VW GROUP 3 : . . . . . . . . . . . . . . . . . . . $ 23 . 96 11.58 GROUP 4: . . . . . . . . . . . . . . . . . . . $ 19 .71 11.58 GROUP 5: . . . . . . . . . . . . . . . . . . . $ 26.70 11. 58 AV 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 No $1. 00 per hour to Zone A rates . go WA030001 Modification 44 43 Federal Wage Determination aw �r *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; iru 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) ; �y 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 $2 . 00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic Illli WA030001 Modification 44 44 Federal Wage Determination �rrr err ,w HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to aw the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. go 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- go encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- �r TEAM0760-002 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND aw OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Ww 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 +w 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 No 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. No 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) nr WA030001 Modification 44 45 Federal Wage Determination go GROUP 3 : Auto Crane (2000 lbs. capacity) ; Buggy Mobile & t1 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 & 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; 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 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) and eight (8) hours . WA030001 Modification 44 46 Federal Wage Determination 10 go, NOTE: Trucks Pulling Equipment Trailers: shall receive $ . 15/hour over applicable truck rate ---------------------------------------------------------------- aw WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ---------------------------------------------------------------- aw ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after ++rr award only as provided in the labor standards contract clauses (29CFR 5. 5 (a) (1) (ii) ) . ---------------------------------------------------------------- rw 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 �r 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 to 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 `w contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. w, 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: 40 Branch of Construction Wage Determinations Wage and Hour Division ■w U.S. Department of Labor 200 Constitution Avenue, N.W. wr Washington, DC 20210 to WA030001 Modification 44 47 Federal Wage Determination M. sir 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: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administratcr 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 to 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- to END OF GENERAL DECISION go to to WA030001 Modification 44 48 Federal Wage Determination +mw 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 nr description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY air Effective 03-03-06. ***************************************************************************************************************** (See Benefit Code Key) Over 40 PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS r JOURNEY LEVEL $33.46 IN 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $41.17 1M 5A ■r CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $40.23 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40.07 1M 5D CARPENTER $40.07 1M 5D CREOSOTED MATERIAL $40.17 1M 5D DRYWALL APPLICATOR $40.22 1M 5D FLOOR FINISHER $40.20 1M 5D FLOOR LAYER $40.20 1M 5D FLOOR SANDER $40.20 1M 5D MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $40.27 1M 5D SAWFILER $40.20 1M 5D SHINGLER $40.20 1M 5D STATIONARY POWER SAW OPERATOR $40.20 1M 5D Ow STATIONARY WOODWORKING TOOLS $40.20 1M 5D CEMENT MASONS JOURNEY LEVEL $41.11 1M 5D DIVERS&TENDERS DIVER $83.19 1M 5D 8A go DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 IT 5D 8L ASSISTANT MATE(DECKHAND) $40.28 IT 5D 8L 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 r1r ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 ar +r 10 wr KING COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $50.60 1D 5A CABLE SPLICER(TUNNEL) $54.40 ID 5A CERTIFIED WELDER $48.88 1D 5A CERTIFIED WELDER(TUNNEL) $52.50 1D 5A ICY CONSTRUCTION STOCK PERSON $26.72 1D 5A JOURNEY LEVEL $47.15 1D 5A JOURNEY LEVEL(TUNNEL) $50.60 1D 5A ELECTRICIANS-MOTOR SHOP 4w CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C 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 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 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.30 2K 5B 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 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.94 IN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $36.83 1K 5B COOK $31.21 1K 5B DECKHAND $30.58 1K 5B ENGINEER/DECKHAND $33.25 1K 5B MATE,LAUNCH OPERATOR $34.87 1K 5B Page 2 KING COUNTY Effective 03-03-06 r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 wr HEAD OPERATOR $12.78 1 TECHNICIAN $7.63 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $40.07 1M 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 rrr 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 SD 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 IN 5D CLEAN-UP LABORER $33.46 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $33.94 IN 5D CONCRETE FORM STRIPPER $33.46 IN 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 IN 5D DITCH DIGGER $33.46 IN 5D DIVER $34.30 IN 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $33.94 IN 5D DRILL OPERATOR,AIRTRAC $34.30 IN 5D DUMPMAN $33.46 IN 5D EPDXY TECHNICIAN $33.46 1N 5D EROSION CONTROL WORKER $33.46 1N 5D vlrr FALLER/BUCKER, CHAIN SAW $33.94 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $26.46 IN 5D construction debris cleanup) FINE GRADERS $33.46 IN 5D FIRE WATCH $28.78 IN 5D FORM SETTER $33.46 IN 5D GABION BASKET BUILDER $33.46 IN 5D GENERAL LABORER $33.46 IN 5D GRADE CHECKER&TRANSIT PERSON $33.94 IN 5D GRINDERS $33.46 IN 5D GROUT MACHINE TENDER $33.46 IN 5D +r! Page 3 low KING COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $33.46 IN 5D HAZARDOUS WASTE WORKER LEVEL A $34.30 IN 5D HAZARDOUS WASTE WORKER LEVEL B $33.94 IN 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, �Y 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 SD PIPELAYER&CAULKER $33.94 IN 5D PIPELAYER&CAULKER(LEAD) $34.30 IN 5D PIPEWRAPPER $33.94 IN 5D IrIF POT TENDER $33.46 IN 5D POWDERMAN $34.30 IN 5D POWDERMAN HELPER $33.46 1N. 5D POWERJACKS $33.94 IN 5D so 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 IN 5D SPREADER(CONCRETE) $33.94 IN 5D STAKE HOPPER $33.46 IN 5D low STOCKPILER $33.46 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.94 1N 5D TAMPER(MULTIPLE&SELF PROPELLED) $33.94 IN 5D TOOLROOM MAN(AT JOB SITE) $33.46 1N 5D to TOPPER-TAILER $33.46 IN 5D TRACKLABORER $33.46 IN 5D TRACK LINER(POWER) $33.94 IN 5D 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 fto WELDER $33.46 IN 5D WELL-POINT LABORER $33.94 IN SD Page 4 No to so to go KING COUNTY Effective 03-03-06 +rn (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code No LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $33.46 IN 5D PIPE LAYER $33.94 IN 5D LANDSCAPE CONSTRUCTION No 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 ur JOURNEY LEVEL $40.22 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 rrr PAINTER $11.10 WELDER 1 $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 EQUIPMENT MAINTENANCE 1 $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 UTILITY PERSON 1 $11.56 1 WELDER $11.56 1 PAINTERS +w JOURNEY LEVEL $32.63 2B 5A PLASTERERS JOURNEY LEVEL $40.58 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 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) $41.59 IT 5D 8L 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 BUMP CUTTER $41.12 IT 5D 8L CABLEWAYS $41.59 IT 50 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 IT 5D 8L CONVEYORS $40.71 IT 5D 8L Page 5 wr +rw KING COUNTY ow Effective 03-03-06 (See Benefit Code Key) ab Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $40.71 IT 5D 8L No CRANES, 20-44 TONS,WITH ATTACHMENTS $41.12 IT 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 IT 5D 8L rllf 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 11i1 CRANES,A-FRAME,OVER 10 TON $40.71 IT 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 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 MANLI FT,PERMANENT AND SHAFT-TYPE $38.42 IT 5D 8L 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 HORIZONTAL/DIRECTIONAL 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 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 8L 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 qw PLANT OILER(ASPHALT,CRUSHER) $40.71 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 IT 5D 8L POWER PLANT $38.42 IT 5D 8L PUMPS,WATER $38.42 IT 5D 8L Ilii Page 6 No sw to KING COUNTY Effective 03-03-06 to (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code +r 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 y� 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 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 irl WHEEL TRACTORS,FARMALL TYPE $38.42 IT 5D 8L YO YO PAY DOZER $41.12 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS M 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 Yrr TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $51.01 1 G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $40.29 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G Page 7 M arr KING COUNTY Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $51.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $28.26 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $38.43 1B 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $48.22 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) ft SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $51.09 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS 16 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 1 INSTALLER(REPAIRER) $27.74 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A SPECIAL APPARATUS INSTALLER 11 $28.34 2B 5A i Page 8 ! is a KING COUNTY Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 2B 5A TERRAZZO WORKERS&TILE SETTERS ■r JOURNEY LEVEL $38.43 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $32.26 1B 5A TRAFFIC CONTROL STRIPERS i JOURNEY LEVEL $33.40 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $37.94 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $38.52 IT 5D 8L DUMP TRUCK $37.94 IT 5D 8L �r 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 OILER $12.97 1 WELL DRILLER $17.68 1 rllfl ii111 1 Page 9 irrt rre Ow No nr ia +rr l do BENEFIT CODE KEY - EFFECTIVE 03-03-06 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC 4w 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. I. 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. r 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. irr 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. 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. ws J. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY y 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. MONDAY THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. r 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 Illlr 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. 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. BENEFIT CODE KEY-EFFECTIVE 03-03-06 a -2- 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) to 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 to 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 ow (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. to 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. >l 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 HOURLYKATE OF WAGE. 40 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 HOUR-S 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, go BENEFIT CODE KEY-EFFECTIVE 03-03-06 -3- INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE Ow OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGIIT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ar 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. aM HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY 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 THANTKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND ar 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). ow 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). 1w 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, tirrr 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). to 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 �wr DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). r BENEFIT CODE KEY-EFFECTIVE 03-03-06 il�f —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, PRESIDENTI.AL 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, ■It 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 IIr CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY.DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY.PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY.LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, DAY AFTER THANKSGIVING ow DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES �I 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 OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET BENEFIT CODE KEY-EFFECTIVE 03-03-06 -5- OVER 250'-DIVERS MAY NAME THEIR OWN PRICE.PROVIDED IT IS NO LESS THAN THE SCALE LISTED +rr FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 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 4W 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:50.25. r rrr trr w go im �M1 wo x e. s oi tit- i.�`,sral ` t 4 ANDA tt ! �r i f � s ROADWAY ARROVEMMOS . QTY OFFJW 3N AVJ=2W x 3 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 < O a m m 4w a N ao H m<i W • yp N b • m �a= O O z O _ >z Z I .• -, o i w i w - o O 8< 0 0. OH Z"s W 0miw 9W U d U a p OF Q Q m O E C <°WW 'w co <°>W WN F d V O F 6 ° m�3oto <w O N�OtlJ ;� =OF �`�s Q�SS Q =� Q 4 O a o °o o �� '�� Q�oQC 'x" �> z W� F � ► 00 > > Vd M = 3 6 Q �1►' wz C Kr ~ � 3 m $6=uW. z om" Z m �O�t7 O ­9 9 O sCn L�u H Fx-y U = u z > >, - U tltl So a O Of?w O 0�zw a Z6k WN .goww m O.0 Kma0 F �7o�vai C e� �= Ompo • U U•n^p U'2o aW W~wy <W �S 3oaw O<>Z 8 It >� aw Oo NiON h z =O u<i�ora • mF dU V M RU U FFF° VFFO 6 W VJ� c <m <p v Oa O d Z m = O _ Ca0.1 amp O ~O 7 O 0 zOa a wz F z X L z (� Z N H R x N O J w n w t K J 00 0; w o=, z WW K 1 ° p z m w 0 W a 0 O W f W z m0 n ° z LL Z. • W ry wg d• 00 xpjz .-Nza a 5 5 R.m � z "1,O inrJ .HIx O Ox� qkWa 6W<~ x 7�'O NUJ mWJZ tll ~0N <' < J. <p U ZUW m�G NaW 0V) _a r 0 r U �ON �-0� 001-z 00 z =z a w c00 o 0-° uw OUZ LL wDp 00 VK- 1'FF- WN_ WNW p' Z e.)vi W� <U w W3: w � r0� °x Ow _O y� O y0 ?x O LLN 7 W IS W Q G CL uj U Z O U W W a U ib HlO1M H101M HlO1M _I 3NVI 3Ntll C' 3N`dl -� go i SEAL WITH AR 4000 AND DRY SAND AFTER PATCHING PATCHED AREA A A COVER i PLAN NTS OUTSIDE DIA. 1'-0" 2" A.C. CLASS L SS G CONCRETE SECTION A- A NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE TYPICAL UTILITY COVER WITH 2" OF A.C. CLASS "G". ,EE CITY OF RENTON SUPPLEMENTAL ADJUSTMENT FOR 'ECIFICATIONS SECTION 7-05.3(t). PAVEMENT OR OVERLAY ti Y o ADOPTED Ci p CITY OF RENTON STANDARD PLANS ,fir T 4/10j03 Revised notes and Detail. JpH DMC LST DATE: 04/2003 10/17//96 Added notes. IDCVI AG DATE REVISION BY APPR'D DWG. NAME: BR36 SP PAGE: 13001 mr wUic�m a W N E p m CO ? f E .8 y 0 c 3♦�S g �o, �y r�i T g y U z mQ ma d c F,O Z` m E Z _0 w ° Jw o >oqq = IL c �•• � 6 a a m ujmayia `-° m ° m ° m ° m W Cb oQ� v Z y a ow cc � 3c m - E ° � � v w a 1f PR �' F `a a Ntm WE t! m ° o m ; °cn� w �1° o -0 c a V _ oam �0 3 o m m °82E °'E ; a d dm mm w - cO1 m m m o mrnri N W �a m cma c m oC C w 4 ` v W ad Q E T 0 Z m Ey c E 0 wro- >4 m �p a M SZE g E E -L U �� o G m m a Ew m e c p aai w m co �D'5-¢ vL aN� E c m o m w m aKt{m 0= m �m 0 ma H ,°0 Z 2 r �H vi m rn•n•o E m T 0 ga Z w cn•- cy5 c m .0 c a tSr- E U ° YmE�w E gm co o -- N to mU m �u1 o m i"c mr+, m m E m m m n w wW CL tm -�._ t - tW Aw � ¢en 3$afe I-t E¢ 3 I- �� ¢ \ Z N M 4 In fD !-� \ m \ z U W M LU \ m a LLI �0 us YJ W \ / 7 W =` J Z U w Z w W H w 0Wa J r U N CL Q > J S OH W Uui a�n J C Ow o m a a$ Q W a I j W UZ Oy: m S O Lu IL OU a% % & m O a LL z a 0 0:0 O_ W p 06 0E- L)0 an Lij x x m ��-- 0:O t,LL 'n O LL m O o _ / / ¢ ZZ .E 'N��Z H LLI ,�o wig N \—J-- — \ Z LU / F W to Z W qw - 5 \ \- W _ w z IL W a (/ W 0 U 2 O = c U U m S Q W 6 � m vNmg u2Nm ,AB Nmvva a.+w mwouWrrvu�iorm cuu.ormaaauu •maemoau vrrvnacYUasm•LUearuoaas�ns�.narr�oxawuwu.alav r h LU LO d T s 1Ir11 Cl) —> m m J 3 m e 0Z w Co n y m N W Gg� 8d�,� d �.2-0 c o�YE 0 3 ° a �ti �� o Z W ° uj CL CD z aaLmo- He a � N 3 0 �. �, =� o a ° o *°� L. °�$_� c° E °1C m c ° a c �y��`°�r ��5' a m Q = a a m c c c g=0 E .� ¢ � d �° �bjf R���`v W V Z w a °CO ti w L = -0 c O.CN ;g0M O 3N 0 a-omE rn 3a d vm mm w m m L - m� m a � omoi w cwo� � m o 9-S my m � L m v v Z v c °�S' �v > m m —�— 0 c d o E - - Esc-_°' 0 m E ° x o v a3 E EO LN d` o m E� ai rn w? \ W dv•- �- y �wv:r E mA cN m m Zs N > � cE V w ° cm � ° Ea `' E n mom / L1J 'm W m e c c aa) m d v m W m•5-S� °y�--�Nco v v rya m v, m / ~ .OmLLm 0'L—' N�•� 7 m a L� Ol L Q --- p a t ;F- H m 11) E ° w E m Z U CL 4) c V E S w x E cA E � aL m.2 ° m a co U1 m o aL >'-c `m� aL w E m w m °• W W N W C L QS•—4 •— L L L m L > F ¢cn 3 cax HL E¢ 3 H I— Ha h— Q \\ H Z cA t° f-� O \ / Z x m \ W Q W uj G Z »44 Vz o LH LLI Ja 2 �W ry o U N O IL O g GrH W L ui a U So 5� ZO Q w oc a 0 a� �.6 W \<1 IL m uj UZ J U JU �U C¢7� / \ / / \ V ul a:O CL d 0Z w �w �w LLU w ��i . .\. W 6 06 CL ma ¢ UN N a 4c IL �J S CD �W #QUQ W W _� KC a:w N m a m Z m y h O OaN m U U 0 ,_�/,/,/ 0 x x Z O H ryo W W U)z z Z o O o 2 F U W N � � Z Q Q m � W l m O W o x � c d s w��wiaor roumomrv�uo vHrns Navw ae Wvaa w 6.' 3,-0,. 6" rw A WIDENED CURB +wr B B 18 D 12 D O FACE OF CURB SLOPE 0.05 FT/FT STREET SECTION CONSTRUCTION JOINTS SECTION B—B a NORMAL GUTTER GRADE qw NOTES: SECTION A-A 1. 3' TO 5' DRAFT PERMITTED AS NEEDED. 2, WELDING NOT PERMITTED. 3. DIMENSIONS SHALL HAVE ±1/16" TOLERANCE EXCEPT AS NOTED. 4. FOUNDRY NAME SHALL BE EMBOSSED ON TOP OF GRATE. LETTERING TO BE RECESSED 1/16". 5. SEATING OF GRATE SHALL BE ACCOMPLISHED BY ONE OF THE FOLLOWING: ALTERNATE A SHALL BE 8 PADS, 1 1/2"x 3/4"x 1/8" INTEGRALLY CAST WITH THE GRATE. ALTERNATE B SHALL BE A MACHINED SURFACE OUTSIDE A 17" CIRCLE, BOTTOM ONLY (SEE SECTION B—B). 6. MATERIALS IN ACCORD WITH DIVISION 9 OF STANDARD ow SPECIFICATIONS SECTION "METAL FRAME AND GRATE FOR CATCH BASIN OR INLETS". 7. MATERIAL USED FOR GRATE SHALL BE DESIGNATED BY EMBOSSING "DI" (DUCT IRON) OR "CFS" (CAST STEEL) NEAR aw MFR'S NAME. 7. SEE DWG. NAME BR-32 FOR FRAME AND GRATE DETAIL. GRATE IS OLYMPIC FOUNDRY #SM50G, #SM50GL, #SM50SL, OR EQUAL. ,w FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. SURFACE WATER UTILITY OPEN CURB FACE FRAME & GRATE INSTALLATION DETAIL ti�Y ADOPTED � ���� CITY OF RENTON A STANDARD PLANS 1ST DATE: 12/96 MI DATE REVISION BY PPR'D DWG. NAME: BR-30 SP PAGE: BO17 wlr I I A D O m U O B B 28" O O 24" A —LEVELING PAD (TYP) 30" f -24" 4" SECTION B-B -- .20" -� 4" �- SECTION A-A C 6" APPROXIMATE WEIGHTS 11 1/2" 8„ FRAME 104 LBS. GRATE 220 LBS. HOOD 71 LBS. TOTAL 395 LBS, 26" I.D. 12-1 DIA, HOLES FOR to 3/4" BOLT, WASHER, C 27 1/2" O.D. AND NUT SECTION C-C NOTES: �IwI 1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY #SM5OG, #SM5OGL, #SM50SL OR EQUAL. 2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL. i 3. LEVELING PADS ARE 1/8"x 3/4% 2 1/4" SURFACE WATER UTILITY OPEN CURB FACE FRAME & GRATE DETAILS ADOPTED CITY OF RENTON 1w A STANDARD PLANS 1ST DATE: 12/96 vw DATE I REVISION I BY PPR'D DWG. NAME: BR-32 SP PAGE: B018 C C4 �s 0_j m 8g OZW m O ° 41<9 N WzZZ = s s� dy� �= g N o W IL a z tf L m� p a o �' °v o ° o o ow t; +�w = o A m _0 Z�p Z IL p 0 V H e s L6 1R Z fl` %0 a v W L �� o 8 m — f ° — I ---------------- �cS H J ao�i m N ffi. c ID s s a_ ID �h - cmm Lu 1-- S K LL Z fV e70� - a WW yr�e arr - ---n---n--- AL U .S .S ..E .OZ T k;: LL _ a LL O y O O IL L J W W V CL � w m o an 7A V• O Z. z J` -a J J x F co N W O O L 10 _ 3W'dN AUONnoj _, W ow 2 m r a Q Z O 08 W� �a .� m Za N = rb E L GgL d 88M m Z < ° I m o n L c ti < m r a >• ZotZ 6 ° d ds �y � % W � $C E N N <d Z E Z- W �, E 3 III �'10c c P T < NEE ~ WEE a ---------•--- a g «ens o w L W w S g m N s .,-a g E W FFla° m W O SCD 2' LL « z i z o «OZ w U h J Q r r l L s g NI a w m m U) LLI C-n• < Z= O h IL wx J Q J• w aD N w Q J -1 m � .e, a0 a CM o V 6 Z w v 3 rr eAa Odd�� r Jm � N = { 16 c .5°C '00 m V C w d 0 N C 7 a 6�o m a ,1► w m c 1 a o m N �� c J2 N o s�� w E N iv W N 'Q � Ell !�I $c .A o E col E 9 Lu m m L c o 1 z vi o 2 O c W � � Os<< O o W � � U y -- - b gg a oo @p up w o uj wo w= AL .f - • lip keg — --- Ott 4 g W d' m � IL P _________________________ low 0 Q d o ......."" o � o � a¢ � z No Q 0 N • N� T ti m y a r IL LL a C! m ❑ ❑ d W zo � C 5 Q m N U N �' N N M M d). OQ� V °1 a E_$E z Lu ¢a o 6 0 0 0 o �r 4R F� n L) a W O c E m a cW Z �'1►' o E C E m O ? r N N N E S E y F o 0 6 6 o c N a 3 -:1 o o ¢ ? WZH W LL J tt oa Z �VWS w O¢� c9i �i v v r in o m m m a p xz O _ - w ��a m m$o' �¢ Y m 5D Eo N fV N a to Q � m�CCY C-i gwmo O o. c W Q a— W �pmZ w O: �p £ S �a;�; G Y y Oda N N m N �i �i a $tl Y `o m �� r S ? to a '.. N of� Ow r �m m8cE Q �V� W m m E m o 0 1 m m Y Z a. r m w o II in m�$ _ ¢ U € O z IE LL S �=ci6 n§ 2 C4 of < ¢ w w O J N _ p m= Q ¢ Q W m N a aD ti Z t W 2 w J m 4 w W S w a a Y v N in m co 6 � S < o �p -C,4 o (2•) R d z N th N O 10 Q N N F a U a0LOui s m w�0 x z = z w ¢ a � m ¢ ate m � 8� U vy Z� NW N =0W WQ N ❑7 W 2 Q rZ �z a Zw gz o z = OU K C F� x 3❑3 wV 0 ° z mI z so 3 w0 s f v Wy IL Fr M- 000 00 F �- �� co) zL ¢ a r.p 'XtlW.SL h 1O LLJ F W w q KO mg LLo xvw ez w a =❑ 'NIW.4Z �::; ~QZ u�m o. i... w¢ .q.�. �/ • Ca D w LL K Fa• 0 C30Nb'N31NNW ao=) SN3a381118 'A8 WVW(3 ow �0 � Nh o�� W �Z m z o ca—wr o -; mr 'Om6 LL � @ IL � W= O ° ° o LLu Z W > VAW x O N 96 a �� 11�►LL N � KO m0 6 rO Oz Z °xxVx O Z € t� o $ " E NIW b N W .ULB OF Z "> N L Z W `m d ~ '� W i .: A F so mg Q zoo mo$ mop g 4w m E 0 W x V H m E-0 zd° E8 Q z 0 O U) W --- Z C W OW W i ' ~r- z O Ym ; W Q z W.N 'W LLI W LL IZ 'NIW.BL aw Z <a z m < O Z F h U � Q 4 Z. `�► � I 0 � �—��N a d zr g m N g `o m CD LL Ix V - O 'pv 0 A � w ox 0 f %"2 r'1 q O 10 y $ No m do pto �O N s ME 'JP�1Q31A'M mllYltl iAMI.OJY lOLLYlY0.11NtllALr9WWMGiIYY NOIBI�IM11WLLlY /Y W 1�'W Hp{YyWryg1®1pWYOM qw c � N $_ m E NO p� N � o m E v `o wr 6 O qZ < e m m m 8tS o a m a`� Odw��� ZW�IL a CL w w E6o o �= m a o Ci M E E � F W N6 Z `oc 'j'.J J �—mo � •fig° � - m� ,`Q uFi�° m� � E m b� Q�� o :so:6 E k Ew daw� gE Co ,m E J-°❑—� c Y!a E E .E fo E WX - �ae$� N gym W ga 61 'g E E w E E E B E$x£ = E n° -Rif- wE ��$ ��° is Em a E E E O t° a m ~ n c �NC c g m w wo m w5 IS - w E F6 9g @q m U U U a o E'a 4 c y t p m c°°° m N °E� '� m Ea Em 9 E ^•$ 2 .- r m v Lei �6 r a6 of W Z O W Q 5 D W Q a U L] Z Q W. E----------- r " a mW= �w zJ b Com LL' ga0 F gGi m c9 40 K�U Ym W -' Upc�Y O d W Z () op G o 1,0 y0 0 LU O U ILL m W J 6 ' Z° J 2 N O W U yj p OJ g W l gyp- o0Z i zzg O (7G p a O W6 1 ° D � N Nm dJ U o O ti Z = 4 m �'�6,-J •'�3,.p_,,�N��W YL;r-- IL IOW- -- .4Z .4Z > op oZ 9 WZ8 z o6� p= z.�WF ¢o��.. im >O U Poc, { , Ho xZ axXW �n v1�0? aio0y W 7 rr cr E o 390 O "m E N 0 Q cr .� mo o+ WV"Q E+ a C a a Lo 0 ova vE �aW c 3 N t •O N N O U O 3- '9+ Z J C N d a -•O T N W W tr a rn c wNo .c= aJ0 ®� L C E U- c =Q D In U u O N D• O ; L ]- I� /y Y- - V O O P W 7 o 0 o d D u W m T p 0 d N d - c D - C 4 N O L O to O O d N a- L O N\(OJ N w W 3 D O N O w N O N O O m o L o+ o m a o Aw at IA to m d m D•- � D' W w m Z X -Q Q lD • Z • S so m ° m 1 0 •T I U w w V1 No 7 O �0 t] F a •� La a O s v mm vw J W 0 E > O Z D•-C _ a �u oo GE o W i 30 O•F L J 3 I W d 0 N O O O LL C+ f 3 NIW NIW co I I \ I - -�_-�-_----- I�-II _-�I- -I�-Ir a N / _L.-IL JI=JI=JI-J1=1L=1L=IL rA I I a� ° L UI N N� t Q E$ g CL DP Z C 3 288 m� 0 �` ��� IL m F `oi c Q o 9 o .BLB 530ddS MA AM 0 Y+! of 0)$ m •L• U C m m « m n m P c v m CD CD p 0m w mi tt' m C m C U ca� m C 8 L m O C ° O ID W V O if C.L ID $c = cd an 0 m r c 0,6 ° L �I $ c.m° m m CD d �G C.�C tieLtpi U, �'° m m Q �8$ « i C CD 0 cc CD 2 .- ci ri v rci 'Lv a 91 J W o06 �y o �' Mam °z=z mW how m 5 .9n rZ low A/c S33VdS N31 .9NS .ZJLL .9 O C Kw¢ a .T m j`+ �0 0 J W a= m + ► U e a U w n �J 0� a wri aw W X00 0 %uJm x Z2 N N O Z z�31enadn .9 4!t 9 .AL 4Z Vn 9, W O idyl w 'NM.ZL &L J K G W X > e d �� LU I � � � � O za =_ W Y%Wm x �u v NYdH000 VMV:A9 WVLJO le> Q I .vL �, �L r•Nlw.vL s � ,�`� � g8� d m � o CD I W 2 IL lw Z a o � 1 o Z O o v 5 E I Z OK �TII(I� .. .8 .TJI Z LU ew OI f' :XVW.B-AL N gI JE •NIW XJ s 0 W W . e LU 1 ---J--T--- W LU J I � y 0 x vw 'i 1 I C m Q R y W y U O U N O d Seio I 4' �\\\\I ;�rr•:. xo C g KW q�q U�gqri al q� ax ylig Y rl q 1.• W. = Q OK a d dd �tl� W W UZ U �U �C)sw COkd ¢d Wd O� 0U W 0.0 �w UIR m �0 It IL < UN. we # I 1 I I I � .I•. b I V I I I I .Z ('dA.L)310H dnNOld 'a LV JS XVW.B•AL 2 u+ C e l .7JL 'NIA XJ S uj ----- 1 r„T W W 6L < I `��� !I I-- '••Imo. LU O 0 I I � ------------- IL io Z a Z 1--r '.: •-�-,-;- V _____J_ � f W i f Ow 1 I .BE AL t 1 I 1 I I m i i IL Z O s ~ o c 'NIW SJL S w J I Y ,_- I .� .. -... :• ••1� Oyu La cc r------------� I ,�--�\ O I m ui 11 I t: d /� O I 13< w I�,` N I .L. U I I < I we L___J ..{•. W J J _ Z N eley .7. .ILE .lam l[illL MJYI �ruoaaMe.wr nour�wwt,awuw,wazru lwwl�l+w�uav XMW.8'AL uwc�a°1°�merwi �raeau 0.as"menn� to WN o F'W 'o m a a d q a t t w Gg1 bga4' m F {Jp – – – S o y ^° Z W m o g ' H a n O s Z o 5 i y mdE ,P � V Wi p H a •L�,a o.. �W F 1y 4R W( H c C 2 C O a ��U w¢0C W W 0 �w po G f�Z�` W 9 zTP 3 c� m m m Cm 13 Z [� U) m a �y z Wrn a°Cv ° pp O Q W t c Fm�a U f-9 Sao og J S a Z LU U Z Z � W � Z .� .ZlL J MOIA—v.- H W/ W v p B/5 O N Ll O 0 H W N .,4/L LZ A; v N 0 5 I's h .lZ a}F WN c N Z0 --Z J W 1� W w � a N Wr LL O a Z U z0 0 lu ¢ Ncn E p w Q U F n h Q7 � F co r: y u Lil (A D m 6 o �a w► m Z T a = o ° wGg� �aa'pi o J m $ F a pJ = a a Z m m d a 0 0 0 W Z m rg m W p N K ' S a N 2 3NOZ 3dld W PR d to C7 d to A3 l3 4 cli a - .9 3SRl%99 h g N e; ID t0 $ a3 0 w w d �cd O O O a OD �p co 8 8 8 � oc ° m U, U) to W a m m Z ° 0 Ve wU► Z a to �0 Lu LLI LU U) y w U. N ° d pa—,0 �Cm� o w z g . aw Z N M O W ° a O F F- NOl M •�- 8 W? N E E s 8 M W M p pp / V a Z J ul a.jwz U� wa W Qa0 it _w W w 0 d Lu N �0 a w 'W ° U ° 4�a o U' i 3NOZ 3dld GO p Z 3NOZ 3dld 3NOZ Uld LU ao I ao 4 .9 0 o .9 .9 %09 %09 .9 z W a J V W a 1-y O Z W Z O O O ZN p W wr p W � lio Z F �F LL2� J U LLOH �.^ KON OO p0 joo LL OZ QZ �WZ M, H JS�O J z ww p �2y 0 9_ yamy,,mZ O tL]Nv �0 a 2H YSN a w >a ? ea j Nv 0 7 FL �a O Ka p a ¢a O K O 4w *W jtw j Z -� u Z W uj � O m m V) Cr 6 m� g N ZO U r N G N N N N C-4 N G_..1 ��B�IfJ Fa Z W 0 •� s . °dye ZW gym o Z? wm v c � °m c v e �_ Ww a:a_ z : z e i t (tp t a� R, �� a mp o 0 'G1 a a O " p N N N f7 N Z O �i NU O W LL ph ° 'F � = v'ydr` e� h Z� a U w QZ Q W a� p� ON p� W �bI4' Qlt���� w ;_ m a a m� j p x�x �x x �x xCx 2x x x x x x �x x x x n. O�i e ; �— x � O wA M Oa a 0 x Zo 0: " oi " oa " oaa a * - a C J_j O F Cl LL WN N WN N N * N WN N N * li =a U a K C U Z d p LL Y O LL Y m� 1331S Wf1NIWf1lV a J W F Q' w O p z LL NCO W Z W U C O d d U 4 .tee W m m a G a � a r r } J N1 m m 0 0<C m m iD Z F x l m z W- 9a O O p p C K K K W W W Z W Z Y Z ui � 0 � � a0 a0 J LM J �. W d Z 2 Z Z Z Z Z Z m m m m oz yW W� 2 �J 0 aw� aitw Zgx p =gm0 m Z a O W o m i p W W .0 a Gcag a LL F n0 i� � Q Xf_ 'a W O a W a W m W p °w 3 a � W 3 a � cLL a W 3 IL 0: 0 � U 0 � 2 T � Z � p W W O o9 g = z g " m Z � 5 a LL �_ SW aU �w � z= aam�a�rnarxum�awdronxea®suu®.a+nx�eoau a�neronr�oriaxra or 10 AC PAVEMENT & BASE SIDEWALK 0.02 we REDUCED WIDTH � GROUT yrr ROLLED CURB ELEVATION A—A CB RISER SECTION OR BRICK 3 1/2" wo -T 4" e 12" a d so 12"-- - err . 24" ROLLED CURB wo ELEVATION B—B 1/8"x 2" DUMMY JOINTS rr 12" 12" A BACK OF CURB rrr � B a d_ I a d . d a d d ° d a a 41W 1127. I I.ad d. r. Id d II °4 °I ° 6] d t.. o d B ADDITIONAL 2" CEMENT CONCRETE TO err A EDGE OF CB IN TRANSITION AREAS (TYP. BOTH SIDES) FRAME AND VANED ,p GRATE SURFACE WATER UTILITY NOTES: GRATE/ROLLED CURB INSTALLATION tiSY p ADOPTED 1. WHEN A THRU—CURB INLET IS REQUIRED, vA CrrY of RENTON Z>1 USE A ROLLED CURB FRAME AND GRATE. + + STANDARD PLANS liw �N O LST DATE:TTj12f 46 0 DATE REVISION BY pPR DWG. NAME: D-14 SP PAGEVO y5 FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE. 2" BY 2" 14 GA. WIRE FABRIC OR EQUIV. BURY BOTTOM OF FABRIC 2'_0" MATERIAL IN 8" BY 12" TRENCH 5'-0" 2,-6„ - t - - - - - - - - t - + 11 6' MAX -� ! Ll ! FILTER FABRIC MATERIAL 6 2" BY 2" BY 14 GA. WIRE FABRIC OF EQUIV. 0" PROVIDE 3/4" - 1.5" WASHED 5'-0" GRAVEL BACKFILL IN TRENCH AND 12" ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE. -'1 8" MIN. 2" BY 4" WOOD POST ALT: STEEL FENCE POSTS. BRUSH BARRIER NTS NOTES: 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM SEDIMENT TRAP OR POND. DIAMETER WASHED GRAVEL. 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE LINE 6. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY IS 1:1. HAVE SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO THE FENCE OF 100 FT. 7. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING 4. IF 509 OR LESS OF THE SOIL, BY WEIGHT, IS FINE PROLONGED RAINFALL. ANY REPAIRS SHALL BE MADE PARTICLES SMALLER THAN THE U.S. STANDARD SIEVE NO. IMMEDIATELY. 200, THE EOS SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE THAT 85% OF THE SOIL CAN PASS THROUGH. FILTER FABRIC FENCE DETAIL GtiC Y p ADOPTED O CITY OF ItENTON STANDARD PLANS LST DATE: t946 0 DATE REVISION I BY PPR'Dj DWG. NAME: BR21 SP PAGE: 8066 #W arr R/W Uj O� Q0w EXISTING GROUND >o �a'Q ooa 12" aw �r I r EXISTING GROUND �w 100' MIN. I (MAY BE REDUCED TO 50' MIN FOR SITES WITH LESS THAN 1 I ACRE OF EXPOSED SOIL.) "w` R=25'MIN vrr 15' M� Q 0 a rr ° EXISTING DRIVEWAY. RAMP OR SITE ACC[SS ROAD PLAN dw N TS I wo aw 1. Use 4" to 8" quarry spalls or crushed rock for surfacing as shown. Material with 'fines' is not acceptable. err 2. The 100' minimum length shall be lengthened as necessary to insure material is not tracked into the public right—of—way. No TEMPORARY CONSTRUCTION ENTRANCE tiZY p ADOPTED ' O CITY OF RENTON ♦ =� + STANDARD PLANS AkO� 4W �N T O LST DATE: 12,t46 b DATE REVISION ley JAPPJD DWG. NAME: BR23 SP PAGE: 13068 .rr go I ■1 DROP INLET WITH GRATE STAKES �STAKE FILTER FABRIC WASHED GRAVEL FILTERED WATER RUNOFF WATER WITH SEDIMENT \�M/ .\ 12"\j\\%\\\ %w BURIED FILTER FABRIC 8" FILTER FABRIC NOTES: 1. EXTEND THE FILTER FENCE/WIRE MESH BEYOND THE INLET OPENING AT LEAST 18" ON ALL SIDES. 2. PLACE 3/4" TO 3" GRAVEL OVER THE FILTER FABRIC/WIRE MESH. THE DEPTH OF GRAVEL SHOULD BE AT LEAST 12" OVER THE ENTIRE INLET OPENING. 3. IF THE GRAVEL FILTER BECOMES CLOGGED WITH SEDIMENT, THE GRAVEL MUST BE PULLED AWAY FROM THE INLET AND CLEANED OR REPLACED. AN ALTERNATIVE APPROACH WOULD BE TO USE THE CLOGGED GRAVEL AS FILL AND PUT FRESH GRAVEL AROUND THE INLET. FILTER FABRIC FENCE INLET BARRIER Vti�Y p ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: f 0 DATE REVISION IBY JAPPR'DI DWG. NAME: BR-22A SP PAGE: B069.1 err ,rr 4' MIN 1' OVERFLOW DEPTH 1' DEPTH 2"- 4" ROCK '--- OUTFLOW CHANNEL IF 2' SETTLING DEPTH 9�ip c'^:;;� :=' "11 5'MAX EXCAVATION. 1.5' SEDIMENT STORAGE v FILTER FABRIC FENCING 1' DEPTH 3/4" - 1-1/2" WASHED GRAVEL CROSS SECTION tri NTS ww w OVERFLOW SPILLWAY 6' MIN WIDTH / NOTE: MAY BE CONSTRUCTED BY EXCAVATION OR BY BUILDING A BERM rrr 1.5' SEDIMENT STORAGE 2' SETTING DEPTH & 1' DEPTH OF 2"-4" ROCK, 1' DEPTH OF 3/4"-1/2" WASHED GRAVEL. SEDIMENT TRAP OUTLET a' NTS rr ow +iw SEDIMENT TRAP GtiSY p� ADOPTED CITY OF RENTON t ~ + STANDARD PLANS (r DU1 Ow ��'N t O LST DATE: 196 0 DATE REVISION I BY PPR'Dl DWG. NAME: BR19 SP PAGE: B070 rr MANHOLE FRAME AND COVER 6 SEE DRAWING BR29 12" MAX. 24"—� (SP PAGE B074) ADJUSTMENT (4" MIN.) CONE 'D' RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 C' STEPS — 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED 7' MIN. CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. A, 12" (TYP) MAX. PIPE SIZE — 'E' �— LADDER—STD. ALUMINUM OR GALVANIZED STEEL MORTAR FILLET CONCRETE SHELF e 1% PRECAST BASE SECTION OR CAST IN SHELF. B, D DG D 6" MIN. (TYP) SANITARY MANHOLE TYPICAL DETAIL NOT TO SCALE A, B, C, D, ,E, 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" 1.E) 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTES: 1, STEPS TO BE 3/4" o DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING BR29, 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR SANITARY MANHOLE APPROVED EQUAL. 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING TYPICAL DETAIL AND FALL PROTECTION SYSTEM INSTALLED. ADOPTED U p� CM OF RENTON t 41R t ✓N�� STANDARD PLANS �r T 0 LST DATE:04/03 104/10/j Revised notes. DMC 0 1 7/961 Added notes. AG DATE I REVISION gy gppR' DWG. NAME: BR28 SP PAGE: 13071 rr 24"x 6" FRAME AND LIP PER DRAWING BR29, SP PAGE 8074. ow err 4" MIN. TO 12" MAX. CO 0 24' a 1rr `n co o co 12' N o LLJ i J Z II m . Q � N Q � no 4" 19 54" > ao a r Q d Q ° ° . 6„ 6" am +w NOTES: 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. ar 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. OPENING SHOULD BE ON DOWNSTREAM SIDE. 6. ALL JOINTS SHALL BE GROUTED. 7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. ow 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. or 11w SANITARY SHALLOW MANHOLE TYPE B ��Y p ADOPTED ���' CITY OF RENTON _ +1 STANDARD PLANS lST DATE: 12/96 10/17/96 EDITED NOTES DCV AC 3/8/95 EDITED NOTES I DCV Ac DWG. NAME: BR37 SP PAGE: 9072 DATE REVISION I BY APPR' I SP IrY LETTERING o o n Li �0 I � I I 25' I i 2514 i 233 21" I I� 33 � 1� NOTES: MANHOLE 1. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS. FRAME AND COVER INC. No. 3705 (LOCKING) OR EQUAL. 2. FRAME AND COVER SHALL BE A WATER TIGHT ASSEMBLY. 3. USE FRAME AND COVER FOR STORM (SPECIFY 'DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). SY o ADOPTED CITY OF RENTON STANDARD PLANS 1111 03/10/05 Revisec notes end Detoil. DCV MDB �N�0� LST DATE: 0404 04/10/03 Revisec notes and Detai', �D;; DMC 10/;7/96 Acdec ❑otes. DCV AG DATE REVISION BY APPR'D DWG. NAME: B074 SP PAGE: B074 v a Ln w O w m w z 0 to ° � a -o a ~O U z (n UOZ Q co Z � OF- Q J F 450+ O^� 0 p' Ca w p OD W O Z 0 wa �ti7 OLo ZZ Ego as WQ J p z CL O ° p wun C)<Cf) Z Q w o o < m C7 Q O � 0: P Q 00 F, J = am a z m LjLJG :2 m F- �p U z Li cur o m J 3°� o��\o a -j Uww Q 0. � g z Y < �Z U a f�7� C7 U� U w n + � o Q O c n Z F- �j m U Q w W \ U Z \` Z Ln O cD a o a W Z > > LLJ > a m 0 0 0 m Ru \\/ U cD cD Z m • IU1 O o A'Q P W .. . .' ...:. VcU U to 0 �j Z W W 0 m - . w z . °Z cn W Z o a u 0 Q ` u u u G .�I�w U w °w (n u u 1 'Irr Z W U 0 0_' J Irr' IIZ W. rn Q_ Iu p o 1 c U xdw ,0Z w W J Z Q O T Z(D n m m w S ZOF- u to z 0} � Q Z Q p F- < 0' J Z F' Q O V) Z m �0 U ow 'XVW ,OZ it Xb'W "L i z O + O U tw Q O 0 w N U ZO J Q Of -i F- U W W J � Q Ut- -jO p0 Z_ Z QJ 0_ U N Z iii Q O p Fn ,��� O w u z a ilrlf cD cp J O� ZZ �\ Sim O� � V J mX m W Q O m HU S S ,\_ ?p0 �Zw ZJ p� N Q r - J m O w U Z o \ z J O W m F-- -i U LUiJ W a =CY.J U O JV ZO \��. WZ W Q �W JF- Q Z(n pW d � W JO Ya.. OZ 2 WLn c - J D N zaw� cocnz wao �U O0_ mO mUaw VUa 1 /2 PLUG AS DAM I TEE OF APPROPRIATE SIZE rr SEE NOTE 2 RELINER STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS OR APPROVED EQUAL 90° BEND _ 3/4 THE DIAMETER OF THE DOWNSTREAM PIPE rr INSIDE DROP CONNECTION TO MANHOLE NOT TO SCALE NOTES: 1. INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE WASTEWATER UTILITY SECTION. 2. ALL PIPES AND FITTINGS SHALL BE SIMILAR SIZE AND MATERIAL AS INCOMING MAINLINE. 3. MINIMUM SIZE MANHOLE FOR INSIDE DRIP CONNECTION SHALL BE 60" DIAMETER. 4. WITHIN A 60" DIAMETER MANHOLE, THE MAXIMUM ALLOWABLE DIAMETER OF THE INSIDE DROP PIPING IS 12". INSIDE DROPS EXCEEDING 12" IN DIAMETER OR MULTIPLE DROPS SHALL BE REVIEWED BY THE WASTEWATER UTILITY AND MAY REQUIRE A LARGER DIAMETER MANHOLE. 5. RELINER STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS INSIDE DROP CONNECTION OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE. TO MANHOLE IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS SHALL BE INSTALLED WITH A MINIMUM SPACING OF 4 FEET Y ADOPTED ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS U CITY OF RENTON STEEL EXPANSION BOLTS, MIN. 2 EACH AT CONNECTION POINTS. STANDARD PLANS �T LST DATE:04/04 7/17/03 Revised Notes JDH DMC ; 3/13/200 Revised Notes IDCVI MDB DATE I REVISION I BY APPR'D DWG. NAME: B075-1 SP PAGE: B075.1 RECESSED �r LIFT POCKET 5/8" — 11 N.C. SOCKET HD SCREW 1 LONG O (BRONZE OR S.S.) e + e YZ" x 2" RAISED PADS �r �r 12 Ya" 14" ulr 2,. Y„ Wir 5/ 1 Ya' 8„ rr �T/A 2" 12 Ya NOTE; 14" 1. THIS CLEANOUT IS ONLY TO BE USED AT THE PERMISSION OF THE CITY OF RENTON ENGINEER. 2. THIS CLEANOUT IS ONLY TO BE USED FOR 2'-0" "DRY" SEWER LINES THAT MAY BE EXTENDED IN THE FUTURE. ITS PURPOSE CONCRETE IS TO ALLOW THE ENGINEER TO DETERMINE �— CLASS 3000 THE INVERT ELEVATION OF THE PIPE FOR FUTURE DESIGNS. ALL "LIVE" LINES SHALL w 1'-0" USE STANDARD DETAIL BW18B, SP PAGE 6076. 3. IN UNIMPROVED AREAS POUR 1'-O" THICK 2'-0" SQUARE CONCRETE, CLASS 3000, PAD AROUND RING AND COVER. IN ASPHALT ROADWAYS, RESTORE AROUND CLEANOUT RING AND COVER AS FIBER JOINT REQUIRED BY STANDARD DETAIL DRAWING PACKING BR36, SP PAGE 8001. aw m e PIPE MATERIAL AS SPECIFIED BY THE ENGINEER rr +rr 8"0 PLUG TO BE SEALED IN SAME MANNER AS MAIN SEWER JOINTS. ter 8 INCH CLEAN—OUT FOR "DRY" SEWER MAIN TY ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 1/02 or DATE REVISION BY JAPPRTD DWG. NAME: BW18D SP PAGE: B076.1 i i o A A PLAN VIEW SEWER VALVE BOX LID WITH EARS 10 IN DIRECTION OF SEWER � 2" SQUARE MAIN AND WORD "SEWER" OPERATING NUT CAST INTO IT SEE DETAIL 60 ��- 4-1/4" DIA. 1/8" MIN. THICKNESS �— 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE 1" STEEL OR OLYMPIC FOUNDARY LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION 3� 3,Q 3" 38" MIN. WIDTH go VALVE OPERATION NUT EXTENSION NOTE: WHITE POST EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE _I -i 62" THAN THREE (3) FEET BELOW FINISHED GRADE. iI' II,I EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 24^ NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, to SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER POST VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS No VALVE MARKER POST SHALL IDENTIFY VALVES AS SEWER SEWER VALVE OPERATING NUT EXTENSION to AND VALVE MARKER POST AZT p ADOPTED Up� CITY OF RENTON No STANDARD PLANS LST DATE:04/04 10/15/99 New Detail For Sewer Val— MAB DMC DATE REVISION �BY APPR'D DWG. NAME: BO76-2 SP PAGE: BO76.2y Iwr PROPERTY LINE 1111 Z m 6'-0" ° FUTURE 6" BUILDING SEWER PIPE BUILDING SEWER z 2"x 4" STUD SERVICE MARKER PAINT TEE WITH 6" SIDE OUTLET UPPER PORTION WHITE ANS STENCIL ON } SIDE WORDING "SEWER" WITH 3" HIGH w BLACK LETTERS. AND 06 WIRE WRAPPED 0_ 0 AROUND THE STUD AND EXTENDED TO THE a TOP OF THE STUD. io 6" SIDE SEWER AND BUILDING SEWER ow UNLESS OTHERWISE APPROVED BY THE CITY, MAKE TAP THROUGH CAST IRON SADDLE SECURED TO SEWER MAIN WITH STAINLESS STEEL BANDS WHEN CONNECTING NEW SIDE SEWERS TO EXISTING MAIN. X111 VITRIFIED CLAY, PLAIN AND REINFORCED CONCRETE, D1 PIPE AND Cl PIPE SEWER MAINS ARE TO BE CORE DRILLED 60" ALLOWABLE MAX. FOR CAST IRON PIPE rn OR DUCTILE IRON PIPE. 1:3:5 MIX �� ��NOVG CONCRETE �N BLOCKING �P+ 25 pNO�g�OG� �PX�GR��E CON 2% MIN SLOPE HORIZONTAL ow 6" SIDE OUTLET TEE SEWER MAIN 6" MIN. SEWER MAIN g' CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION OF TEE AT MAIN OVER 25 ELEVATION err rr NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER X1w THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. " STANDARD SIDE SEWER INSTALLATION (SEWER MAIN TO PROPERTY LINE) ADOPTED CITY OF RENTON ♦I� 1+ STANDARD PLANS arm O LST DATE: 12/96 10/17/96 Edited note. DCV AG DATE I REVISION I BY JAPPR-Dj DWG. NAME: BR39 SP PAGE: B078 COVER 6' BELOW STREET GRADE 6" PLUG 6" ON 6" Y BRANCH go 24"x 24" COMM. CLS. CONCRETE LONG 6" 1/8 BEND BLOCK POURED AROUND CONNECTION TO MAIN i I ow STANDARD 6" X MAIN SIZE TEE \� \ io 45 ��- SEWER MAIN Irl 46 NOTE: NOTE: DO NOT USE WITHOUT WRITTEN TO RAISE TO GRADE APPROVAL OF THE WASTEWATER USE STANDARD 6" SEWER PIPE U TI LI TY. 10 SIDE SEWER RISER CONNECTION TO SEWER MAIN p� ADOPTED GO CITY OF RENTON STANDARD PLANS `� p LST DATE: t'27% DATE REVISION BY APPR' DWG. NAME: BR08 SP PAGE: BO81 r 6 IN. DIAMETER PIPE LENGTH(FT 0 50 100 150 200 250 300 350 400 450 500 ui a 0 0 20 40 59 79 99 119 139 158 170 170 go a 50 35 55 75 95 114 134 154 174 178 177 177 w 100 70 90 110 130 150 169 187 186 184 183 182 ui 150 106 125 145 165 185 195 193 191 189 187 186 Q 200 141 161 180 200 202 199 197 195 193 191 190 qiw 0 250 176 196 214 209 205 202 200 198 196 194 193 300 211 220 215 211 208 205 202 200 198 197 195 ? 350 227 221 217 213 210 207 205 202 201 199 197 a0 400 227 222 218 214 211 209 206 204 202 201 199 450 227 222 219 215 213 210 208 206 204 202 201 ow TIME (SECONDS) am 6 IN. DIAMETER PIPE LENGTH FT 0 1 50 100 150 200 7 50 300 350 1 4001 450 500 w. n 0 0 20 40 59 79 99 119 139 158 170 170 n 50 55 75 95 114 134 1 154 174 192 190 188 186 w 100 110 130 150 169 189 209 210 207 203 201 198 150 165 185 205 224 233 227 222 217 214 210 208 Li 200 220 240 257 248 241 235 230 225 222 218 215 0 250 275 271 1 261 1 253 247 241 1 236 232 228 225 222 z 300 283 273 264 257 251 246 241 237 233 I 230 227 350 283 274 267 1 260 254 249 245 241 237 234 231 -° 400 283 275 269 263 257 252 248 244 241 238 235 450 283 276 270 264 259 255 251 247 244 241 238 rrr TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 1 200 250 300 350 4001 450 500 a 0 0 20 40 59 79 99 119 139 158 170 170 a 50 79 99 119 139 158' 178 198 208 204 201 198 _ 100 158 178 198 218 238 246 238 232 227 222 219 w fill w 150 238 257 277 283 272 263 255 248 243 238 234 a 200 317 321 306 294 283 275 267 261 255 250 246 0 250 340 325 312 301 291 283 276 270 264 259 255 z 300 340 327 316 306 298 290 283 277 272 267 263 N 350 340 329 319 310 302 295 289 283 1 278 274 269 400 340 330 321 313 306 300 1 294 288 283 279 275 450 340 331 323 316 309 303 1 298 292 288 283 279 TIME (SECONDS) i1D 6 IN. DIAMETER PIPE o' LENGTH FT 01 50 100 150 200 250 300 350 400 450 500 a 0 0 20 40 59 79 99 119 139 158 170 170 a 50 124 144 163 183 203 223 243 237 231 225 221 w 100 247 267 287 307 312 298 286 276 268 261 255 Li 150 371 391 371 352 336 323 312 302 293 286 279 < a 200 425 402 383 36F-352 340 329 320 312 304 298 0 250 425 406 390 376 363 352 342 333 326 318 312 Z 300 425 409 395 383 371 361 352 344 336 329 323 350 425 411 399 388 378 368 360 352 345 338 332 +11r 400 425 413 402 392 383 374 366 359 352 346 340 450 425 414 404 395 387 379 371 365 358 352 347 PROCEDURE: TIME (SECONDS) ow SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.1.G. ALLOW 2 MINUTES FOR STABILIZATION, ADDING AIR AS REQUIRED. TIME THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. READ THE MAXIMUM ALLOWABLE TIME IN SECONDS FROM THE TABLES. AIR TEST TABLE (LOW PRESSURE) FOR SEWER MAINS ADOPTED A CITY OF RENTON STANDARD PLANS IST DATE: 12/96 or DWG. NAME: BR07 SP PAGE: 8083 DATE REVISION BY APPR'D CONCRETE BLOCKING SIZING PROCEDURE A. GENERAL Th e amount of concrete required to anchor horizontal bends, - Go to Table 2: Table 2 gives the soft Dearing lootl for tees, and dead ends depends an the strength of the—1. The send and gravel: 3,000 lb../sq.ft. methods of placing concrete to keep the joint accesslbie N -Go to Figure 1: figure 1 Indicates the position shown in Figure 1. The area in square feet of concrete which G the he sec for ions of the project bend. must bear ogoinst the side of the trench is found by dividing -depth of trench to the specifi(rca)tions of the project and find 4 feet the thrust in pounds shown M Table 1 by the safe bearing load -VAdth of trench l -3 feet of the soh as shown F Table 2. With the above assembled information, B. Th.CRITERI sizing we proceed to the final cdculallons: 1. The sizing pracsdurc b far Horizontal ar Downward thrust only. - Area of Cancrete(A)- Safe Bearing Load - 31.000 7.12 sq tt. 2. Height of the thrust black must be equal to or less than i/2 the depth from the ground surface to the block - Maximum Height of Thrust Black(Han)- Depth of Trench h Feet 2 base. 3. The thrust block bearing face is approximately _ A _ 4 -2 0 ft rectmgulor. 2 2 4. The concrete blocking shall be as per APWA 16 Specification 74-21}. - - Depth of Concrete Thrust Block(De) C. S711BG1.5 VAdth of Trench in Feet(W)-Outside Diameter of Pipe(d) d Outside Diameter of Pipe in Feet = T Thrust in Pounds of the Fitting(Table 1) 2 SBL - Safe Bearing Load in Pounds/Sc,Ft.(Table 2) 3- 0.75 _ 1.13 ft. h Depth of Trench in Feet 2 W Width of Trench Feet to A - Area of Comets which must bear against _Maximum length of Thrust Block(Lm): Area of Concrete the Side of the Trench in Sq.Ft. Height of Concrete Hm Maximum Haight of the Thrust Block in fort A 712 Dc - Depth of the Concrete Thrust Block to Hm - 2A -3.56 fL Bearing Surface in Feet - Lm Maximum Length of the Thrust Block in Feet -Required Amaint of Concrete -(Height x Depth x Length)x 0.03704 GROUND SUFACE (Han x 3, 1.x Dc)x 0.0 >< (20 x 3.56 x x x 0.037.037 04 0.30 cu.yd. h d TABLE 1 Thrust at Flttings In Pounds _h - Size Pay fe Tees 97 45, 22-1 11-1/4 rift 2 Dead Fads Bend Bend Bsnd Band IN BLOCK BASE 3' 300 2.120 3,000 1,630 830 430 [—D0 4' 300 3,780 5,370 2,910 1,470 750 6' 300 8,500 12.000 61510 3,320 1,700 W 8' 300 15,100 21,360 77,550 5,880 3.020 70" 275 21,620 30,570 16,540 B 430 4,330 D, t•sr s ATION DDATIONS 12" 250 33.930 48,000 25,950 11J.260 6,780 14' 250 46.200 85,370 35.340 18,030 9,240 Thrust (in_P_ounds _ T 16' 225 45.250 64.000 34.620 17,650 9,050 1. Area of Concrete(A) Safe Bearing Load(in Pounds Sq.Ft = 18' 200 50.900 72,000 38.940 19,860 10,180 ) 20' 2170 62,840 88.900 48.0BO 24,520 12.560 24' 200 90,460 127,980 69,200 35,320 18,100 Depth of Trench in Feet h 30" 200 141,370 199.960 108,150 55.140 28.280 2 Maximum Height of Thrust Block(Hm) 2 = 2 36' 2DO 203.580 287,950 755.740 79,400 40.720 (Width of Trench in Feet)- (Outside Diameter of Pipe in Feet) W-d 3. Depth of Concrete Thrust Block- 2 Z TABLE 2 Area of Concrete A cafe Bearing m leads)ee.ts nh-/Sa.Ft-/Sa.Ft- 4. Maximu Length of Thrust Block(Lm)- Maximum Height . Hn The sofa bearing loads yhen ti Me cover following table are for S. Required Amount of Concrete(Cu.Yd.) �(Height x Depth x Length)x 0.03704 excceeds 2 feet ts when the depth of cover over the pipe _(Han x Lm x Dc)x 0.03704 Safe Bearing Load E E7lAMP� ,�Qt)< I h_ter G_Ft. 1. $f>b)am: Muck,Peal etc. 1.000 . Soft day ColcWation of the amount of concrete required to block o 90'band In an 9' Sand and 3.000 C.1.water main; the normal operating pessure in the pipe will be 65 psi and the sou Sand and Gravel Cemented with Clay 4.000 condition in the area Indicates sand and gravel_ Hard Shale 10.000 2. Solution: Mn muck or peat.all thrusts shall be restrained by Ales m -MoxNwm leafing pressure(Sse Table 1) J00 ysL 0.75 ft. tie peat to solid foundations or by removal of muck Outside dWmstar of B'pipe- 9.05 In.-9.05/12 stabeat an mist tiement with ballast of sufficient Go to Table 1: The testing pressure of 300 paL we see that the thrust an a 90'bend h 21.360 pounds. CAP 22-1/20 90 BEND 11-1/4 FIGURE 1 NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. 450BEND TEE CONCRETE BLOCIUNG SIZING PROCEDURE ��Y p ADOPTED G CITY OF RENTON STANDARD PLANS �(\O N T O LST DATE: 14y486 0 1 96 Dcv DIRT � 3/6/95 CORRECTED COLUMN HEADINGS DCV AG DWG. NAME: BR26 SP PAGE: 13085 DATE I REVISION BY PPR D wo Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless an equal alternate is approved in I writing by the Engineer. Steel Types: Material High strength low-alloy steel (cor-ten), ASTM A588 heat-treated. 1. Tiebolt: ASTM A588, Grade B, Cor-Ten, equal to SuperStor Tielbolt Installation: SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's to SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints ore mechanically locked together to prevent joint SST 756 : 3/4" for 14" to 24" M.J. with eye for 3/4" rod separation. SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tiebolts shall be installed to pull against the mechanical joint body and SST 757 : 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. SST 778: 1" for 30" to 36" M.J. with eye for 1" rod 2.Tienut: Hex Nut ASTM A588, Grade B, Cor-Ten, equal to SuperStor Tienul Install liecouplings with both rods threaded equal distance into SS8 for 5/8", 3/4 7/8", 1" Tiebolt and Tierod tiecouplings. Arrange tierods symmetrically around the pipe. 3.Tiecoupling with Tiestop Pin Where a Manufacturer's mechanical joint valve or fitting is supplied with ASTM A588, Grade 8, Cor-Ten, equal to SuperStor Tiecoupling slots for "T" bolts instead of holes, o flanged valve with o flange by SS10 for 5/8", 3/4", 7/8", 1" Tierod mechanical joint adaptor shall be used instead, so as to provide adequate space for locating tieboll. 4.Tierod: Where a continuous run of pipe is required to be restrained, no run of Continuous threaded rod for cutting to desired lengths restrained pipe shall be greater than 60 feel in length betwee fittings. ASTM A588, Grade 8, Cor-Ten, equal to SuperStor Tierod Insert long body solid sleeves as required on longer runs to keep Tierod SS12 for 5/8", 3/4", 7/8", 1" lengths to the 60 foot maximum. 5.Tiewosher Pipe used in continuously restrained runs shall be mechanical joint pipe ASTM A588, Grade B. Cor-Ten, equal to SuperStor Tiewosher and tebolts shall be installed as rod guides at each joint. SS17 for 5/8", 3/4", 7/8", 1" round flat wosher Pipe Test Size Pressure Number and Size of Rods - Inches PSI 2 4 6 8 10 12 14 24 2 250 3/4" 3 250 314" 4 250 3/4" 6 250 3/4" 8 250 3/4" 10 250 3/4" 12 250 3/4" IW 14 250 3/4" 16 250 3/4" 18 250 3/4" 20 250 3/4" 24 250 3/4" rr 30 200 3/4" 36 200 1" 42 200 p' 48 200 LILL2 5 lr vrr SHACKLE RODDING AND TIE BOLTS Z�p ADOPTED C17Y OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION I BY APPR'D DWG. NAME: BR27 SP PAGE: BO89 rwr A A PLAN VIEW L2 WATER VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD I OPERATING NUT - "WATER" CAST INTO IT 12' MIN, ,..�... .;: 18' MAX. � 4" CONCRETE COLLAR FOP VALVES IN PAVED AREAS 4-1/4" DIA, 12' 1/8" MIN. THICKNESS SEE DETAIL-/ �— 2 PIECE CAST IRON VALVE No BOX, RICH-SEATTLE TYPE OR OLYMPIC FOUNDRY STEEL GTH AS REQUIRED rrr 1/8 MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION 40 VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT T IS MORE THAN THREE (3) FEET BELOW 3" FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENSION TO BE USED PER VALVE. WHITE POSTON NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, S12ED AS NOTED, AND PAINTED -1111 i , WITH TWO COATS OF METAL PAINT. lull 1 !I 24" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST MAIN LINE VALVES OUTSIDE PAVED AREAS rr► WATER VALVE OPERATING NUT EXTENSION AND VALVE MARKER POST ADOPTED 6 CITY OF RENTON 4 I♦ �'-+.•``/r. STANDARD PLANS m LST DATE: 04/04 I DATE I REVISION BY APPR'D1 DWG. NAME: DR46 SP PAGE: 3090 FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION: M & H 929, MUELLER �IIM SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS rrll DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. �M 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. +o EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION 4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT, VALVE NUT v EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). O MAX 4 RAISED PAVEMENT MARKER TYPE 88 MIN 2"j A8 STIMSONITE TWO-WAY BLUE. dw % 42" MIN CONCRETE BLOCKING BURY T\ \� MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET, 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT do 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. MININUM CONCRETE BLOCK UNDER ap HYDRANT _1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN. \ 1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETH YLENE FILM AROUND TOP AND SIDES OF GRAVEL. '" FIRE HYDRANT ASSEMBLY so -I LEVEL ALL GROUND MIN 3' RADIUS ,\\ LEVEL ALL GROUND MIN 3' RADIUS �N i \�N 4.875" x 5" STORZ ONE MAN ROCK • fi\ • fiv 6 0 FILL 410 CUT me HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL ADOPTED V�n CITY OF RENTON +! �+ STANDARD PLANS LST DATE:04/04 ALI DATE REVISION BY APPR'D DWG. NAME: DR24 SP PAGE: 8102 At MARKER MARKER MARKER 7 f i •° T 7 i 7 TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A 7 WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET -MARKER MARKER -4 V + : FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS .71 7 Y 4 I RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) HYDRANT MARKERS ADOPTED CITY OR RENTON ob N- �C STANDARD PLANS LST DATE: 12/96 DATE REVISION BY APPR'D DWG. NAME: BR24A SP PAGE: 8103 ■r +rr CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. ° +rr CAST IRON CAP OR PLUG WITH 2" LIRONPIPE, ALL BE A ROCKWELL AP COUPLING, WATER MAIN ALVANIZED IRON PIPE EQUIRED. 2" CLOSE NIPPLE 2" 90' ELBOW ; 2.. GALVANIZED 12" LONG. arr PLAN +r TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED `w EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE B090) 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED 2" PLUG, SCREWED 18" 2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE arr AS REQUIRED, 2" RESILIENT GATE VALVE, SCREWED INSTALL 2" 90' ELBOW, SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED. ELEVATION do �r TEMPORARY 2" BLOW—OFF ASSEMBLY �S� o ADOPTED G _ CITY OF RENTON + l♦ STANDARD PLANS LST DATE:04/04 DWG. NAME: BR25 SP PAGE: 8104 DATE REVISION BY APPR'D w WATER MAIN IF ADDITIONAL ADJUSTMENT IS REQUIRED, INSTALL 2-2" CLOSE NIPPLE AND 2-2" 90' BEND, SCREWED 2" CLOSE NIPPLE AT THIS POINT. FIELD LOCATE PLASTIC METER BOX IN PLANTER OR CAST IRON BOX IN PAVED OR CONCRETE AREAS. i 2" CLOSS NIPPLE 2" 90' ELBOW 2" 90' ELBOW 2" GALVANIZED PIPE AS REQUIRED � CONCRETE BLOCKING PLAN VALVE NUT EXTENSION AS REQUIRED TWO PIECE CAST IRON VALVE (SEE DWG BR46 / PAGE B090) EQUAL TO OLYMPIC FOUNDRY CO. GROUND LINE CONCRETE SIDEWALK STANDARD 8" TOP SECTION, WITH 6" MAX. REGULAR BASE SECTION LENGTH f TO FIT. 2" RESILIENT SEATED ., •' 2 1/2" NST (HOSE) GATE VALVE, SCREWED AND 2 1/2" FNST 2" GALVANIZED CAP WITH GASKET PIPE 12" LONG I 2" CLOSE NIPPLE 2"x2"x2" TEE AND 2" CAP BETWEEN CAP OR PLUG ,� 2" CLOSE NIPPLE BEWTEEN TEE AND 2" 90' ELBOW , AND 90' ELBOW. INSTALL 4 MIL POLYETHYLENE 18" MAX. c- c"o° '0°�0 0�0 2" 90' ELBOW PLASTIC COVER OVER WASHED c0ce°eo00 ao0c GRAVEL. CUT HOLE FOR PIPE " o 0 GOO 000 °O �OO O�� 00.-ac'F O°�cC I I 10 CU. FT. WASHED GRAVEL PASSINGt 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN ( ELEVATION I Iw PERMANENT 2" BLOW-OFF ASSEMBLY (FOR B" MAINS AND SMALLER) Coo ADOPTED A CITY OF RENTON up STANDARD PLANS T 1ST DATE:04/04 DATE REVISION BY APPR D DWG. NAME: DR25A SP PAGE: 13105 ylir ,rr ar TEMPORARY 2" GALVANIZED PIPE �r AND 2" GATE VALVE FINISHED GRADE ELEVATION INSTALL 2° PLUG ON TOP BLIND FLANGE 3 FT MIN. COVER (10-INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG 4 FT MIN. COVER (12-INCH DIAMETER AND OVER) ar .Q NEW WATER MAIN POLYPIG J„q alr VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP do 2' TEMPORARY BLOW—OFF ASSEMBLY (REMOVE BLOW—OFF ASSEMBLY AND INSTALL 2- PLUG AFTER REMOVAL OF CLEANING `POLY—PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN i ow 4m WATER MAIN POLYPIGGING STATION 'im VERTICAL CROSS FOR POLYPIGGING Y G CITY OF RENTON + i � i STANDARD PLANS LSf DATE:04/04 DATE I REVISION I BY APPR DWG. NAME: BRX5 SP PAGE: 6114 ar W Z J W H 4 3 0 c� TESTING DETAIL z U _x w to f W O NEW D.I. WATER LINE TAPPING TEE (MJxFL) VERTICAL CROSS(MJxFL) FOR POLYPIGGING TAPPING GATE VALVE (FL XMJ) 1—BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG TEMPORARY PLUG (MJ) WITH 2—INCH TAP 1—BLIND FLANGE ON BOTTOM AND 2—INCH BLOW—OFF ASSEMBLY 1—PLUG(MJ) WITH 2-TAP do 2" BLOW—OFF CONCRETE BLOCKING TEMPORARY BLOCK iW11 w z -• J W 3 0 0 FINAL CONNECTION DETAIL No z F N X w L to NEW D.I. WATER LINE O (AFTER ALL CLEANING BY POLYPIG, PRESSURE TESTING No AND DISINFECTION, REMOVE TEMPORAY BLOCK do BLOW—OFF AND CONNECT TO VALVE WITH D.I. SLEEVE (MJ) do D.I. SPOOLS FINAL CONNECTION BY CITY FORCES NOTES: 1. TAPPING TEES SHALL BE MADE OF CAST IRON, DUCTILE IRON OR EPDXY—COATED STEEL. BOLTS AND NUTS SHAL BE COR—TEH. ALL TEES AND VALVES SHALL BE WATER TESTED BEFORE TAP 2. NO SIZE ON SIZE TAPS ON CAST—IRON WATER LINES. TAP SHALL BE AT LEAST 2" SMALLER DIAMETER THAN THE EXISTING MAIN. 3. NO WET TAP ON ASBESTOS CEMENT LINE OR STEEL LINE 4. WET—TAPPING OF EXISTING CITY OF RENTON WATER MAINS WILL BE DONE BY SPEER TAPS, INC.. U.S. FILTER, SUPERIOR TAPPING INC, OR WATER CONNECTION DETAIL WESTERN UTILITIES SUPPLY CO., INC. 5. CONTRACTOR SHALL POTHOLE AND EVRIFY THE HORIZONTAL AND WET—TAP EXISTING WATER MAIN VERTICAL ALIGNMENT OF EXISTING LINE OR STUB AND SHALL START LAYING THE NEW LINE AT THE SAME HORIZONTAL AND VERTICAL �Y ALIGNMENT OF THE EXISTING STUB. CffY OF RENTON 6. CITY FORCES WILL PERFORM THE FINAL CONNECTION FROM THE WATER + + LINE TO THE TAPPING VALVE WITH D.I. SLEEVE AND D.I. SPOOL. — Z STANDARD PLANS N.tO LST DATE.04/04 DATE REVISION #lAP:111 DWG. NAME: BRX7 SP PAGE: B1 15 w TESTING DETAIL 110 FT NEW WATER LINE EXISTING WATER LINE O • EXISTING TEE, DEAD END UN& CAP OR PLUG_ DO NOT DISTURB BLOCKING VERTICAL CROSS(MJxFL) FOR POLYPIGGING 1-BOND FLANGE ON TOP WITH 2*7AP Q Z PLUG I-BUND FLANGE ON BOTTOM W& 1-PLUG(M✓)-W 12-TAP Q 2- BLOW-OFF 7EMP. BLOCK to FINAL CONNECTION DETAIL swr NEW WATER LINE WE EXIST. W47ER UNf v aw n AFTER ALL 7ESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE 7E'MP. BLOCK t BLOW-OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.1, SPOOLS FWAL CONNEC710N BY CITY FORCES ICI ow aw do WATER CONNECTION DETAIL CONNECTION TO EXISTING ar STUB OR DEAD—END LINE CITY OF RENTON STANDARD PLANS illy N TO LST DATE:04/04 DATE REVISION BY APPR DWG. NAME: BRX8 SP PAGE: B116 rrr ui E 0 ! N Z x W m F 6 W 0 g o O O a ` Odd N d LL° o o p w w E � d � ' Z p No w N E z� _ m O � k c (3^ O 0 W m = W J W a in e o o c m H M z 2 0 L 1 z W 0 �11 0 m IE U Bo w m W �O m z W ZYS 9 z o J _ � Z O� m v c § Y rl W to Iio CD m m S F Q Y p W V S v u`S m O CL z o K N O O F v r O w vUw y LL G 7 z w 2 O M N V W O U C m y m z N �ao N ca U W W J U <� m~ vw W< m= � �w dd lu o 0 NIW L z • 5<o a H ry W MW 21 L ^ W LU ,y W az 0 �p ID �a cc 0 a XVW.BZ a� OJ J QLL 'M.O 6Z 10 NIW A'2 so MHOOO W aY-A9 NMYWC3 so n +wr E A N a S 6 m N N z o � z M � � Ggl Naafi W F E w 0 o 0 0 ��F f9 °O d Z v a W U a 3 o�d�� N g q = 0 Z C uWi ' s m < ' W d a z v o o c W .c z Q W x Z O vzi °z E W ? q bjf P4� a a N W� M eki 0 6 C J N N N W ow £ W S co z 20Lu L N .� W OW z J O z o�+ m t- e z io g - q fA U O N N M W 3 io m m U_ S U � q O F O w U w WO U f=A yJj ZO 40 w Z CL 6 7 ZO C OF t q W 2 V N z a 3 Z =— ID w H q Z C 5 0 U IL f!! IL f m LU ta fV O V W CL 10 ow a XVW.Zlt Z O i 4w W C O 0Q oO 'NIW.ZL a Z Cz r wI • h �N n0l V �a t o W m ar uj low a W OLL XVW.0'SG NVbHOOO WVOV'A9 NMV2iO 0 in T I� g co LO m� ai N E ° N mooZ� ym ��NBg�. o = Z F W'�-° a Q o o. m c a rn ti s 1. N,- < f- O IL R LL � 'G avc a ° 8 w o �`ca cv @cc cE W O Z w 0 m w E ° � m v e °CO N H N m ° L C ° '� yN y N aS N Oa7 m 7 CL w o°� m tm 3 3 0 o c m m m ., oE rnE= a ) 4) m (D CL E0mmm a ° omoi Cn > m 2 d Elm c y � mm w� m �� ° C 0L9 Cwm >+2 Q C•- C=Q m .m 7 o E m — EsciE a L a m E o U) o >�c MO �'o�d f0 0 °� E a 8•- EV :: c- 8 E.r f,, m asE CW mumi �"�' � £ 4:C m ° a m Z E aco'EU) Em c � a min `gym — Lv, p _ c m C W '°V a co S Ol 8 (y0 m L y F- ar m �� 0 a2 m m Cal m rn L / \-- N vi °m °''am E a) o c a w N Ew m °�o m i c ro a) a) E m N m a F w C L m._a=•- L Las L L � N ¢N 325. HL E¢ 3 1- Q -- o a p \ z V \ z W \ W ui w aN- W H z w i Z J Q i y�y z _ w ¢ N J D- v W . a_ IL O Ow a 4 J r wa V QK w 6 U z J W Q W W N 2 m IL Z 0:0 aa �a �y OU �Km d � d Z g Cl) F O U to �a Q U� N� ay is m r 2 W _2 W. r co CO O C oll h ° LL W as ¢m 00 m _= z 5Z buy) o:m p w� mm V app ----T 0¢ 0 z ` / \ / \ V LU lu U) a w w 'no o w U)�: Z 2 2 K c,m 0 z o ' m i 9LIEa _ �� aaa m F ° = a m FW N Z W Z ifs $ ao L a < m 36 m W 8 O R dJ ~ mq > W d w a4 W•g > O s m t J C vo• 3 W W �'� 3 � �� � 2 � pv D ° o �mS W C N C Z LL` �`G a. Q�S a \ N K 7 rM m m E �i S ° Z a > W 3 v W ci � $ c m m 8 0 $ �8 x v pde� so E V.� g E. $_ _m to p� � `` W O o e Lu C C7 LL= r (V M q 0 tC J .Z/L.L g Rill N ` J .BIS rc zp .LL L gNg w .BIC � 3.. W J O _G W 4!L m H a L LP �W F��w- .1'a z z e m � I I O co w V U .BIL Z �. .W ; 8o J V Z XYy C I W 4 'qo�y ayW.y = a wO z < w 1-•-W N ' J W R o �L+ j�Z2 1[l O Y W of x .. y LU .&LZ F i w ■r - 1� � i e O z O w z z g z m a N - - -� a. Q Q ui ui LU .L M i•\ Q V O m _J 4/C J ym1 O Q J W a N m N YI _ W O I z W O �O z d Z LU Ir r LU V y M. nrr .L z o Ira $w ' .i I �` -zI 4w J .4IE w a NE SNnue vui3 'A8 NMdtld AM A z $ m 0 'a y m A <,o, nZ r_p P Z o A r m y pp>q>q 3a i� c A 02 T m 0 to ° i m< -1 c ° 0 8• � Z 0D < mx �r 1 ��� 1'^ '—'n my $� mD 4 L< c�m < C);Q G q N o Z m 4< �Z O>9A2 m e l m a '_ N i�`i N j T 0m ZZ y o c Z 0 0 P. v0 z 0;v 7 A p>9 0 m � Z Inc O O m m� a �P C C M m e m CMy a oAO� � �ROI p 4 vn Zm-CI A$ .C{Z nC R 9" T -i Z;K °.to F v MO> r M W M e m -4 3 A mz � �� i n }c� T ° rn �i 4 ° a wig O O ° ',i vmg A-I 0 Z � 17 A mz° 9 C 0 e' go -n � Wl�ii F ' n w$ o m oo 0° m t V v ° �a4 c DO g s m 0 0 �A , 0 � g T �m aA Oi m a � n �D ! s ` e Ay 'O n °l O i z rh m m r�i1 70 C 00 =fix T,7>4 jvc ZZ nmv MZM 00 fim Cm E y -n0 No Wm o � His m G) m m rt� ^�ll77 v VARIES FltOM ? 4 ¢p O m Z M nm m A 77 ro Ir G= <2AZ N T C'�Z C m o y �' 6 a ,L � o am 'b' I � ° A � O1 A p 'o c rLm 'i� i �' y < Z m 1m m mk v oo�°`m L+ qo;cn _ a v �; oOo m m 0 Z m= L^ m ng p3 N p P A �zq >mm ^o CD Z 0 m Zv m m C, °r'�OC oo < cg9 i;Z0 IV o n(� v Roo m D D T to o tf > > • "i < T' c E o 9 o -1 :U ra O m �Z �_ r- ;o /may �m o ^ N A A Z N ( 71 C) i m N '�j J N L H i aT i 8g8N f� 8 Z z z 0 u 1 r' y n O y N .' g O N N v z 1 0z z ` � '��° M N V d Ha o O °W ° 0 I v �° o �,`' t ► n� y vv O w p iii o p z I n C< Z o 0 o W{L O�W' La+ Q U I n z < �' 1 �. Q W U.Q Q Ixl o W 1 • <� W 4 SS d 0. 0 a 0 4 a° n ya o i W>} ?4 04� F• a O Q C n +° p `� ~ N F Q U(1) J cn 0 IT p-` "or „0S O on o to 1w I I am: JZ I I do I I p - i� p ip I I (41151914 61• +-AD1) + m • Am a � I I �-� aW F4J 4•� 1EZT't h> • /iT o Q z v fill C io I I 'w • < �a r I I WG V I I n ?� 00 40 I/ I I z W J I z c I I w'O V0 N 1 Z N ww I— 1 0 y w N h • o ° •9i r 0 IL r _ r u0 o W' i I o god • I I Z jon qw ^ I I 2 2 0 p 0 a o I 1 0 r- o - — < 'D+° z zz dill e I I a E U 0 v r ZW C L p c T O N ` a ..OZ a'°p ° • o�} W IL 0 ..OT c !. ��• 0-0 ip a-+ --•— -o m c�� I ► I I z C„a I I I I Fan r W r.. _ W pLp r M :)z 2 UO 0 o I I I I n •� o <� i ► I I o & N WW co .r IL. ww � M I I I I W „0t +rr a ■rr 1 5 3/4" w d 1' d Illli(i �b e 1/4„ d 5 ye d d 5„ 2„ 5" 3�8 OR 6 ' 12" TYPE C BLOCK Not to Scale 1/2" 1/2" — 1 60 5 3/4" d e 1 5�8 3„ 2„ 5„ 3�8 OR 6 10" +rr TYPE A BLOCK Not to Scale BLOCK TRAFFIC CURB �Y p ADOPTED CITY OF RENTON NOTE: 6' LENGTHS ALLOWABLE ONLY WITH APPROVAL OF ENGINEER. �— STANDARD PLANS IM DATE:12/96 DATE REVISION BY PPR'D DWG. NAME: F003 SP PAGE: F003 A A & ■ 2 § � I � ) } � z § � , , 6 & � ■ IL R I I a E ^ � � \ / i ■ b s ■ - �| ■ k ■ J' | ! - k ( @D aw E ( b s . . § `ƒ |,. | 2 ® \` 0 » f k / `9 j z r & a 4 } } § § § ) _ § ©m %§ |� §k §§ B\ . � ¥•§ . sz \ - - e sm car 2 � _ § 9 /o § § § 0 ' 2 U \} � . . . § / aw __gym__ _ n N z n ego b ea o 16 F 4Z W R m O 6 N a q 'M 0 lu 0 U a z [5 ow m m W 0 6 m W U= 4 W W pi O U O at Z W Z K K W ( W W r d. yr w y Li U WU ! 1O pz o z rZ W � W s d f P F N't v s° IW�. �^� W z � c N qp ji .L .Z � z a �p, W W 6 1p a m ;D r" `1— r -ff c N SN308 MIS :A8 NMVUa N 44�g0 41 o J Z o % Q y N Z < um IL w D 4 v �A a N a z to z do� Lr x m m s w� m W W K O V it W ' � D 4w r- i M� Y O - � J m OZ) IL W N 6 � N L C' 6 K Y V � V ' I m m O Z W 6 Q d .......... W W ............. I 2 O � ZL ZI StaUM nis ,AS wwvao law A!/9/�I�1SVlYYfYld�llYYYaM' ®A ttlMOW M! I/A.'l.EObi�IV6TS�Y1CMtlM'Y elu 31w a m g W' 4 a a F N W W o E o , Z < ! O 4 3 ......................._................................................................_..........._...._.... ��` P�d�yd J y m d ry a Q O�'�d' S•' a 192 Q s O ---------- Z N a N d F -61. 1 6J I N J m wk NNJ s S O 9 C W tl G n O L .£ ce O w iv z— w z F]�z Sao z U 7o Sa b ^o n b ro o ado tcV tV "� b, �qq w m�=w N N N N N N On O W Nm W C Y NOW0 Q =m ry df �s C C ?f g o wWo F m oisa O N 8 a �¢ z o zao gnu z C� Cm N m� � r r r N N t•1 � ® � JFU O b m t. b O O O O O O O O K I,i 5. C r- r r t- tF- r- O J F Y N yt L y00 > T Hai tl B O B to T Y O m W N F a ........._..._.................. ..............._. ....... .... _ z ............................. ,an nom ..r.mor,.ouncww.m,�,wwua.�nan....xw.r SN3r28'1118 a.mae�r�wa«rvru rc ZVI4kw 'P., 0.1 .4 P IL WZO Ig 0 W m IN Ig IL CL IL IL 1. O Z sw LU ru zf, Y co Ric uj IL an ce ow If ii ii I i if ii i I ff i if If If if If il If I if I W w IL IL It CL qr CD ce ad 7 ew LL SN393971I8 '.kg WVMG M L am �Ifit DRIVEWAY (BY OTHERS) CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) CEMENT CONCRETE PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1V SLOPE (TYP.) CEMENT DEPRESSED CONCRETE CURB & GUTTER SIDEWALK (SEE NOTE 3) i TYPE 1 ISOMETRIC VIEW SEE SHEET 3 I ,l DRIVEWAY ,to (BY OTHERS) CEM. CONC. CURB & GUTTER Ito (SEE NOTE 3) I_- DRIVEWAY ENTRANCE i SIDE SLOPE (TYP.) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) TYPE 2 ISOMETRIC VIEW SEE SHEET 4 I : 40 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 CEMENT CONCRETE DRIVEWAY ENTRANCE i 30'. See Std. Plan F-3 for sidewalk details. 'TYPES 1, 2, 3, & 4 3. Curb and gutter shown, see the Contract. Plans for the curb design specified. See Std. Plan F-1 for curb details. Sheet 1 OF 6 4. Avoid placing drainage structures, junction boxes or other �y 0 ADOPTED obstructions in front of driveway entrances. C�� CITY OF RENTON ift STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F004 SP PAGE: F0040' 41W .r., f-- I Ji Yrr ,w DRIVEWAY m (BY OTHERS) °f CEMENT CONCRETE CURB & GUTTER o, (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER 40 (SEE NOTE 3) TYPE 3 ISOMETRIC VIEW wr SEE SHEET 5 mw wra i � DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DRIVEWAY aw (BY OTHERS) CEMENT CONCRETE DEPRESSED rlt¢ 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 wr Sheet 2 of 6 Y p� ADOPTED i CITY OF RENTON STANDARD PLANS LST DATE:04/04 ww DATE REVISION BY APPR'D DWG. NAME: F004-1 SP PAGE: F004.1 BID ITEM (INCLUDES SIDEWALK RAMPS) 6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0" 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 o 0 0 � A i I III SEE NOTE 1 CEMENT CONCRET RAMP WITH 12H:1V E B CURB & GUTTER SLOPE (TYP.) PLAN VIEW (SEE NOTE 3) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1 NOT TO SCALE 6'-O" VARIES - 14' MIN. 6'-0" RAMP (SEE CONTRACT) RAMP I CEMENT CONCRETE PEDESTRIAN CURB (TYP.) Dy O� to Z i I CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK SECTION O (SEE STD. PLAN F-3) I 6.-ol. DEPRESSED 1/2^ R (TYP,) CURB & GUTTER qo (SEE NOTE 3) VARIES L.o 2% V 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) /DRIVEWAY SECTION (BY OTHERS) OB CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 3 OF 6 Y 0 ADOPTED G � CITY OF RENTON ♦ �jiR �y STANDARD PLANS N O LST DATE:04/04 DATE REVISION BY APPR' DWG. NAME: F004-2 SP PAGE: F004.2 +ter BID ITEM 5'-0" 2'-6" VARIES - 14' MIN. (SEE CONTRACT) 2'-6" 5'-0" f - )/8" EXPANSION JOINT (TYP. SEE NOTE 1 / DRIVEWAY I ENTRANCE (SEE STD. PLAN F-3) SIDEWALK +� CEMENT CONCRETE o (TYP.) SIDEWALK i a Iw 4 0 0 C i0 � ow DRIVEWAY CEMENT CONCRETE 5'-0" 2'-6" TAPER (TYP.) D DRIVEWAY ENTRANCE CURB & GUTTER I SIDE SLOPE (TYP.) (SEE NOTE 3) PLAN VIEW 40 PLAN VIEW CEMENT CONQEETE DRIVEWAY ENTRANCE TYPE 2 NOT TO SCALE Aw VARIES - 6" to 0 DRIVEWAY DRIVEWAY ENTRANCE ENTRANCE 7'-6" VARIES - 14' MIN. SIDE SLOPE SIDEWALK (SEE CONTRACT) VARIES - VARIES - DRIVEWAY TAPER 5'-0" to 0 0 TO 7'-6" VARIES 2' 6" to 0 I aw CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK SECTION OC (SEE STD. PLAN F-3) ow 4'-0" DEPRESSED 1/2" R (TYP.) CURB & GUTTER (SEE NOTE 3) I 3/8" EXPANSION JOINT ANIf DRIVEWAY (TYP.) (SEE STD. PLAN F-3) (BY OTHERS) SECTION OD �M CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Nw Sheet 4 OF 6 Gtizy o� ADOPTED aw CffY OF RENTON OL STANDARD PLANS LST DATE: 04/04 aw DATE I REVISION I BY JAPPR'D DWG. NAME: F004-3 SP PAGE: F004.3 II I � X Y 1 3/8" EXPANSION JOINT (TYP.) 3' 0" 13' 1" (SEE STD. PLAN F-3) 4' 0" 10' 9" CEMENT VARIES 14' MIN. (SEE CONTRACT) CONCRETE �- 5' 0" 7' 8" SIDEWALK I r 0 o: o I o P °N in I w. � yr O .w yr ? F x I SEE NOTE 1 2' 6" 2' 6" CEMENT CONCRETE BUFFER STRIP � CURB & GUTTER (TYP-) BID ITEM \\\"`fff���///��� (SEE NOTE 3) Y DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 3 NOT TO SCALE DRIVEWAY 5-0" 6-0" DEPRESSED (BY OTHERS) 1/2" R (TYP.) CURB (SEE NO& GUTTER 2% I o /y TE 3) 3/8" EXPANSION JOINT (TYP.) 1 (SEE STD. PLAN F-3) I SECTION O I VARIES F2'6' to VARIES 14' MIN. DRIVEWAY ENTRANCE 2'6" to 0 (SEE CONTRACT) SIDE S LOPE (TYP.) S 6" to 0 BUFFER STRIP SECTION O CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 5 OF 6 RY p ADOPTED CPfY OF RENTON ♦ ♦ ��$ STANDARD PLANS �N T O LSf DATE: 04/04 DATE REVISION BY PAPEPD R' DWG. NAME: F004-4 SP PAGE: F004.4 i �I BID ITEM -- 6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0" r 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) i awl � G I �I I I I DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE SIDE SLOPE (TYP.) H CURB & GUTTER (SEE NOTE 3) ow PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4 NOT TO SCALE #w VARIES 6'-0" to 0 VARIES — 14' MIN. VARIES 6'-0" to 0 (SEE CONTRACT) / DRIVEWAY ENTRANCE VARIES 6" to 0 SIDE SLOPE (TYP.) Lo ow 3/8" EXPANSION JOINT (TYP.) SECTION O (SEE STD. PLAN F-3) 4w ow ON 6'-0" DEPRESSED 1/2" R (TYP.) 0 CURB & GUTTER /y (SEE NOTE 3) isw DRIVEWAY (BY OTHERS) rM SECTION HO CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 6 OF 6 tiZY p ADOPTED G CITY OF RENTON low ♦ li STANDARD PLANS �A'N O$ LST DATE:04/04 r DATE REVISION B4YA PP R'D DWG. NAME: F004-5 SP PAGE: F004.5 r 0 5 G BROOMED FINISH 4" WIDE, SMOOTH O„ 5 TROWELED PERIMETER E 0 5 � G 5 G CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM 0 5 E G CONTRACTION JOINT IN SIDEWALK ONLY EXPANSION JOINT IN BOTH CURB AND SIDEWALK 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. I (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT INCLUDED 2% 2%_ IN BID ITEM `t 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE SIDEWALK ADJACENT TO CURB I CEMENT CONCRETE SIDEWALK to SHEET 1 OF 3 �tiZY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION I BY IAPPR'DI DWG. NAME: F005 SP PAGE: F005 w�. MIN. 6"1 SIDEWALK --. VARIES 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT 40 S� �1J 2%_ 1 INCBID ITEM 8., ilrl 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) �r SIDEWALK 6 1/2" VARIES — 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) 2% 2% 1 SEE CURB FACE DETAIL MONOLITHIC CEMENT CONCRETE 1YIf CURB AND SIDEWALK ow SLOPE ROUNDING VARIES (SEE CONTRACT) aw WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK BUFFER STRIP 1rr VARIES 5' — 0" MIN. V RTES 3' — 0" MI E. (SEE CONTRACT) (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT INCLUDED 2% d 2%_ 4IN BID ITEM ow CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP ow CEMENT CONCRETE SIDEWALK ®r SHEET 2 of 3 Y p� ADOPTED aw ♦ CITY OF RENTON jSTANDARD PLANS LST DATE:04/04 DWG. NAME: F005-1 SP PAGE: F005.1 DATE I REVISION I BY APPR' 1/2" 1/2" R. LEVEL 1" R. 2%— 00 D NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2" JOINTS TO INCLUDE RAISED EDGE CONTRACTION FACE OF CURB a JOINT 5 1/2' 1" RAISED EDGE DETAIL 1" R. 2%� f to TOP OF ROADWAY p 12" WALL OR BARRIER SIDEWALK 8" 6 1/2" 1" NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION 1/2" R. JOINTS TO INCLUDE CURB (FULL DEPTH) ILo ° CURB FACE DETAIL D ° ° Dz 1/4" PREMOLDED JOINT FILLER am SIDEWALK ADJACENT TO WALL DETAIL 1/8" TO 1/4" i D o PREMOLDED JOINT FILLER O EXPANSION JOINT O CONTRACTION JOINT CEMENT CONCRETE SIDEWALK SHEET 3 of 3 *D, ,A ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE I REVISION 1 BY IAPPR'Di DWG. NAME: FO05-2 SP PAGE: FO05.2 +r 2 (TYP) 2 (TYP) A DRIVEWAY OR ALLEY SEE / �ZONING WIDTSFOR FOR MAX & MIN -5- 1 ALTERNATE 1 A Q o� �i 10" COMMERCIAL ZONE 2 0 SIDEWALK AND 6" RESIDENTIAL ZONE m (TYP) 'o ly PLANTER STRIP IK ¢a ow c� m 1� do ., q 1 B CURB AND GUTTER SHOWN '- HOWEVER, OTHER CURBS MAY BE SEE DETAIL "A" USED. (SEE STANDARD PLANS) .. SECTION A-A +rr � 2 (TYP) / 2 \� Gym \ A - 2S T� 1 IIM ALTERNATE 2 A SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE 4w (NO PLANTER STRIP) 6" RESIDENTIAL ZONE THICKENED BASE OF CURB & GUTTER TO MATCH APPROACH THICKNESS ON COMMERCIAL APPROACHES. (TYP) im 6" JOINT� �16" SCORE LINE 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. 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF aw APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS. 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. DETAIL A 4. ALL JOINTS SHALL BE CLEANED AND EDGED. APPROACH WITH aw MONOLITHIC CURB 5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE 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 i 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 �ZY p ADOPTED U' CTfY OF RENTON STANDARD PLANS LST DATE:0404 107/07/031 Added note S. DJE aw 10/22/96 Edited graphics, text. Added note 7. IDCV DRT DATE REVISION BY PPR'D DWG. NAME: F006 SP PAGE-. F006 1/2"X4" EXPANSION MATERIAL L. 1/4"R AT JOINTS 1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER 1/4"R AT JOINTS 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 dkt I�1 I al 1/2"X5" EXPANSION 1/4"/FT. SLOPE MATERIAL CURB RETURN ONLY 1/2"R 1/4"/FT. SLOPE I 1/2"R 4° �1/2"R ` PAVEMENT AS PER PLANS 4" 1 � PAVEMENT AS PER PLANS PARKWAY Z—STANDARD CEM. STANDARD CEM. CONC. GUTTER CURB AND CURB AND GUTTER GUTTER SECTION A-A SECTION B-B SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS I 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 REQUIREMENTS 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. i SUBGRADE COMPACTION SHALL BE 90% (MODIFIED PROCTOR). TYPICAL SIDEWALK �ZY p ADOPTED O A CITY OF RENTON STANDARD PLANS IST DATE:04/04 DWG. NAME: F007 SP PAGE: FO07 DATE REVISION BY PPR'D I 7 f�l NEW CURB EXISTING ASPHALT 1'0* & GUTTER PAVEMENT MIN. r rrr SAWCUT rrr ° a d d ow P d ° ° a a c l d a ° a op ARTERIAL STREET MINIMUM 3" CLASS "B" A.C. On 4" A.T.B. 6" CRUSHED ROCK wrr RESIDENTIAL STREET MINIMUM 4" CLASS "B" A.C. 6" CRUSHED ROCK aww +rr CURB & GUTTER REPLACEMENT DETAIL NOTES: ti�Y o ADOPTED rrr MUST MATCH EXISTING THICKNESS IF GREATER. +njg + of xExTOx * OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT �= STANDARD PLANS N O LST DATE:04/04 DWG. NAME: F008 SP PAGE: FO08 DATE REVISION 19Y 1APPR,nI STANDARD APPROACH OPTIONAL APPROACH B I--� 8'MIN 12 1 o\`F 1 3 MIN I PLANTING / STRIP / E'MIN 6'MIN / 3/8•EXPANSION JOINT 3/8•EXPANSION JOINT I / • � I HALF PLAN A J HALF PLAN B J UNS 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. 2'-6• _ Z-6• 2-6• II 1 3 MIN MIN MIN ,/2•MAX MIN I • `-,/2•MAX r (BEVEL WHERE POSSIBLE) �-(BEVEL WHERE POSSIBLE) I HALF ELEVATION HALF FLEVATION MIN 6•THICK SIDEWALK IN APPROACH AREA i� OPTIONAL ail SIDEWALK CEMENT CONCRETE CURB AND GUTTER SECTION SHOWN (SEE STANDARD 6'MIN PLANTING / —ROACH \ 12'MIN 4NS FOR OTHER CURB DESIGNS) STRIP l' I /-3/8•EXPANSION JOINT R 15 MIN will L6 ,� APPROACH PLAN �✓ 6 MIN /THICKENED EDGE OF APPROACH TO FULL DEPTH OF CURB CEMENT CONCRETE CURB ANO GUTTER SECTION SHOWN(SEE STANDARD PLANS FOR OTHER CURB DESIGNS) NOTES: 3/8 EXPANSION JOINT 1. A MINIMUM 3' WIDE ACCESSIBLE ROUTE SHALL BE MAINTAINED IN ALL I ! PEDESTRIAN ACCESSIBLE AREAS. 6' MIN 2. CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15• LL MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. THICKENED EDGE OF APPROACH TO FULL DEPTH OF CURB 3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST CURB RAMPS. SECTION B-9 4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE SIDEWALK, ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES EXCEPT AT END OF RAMP NEXT TO ROADWAY. 5. CHANGES IN LEVEL UP TO 1/4" MAY BE VERTICAL AND WITHOUT 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 1/4" WIDE. CEMENT CONCETE SIDEWALK 7. CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF AND APPROACH DETAILS AIR ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED INTEGRAL WITH CURB. G�`ZY Q� ADOPTED CITY OF RENTON t � + STANDARD PLANS IST DATE:04/04 8/97 CHANGE DWG NAME FROM FR-03 TO FR-03_2 DCV DT 4/97 REPLACE 5P PAGE: F005.2 OF 8/10/95 DCV DT DWG. NAME: F009 SP PAGE: FO09 DATE I REVISION I BY PPR'D +Irr DETECTABLE WARNING B PATTERN (SEE DETAIL) iuM A ° z I � 3/8" EXPANSION dw JOINT (TYP.) F— (SEE STD. PLAN F-3) 4'-0" ey \o'• MIN. ,`' {''• o O r O CROSSWALK (TYP.) (SEE STD. PLAN H-5c) MW PLAN SIDEWALK RAMP TYPE 1A Will A 3/8" EXPANSION Q) JOINT (TYP.) (SEE STD. PLAN F-3) ' a 4' "N DETECTABLE WARNING PATTERN (SEE DETAIL) cti. wM � �= 0 I 5 wMr p" 4W CROSSWALK a (SEE STD. PLAN H-5c) RAMP DETAIL <. FOR SIDEWALK RAMP Mr TYPES 1B. 1", 1D ISOMETRIC VIEW Mnl► NOTES: 1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. all 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. �Mr SIDEWALK RAMP 4. The plan views for SIDEWALK RAMP TYPES 18, 1C & 1D are provided to define each ramp type. See the RAMP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. TYPES LA, 1B, 1C & 1D 5. Ramp slopes shall not be steeper than 12H:1V. SHEET 1 OF 3 aw GtiRY o� ADOPTED CITY OF RENTON a + STANDARD PLANS IST DATE:04/04 +ry DATE I REVISION I BY AP DWG. NAME: F010 SP PAGE:FO 10 PR 4' - 0" MIN. 6' - 0" MIN. LANDING RAMP 2' _ 0" co TOP OF 2% ROADWAY Vow- _ d- D D D D • 0 CEMENT CONCRETE SIDEWALK DEPRESSED DETECTABLE WARNING CURB & GUTTER PATTERN (SEE DETAIL) (SEE NOTE 3) SECTION OA 6'-0" MIN. TOP OF 2% d / ROADWAY v CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER ` SECTION BO (SEE NOTE 3) 10' - 0" MIN. TOP OF 2% d ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER SECTION CO (SEE NOTE 3) SIDEWALK RAMP TYPES 1A, 113, 1C & 1D i SHEET 2 of 3 TY ADOPTED 0 `~= + CITY OF RENTON I STANDARD PLANS LST DATE:04/04 DATE REVISION i BY IAPPR'D DWG. NAME: F010-1 SP PAGE:F010.1 rr RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN (TYP.) BACK EDGE OF SIDEWALK IS PARALLEL TO APPROACH ROADWAY (TYP.) 1111U � Y i SEE RAMP DETAIL (TYP.) SEE RAMP DETAIL (TYP.) low PLAN PLAN SIDEWALK RAMP TYPE 1 C SIDEWALK RAMP TYPE 1D ow No DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE owe B WITH STD. SPEC. 8-14.3(3) RAMP ow B (\Cif]\ O+` fJ •�O MIN. MAX. A I I'. B A 1 5/8" 2 3/8" + O 8 5/8" 1 1/2" PLAN C 7/16" 3/4" �I D 7/8" 1 7/16" rr�e SEE RAMP DETAIL M� I (TYP.) TRUNCATED DOMES (SEE NOTE 2) ELEVATION DETECTABLE WARNING PATTERN DETAIL PLAN aw SIDEWALK RAMP TYPE 1B SIDEWALK RAMP i TYPES IA, 1B, 1C & 1D SHEET 3 of 3 TY p ADOPTED CPfY OF RENTON ♦ t STANDARD PLANS LST DATE:0404 i DATE REVISION I BY APPR'D DWG. NAME: F010-2 SP PAGE:F010.2 e '�: . .. DETECTABLE WARNING PATTERN (SEE DETAIL) ISOMETRIC VIEW RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE L C 3/6" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) 0 i CEMENT CONCRETE 0' PEDESTRIAN CURB m O 6� P P B 0 SEE CONTRACT FOR CROSSWALK (TYP.) CURB RETURN RADIUS (SEE STD. PLAN H-5c) SIDEWALK RAMP TYPE 2A PLAN 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 spacing shown. The detectable warning pattern area shall TYPES 2A & 2B be yellow, in compliance with Std. Spec. B-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. G CITY OF RENTON 5. Ramp slopes shall not be steeper than 12H:1V. + + i STANDARD PLANS LST DATE:04/04 DATE REVISION BY IAPPR'D DWG. NAME: FO1 1 SP PAGE: F01 r RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN A DETECTABLE C WARNING ri PATTERN (TYP.) (SEE DETAIL) 0 2-0" III - 7)P RAMP CENTERLINE B co ow 2'-6 o U ro f� CEMENT CONCRETE v PEDESTRIAN CURB CROSSWALK (TYP.) 1 (SEE STD. PLAN H— c) o s, S� �0. B sw 2'-6" C 3/8" EXPANSION JOINT (TYP.) 6''0" (SEE STD. PLAN F-3) SEE CONTRACT FOR CURB RETURN RADIUS 0 G G SIDEWALK RAMP TYPE 213 e PLAN aw D RAMP E MIN. MAX. ELEVATION D 1 5/8" 2 318" rr D E TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2" + ) DETECTABLE WARNING PATTERN DETAIL F 7/16" 3/4" aw PLAN G 7/B" 1 7/16" 10 F SIDEWALK RAMP tuo TYPES 2A & 213 SHEET 2 of 3 ti�Y p ADOPTED G CITY OF RENTON + + STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: FO11-1 SP PAGE: FO11.1 6'-0" MIN. i iv TOP OF 29: � � ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER SECTION O (SEE NOTE 3) W 6" 5'-0" MIN. LANDING 2'-0' FLUSH TOP OF ROADWAY DEPRESSED /CEMENT CURB & GUTTER CEMENT CONCRETE fD ONCRETE (SEE NOTE 3) PEDESTRIAN CURB SIDEWALK (SEE STD. PLAN F-1) DETECTABLE WARNING SECTION O PATTERN (SEE DETAIL) r VARIES VARIES 3'-0" TO "A" 2'-6 TO "C" TYPE 2A - TYPE 2B VARIES 6'-0" TO "B" VARIES 6'-0" TO "B" RAMP RAMP I 6" 6" I 3/8' EXPANSION JOINT (TYP.) LANDING (SEE STD. PLAN F-3) SECTION CO RADIUS A B C (AT CURB FACE) 20 FEET 4' -5 1/4' 8'- 10 1/2' 3'- 81/e 30 FEET 3' - 10' 7'- 8' 3'- 2 1/4' 40 FEET 3' -7' 7' - 2' 3' - 0' 50 FEET 3' -5 1/2' 6' - 10 3/4' 2' - 10 1/2' 60 FEET 3' - 41/Y 6' - 83/4' 2' - 91/2' 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 & 2B 90 FEET 3' - 2 3/4' 6' - 5 1/2' 2' - 8 1/4" SHEET 3 of 3 RY p ADOPTED 100 FEET 3' - 21/2' 6' - 5' 2' - B' Ga C= OF RENTON INTERMEDIATE RADII CAN BE INTERPOLATED P=' $ STANDARD PLANS N T LST DATE:04/04 DATE I REVISION BY APPR'D DWG. NAME: FO1 1-2 SP PAGE: F01 1.' +r RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN 5'-0" MIN. SIDEWALK BUFFER STRIP aw (TYP.) RAMP CENTERLINE J" Ju to SEE CONTRACT FOR CURB RETURN RADIUS CEMENT CONCRETE J ow PEDESTRIAN CURB� C .NI d,r CEMENT CONCRETE S-0" MIN. . PEDESTRIAN CURB aw RAMP i0 3/8" EXPANSION °r JOINT (TYP.) 2, a (SEE STD. PLAN F-3) aw O w vl Jv .VI dw J" J,r CROSSWALK (TYP.) inn DETECTABLE WARNING (SEE STD. PLAN H-5c) PATTERN (SEE DETAIL) SIDEWALK RAMP TYPE 3A a PLAN ow ow J" O .V1 J, .VI a � JV •vr ,er a Q. Q O NOTES: 1. Avoid placing drainage structures, junction boxes or ISOMETRIC VIEW other obstructions in front of ramp access areas. 2. Detectable warning patterns may be created by any No 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) SIDEWALK RAMP 3. Curb and gutter shown, see the Contract Plans for the TYPES 3A, 3B, 3C, & 3D curb design specified. See Std. Plan F-1 for curb details. Sheet 1 of 6 4. See Std. Plan F-3 for sidewalk joint placement and �Y o ADOPTED low details. v� CrrY OF RENTON 5. Ramp slopes shall not be steeper than 12H:1 V. STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F012 SP PAGE:F012 RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN 5-0" MIN. SIDEWALK " Ci will J„ 3'-0" MIN. DETECTABLE RAMP WARNING PATTERN (TYP.) RAMP CENTERLINE J., (SEE DETAIL) CEMENT CONCRETE PEDESTRIAN CURB o B 3'-0" MIN. `92p�ti1i/2 m, BUFFER R STRIP RAMP 3/8" EXPANSION J" JOINT STD. PLAN F-3) D to \J„ SEE CONTRACT FOR G CURB RETURN RADIUS OQ�N�N � ul B 3" R CROSSWALK (TYP.) TYP. (SEE STD. PLAN H-5c) SIDEWALK RAMP TYPE 3B CEMENT CONCRETE CURB PLAN CURB RADIUS DETAIL + SIDEWALK RAMP TYPES 3A, 313, 3C, & 3D go Sheet 2 of 6 QTY p ADOPTED CITY OF RENTON so 5-0" MIN. 3'-0" MIN. f _ STANDARD PLANS LST DATE:04/04 TOP OF DWG. NAME: F012-1 SP PAGE:FO'M6 't ATE 510 ROADWAY I BY APPR'D ow +nr rrr RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE J" V-0. Jr BUFFER STRIP MID.) go MIN. irr ( t�Jr1 S/O£kq MiH. J„ SEE CONTRACT FOR G CURB RETURN RADIUS CEMENT CONCRETE PEDESTRIAN CURB Jar do to ,UI J\r Ju •w h Q(vC� 0 Jn Ju Ju fAw CROSSWALK (TYP.) (SEE STD. PLAN H-5c) DETECTABLE WARNING PATTERN (SEE DETAIL) SIDEWALK RAMP TYPE 3C Iw PLAN w ow SIDEWALK RAMP TYPES 3A, 3B, 3C, & 3D .rr l Sheet 3 oI 6 QTY p ADOPTED 4ow CrrY OF RENTON 4 t STANDARD PLANS 1ST DATE:04/04 +rr DATE I REVISION I BY IAPPR'D, DWG. NAME: F012-2 SP PAGE:F012 RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN .\rr J,r J,r G DETECTABLE WARNING PATTERN (TYP.) RAMP CENTERLINE Jrr Jr' (SEE DETAIL) a O = h � ;0. CEMENT CONCRETE PEDESTRIAN CURB s MID.) D, BUFFER STRIP O will \rr G E J„ .\rl Jrr r Jrr SEE CONTRACT FOR J" o�N\NG CURB RETURN RADIUS F CROSSWALK (T(P.) (SEE STD. PLAN H-5c) SIDEWALK RAMP TYPE 3D PLAN wo SIDEWALK RAMP TYPES 3A, 3B, 3C, & 3D am Sheet 4 of 6 tiRY p ADOPTED G CITY OF RENTON No t t STANDARD PLANS IST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F012-3 SP PAGE: FO .rr 5'-0" MIN. 3'-0" MIN. BUFFER I STRIP TOP OF ROADWAY +� CEMENT CEMENT CONCRETE CONCRETE CURB & GUTTER SIDEWALK SECTION O (SEE NOTE 3) rr� 5'—D" MIN. 3'-0" MIN. DEPRESSED LANDING RAMP CURB & GUTTER �tlr 2-0" (SEE NOTE 3) M TOP 2% ROADWAY dw CEMENT CONCRETE DETECTABLE PEDESTRIAN CURB WARNING Imw (SEE STD. PLAN F-1) PATTERN (SEE DETAIL) SECTION B� a o1w 3'-0" MIN. 5'-0" MIN. 3'-0" MIN. RAMP LANDING RAMP 3/B" EXPANSION JOINT (TIP.) SECTION O (SEE STD. PLAN F-3) 5'-0" MIN. 3'-0" MIN. CEMENT CONCRETE aw SIDEWALK BUFFER STRIP `O TOP OF 27 � ROADWAY CEMENT CONCRETE CEMENT CONCRETE PEDESTRIAN CURB CURB & GUTTER .rr (SEE STD. PLAN F-1) SECTION DO (SEE NOTE 3) SIDEWALK RAMP TYPES 3A, 3B, 3C, & 3D low Sheet 5 of 6 ��Y p ADOPTED G CITY OF RENTON + + STANDARD PLANS LST DATE:04/04 r DATE REVISION I BY APPR'D DWG. NAME: F012-4 SP PAGE:F012 5'-0" MIN. 6'-0" MIN. Irl BUFFER STRIP TOP OF 2% d. � ROADWAY CEMENT CEMENT CONCRETE CONCRETE CURB & GUTTER SIDEWALK SECTION E (SEE NOTE 3) 5'-0' MIN. 6'-0" MIN. CEMENT CONCRETE RAMP SIDEWALK 2' - 0" TOP OF 27 ROADWAY CEMENT CONCRETE DEPRESSED PEDESTRIAN CURB CURB & GUTTER (SEE STD. PLAN F-1) (SEE NOTE 3) to SECTION FO DETECTABLE WARNING 5'-0" RAMP PATTERN (SEE DETAIL) CEMENT CONCRETE VARIES PEDESTRIAN CURB (TYP.) 0 TO 6 (SEE STD. PLAN F-1) A RAMP SECTION GO a no MIN. MAX. ° aO All 5/8" 2 3/8" T4 °O PLAN B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" I � ELEVATION TRUNCATED DOMES (SEE NOTE 2) DETECTABLE WARNING PATTERN DETAIL SIDEWALK RAMP TYPES 3A, 313, 3C, & 3D Sheet 6 of 6 tiCY o ADOPTED *t + CITY OF RENTON STANDARD PLANS IST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F012-5 SP PAGE:F0140 rr RADIUS POINT OF CURB RETURN dw l Rq p�US r (q T SEE CON�gce Fgce) ■r CEMENT CONCRETE PEDESTRIAN CURB r 3/8" EXPANSION JOINT DETECTABLE WARNING (SEE STD. PLAN F-3) PATTERN (SEE DETAIL) ow A C err Y I Lo W in � O (n on. Jr an dry aw ?I w ur dpi CROSSWALK (SEE STD. PLAN H-5c) rr BUFFER STRIP DISTANCE FROM P.C. I RAMP LANDING � dw SIDEWALK RAMP TYPE 4B PLAN VIEW aw rr d a ow ISOMETRIC VIEW SIDEWALK RAMP TYPE 4B ww ( Sheet 1 of 3 tiRY p ADOPTED CITY OF RENTON + + + STANDARD PLANS IST DATE:04/04 err DATE REVISION BY APPR'D DWG. NAME: F013 SP PAGE: F013 5' — 0" W BUFFER STRIP TOP OF 2% � •°� ROADWAY CEMENT CEMENT CONCRETE CONCRETE SECTION CURB & GUTTER 0 SIDEWALK (SEE NOTE 3) 3/8" EXPANSION JOINT (SEE STD. PLAN F-3) 6' — D" RAMP CEMENT 2' — 0" CONCRETE TOP OF SIDEWALK LANDING ROADWAY I s" DEPRESSED DETECTABLE WARNING CURB & GUTTER PATTERN (SEE DETAIL) (SEE NOTE 3) vi SECTION 5' — 0" RAMP BUFFER STRIP DETECTABLE WARNING PATTERN AREA VARIES VARIES 0 TO W i SHALL BE YELLOW, IN COMPLIANCE 0 TO 6" TOP OF WITH STD. SPEC. 8-14.3(3) ROADWAY -I RAMP B CEMENT CONCRETE �J CEMENT CONCRETE CURB & GUTTER SEE NOTE 3) m _ QQT PEDESTRIAN CURB SECTION A B (SEE STD. PLAN F-1) ° a PLAN MIN. MAX. FA 1 5/8" 2 3/8" ELEVATION B 5/8 1 1/2" C 7/16" 3/4" DETAIL SIDEWALK RAMP TYPE 4B TRUNCATED DOMES (SEE NOTE 2) D 7/8 1 7/16' DETECTABLE WARNING PATTERN Sheet 2 of 3 ADOPTED CITY OF RENTON ♦ 1 t STANDARD PLANS IST DATE:04/04 DATE REVISION B APPR'D DWG. NAME: F013-1 SP PAGE: F013.1 5' — 0" W w BUFFER STRIP co TOP OF 2% . � -.� ROADWAY CEMENT CEMENT CONCRETE CONCRETE SECTION O CURB & GUTTER SIDEWALK (SEE NOTE 3) r 110 3/8" EXPANSION JOINT (SEE STD. PLAN F-3) 6' — 0" RAMP CEMENT CONCRETE 2 — 0 TOP OF SIDEWALK LANDING ROADWAY I 6" rr DEPRESSED DETECTABLE WARNING CURB & GUTTER r PATTERN (SEE DETAIL) (SEE NOTE 3) SECTION it ws� 5' — 0" RAMP BUFFER STRIP DETECTABLE WARNING PATTERN AREA VARIES VARIES 0 TO W SHALL BE YELLOW, IN COMPLIANCE 0 TO 6" WITH STD. SPEC. 8-14.3(3) ROADWAY RAMP B rrr I r a CEMENT CONCRETE O CURB & GUTTER CEMENT CONCRETE �r A Ia m .a•1 PEDESTRIAN CURB 0 (SEE NOTE 3) . I B (SEE STD. PLAN F-1) SECTION C +rr . PLAN r� MIN. MAX. A 1 5/8" 2 3/8" rrrr ELEVATION B 5/8" 1 1/2" C 7/16" 3/4" DETAIL SIDEWALK RAMP TYPE 4B TRUNCATED DOMES (SEE NOTE 2) DI 7/8' DETECTABLE WARNING PATTERN Sheet 2 of 3 tiZY p ADOPTED V CITY OF RENTON STANDARD PLANS LST DATE:04/04 "'� DATE REVISION I BY JAPPR'DI DWG. NAME: F013-1 SP PAGE: F013.1 N \ \ \ \ \ \ \ iI � � r• � � � M � C3) I N M Imo CD r tD oo CY) I Mi 1 M O N N N N Ln \ \ \ \ x r co o co I I l I I I I rn 1 \ O :0 0 3 v N v' OO n•��p UM 'wm p+v U O U. N N o CO co N N \ -� :3 - U' x N LO O to M 0 � + , N o r- 00 m O O c p o Y OC _ N z n c N M I o ,sd Eav v w o C�� >2 N N v — N y N LO d N M O ) N 1 �x I - o :3 E o �o_N�=N 0 pm ` N a 3O N 'uD L N to O y mta N M L0 t- o EO 1 v9 1 v c N w E-T C�o 1 N c v3v I n 0 o OL a d' U V C O °N a ° 1n \ \ ' • 111 v o vaN a v a°; � ° oa) E x co LO I o N o Eo �ci� o cnv I I I I I I I I �¢ ° I d' iD r O N �"� Z O(V+t+t7 Vl st-to M I N a0 M o0 1 1 1 1 1 1 N M 1 �o m Q p ro J -N 4 C14 C-4 3:: x LO M a) N N I o ? I I I I I i i I m 'to in t` 00 N d U W ¢ G! (n �- W W W W W W W W W w o m U- LL L� L ¢ SIDEWALK RAMP TYPE 4B ¢ O O O O O O o O O p co rn o w Q Of Sheet 3 of 3 7 v z tiRY p ADOPTED VO.t� CITY OF RENTON _ _ * STANDARD PLANS 1ST DATE:04/04 7 DATE REVISION BY APPR'D DWG. NAME: F013-2 SP PAGE: 7013.2 00 Ir RADIUS POINT OF CURB RETURN II O R S SFF �qT J wr CEMENT CONCRETE 3/8" EXPANSION JOINT PEDESTRIAN CURB (SEE STD. PLAN F-3) A 6'-0" RAMP AL I Y B e 0 3 I w iD p dw y X LANDING CROSSWALK y C (SEE STD. PLAN H-5c) DISTANCE FROM P.C. DETECTABLE WARNING PATTERN (SEE DETAIL) SIDEWALK RAMP TYPE 4A PLAN T- RADIUS X y Yr/ (AT CURB FACE) 20 FEET 6'- 1 3/4' 2' -7 1/4" low 30 FEET I 7'-11 3/4' 4'- 8 1/4' a 40 FEET 9'- 5 1/4' 6' - 5' 50 FEET 10'- 8 3/4 7' -11 1/4" ° 60 FEET 11'- 10 1/4 9'- 3 1/2' ISOMETRIC VIEW 70 FEET 12'- 10 3/4' 10' - 6 3/4' SID BO FEET 13'— 10 1/2' 11'— 8 3/4" 90 FEET 14'— 91/4- 12'— 9 3/4' 100 FEET 15' — 71/2- 13'— INTERMEDIATE RADII CAN BE INTERPOLATED NOTES: irll 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. Plan F-1 for curb details. 4. See Std. Pion F-3 for sidewalk joint placement and details. G�SY p ADOPTED am 5. OF RENTON 5. Ramp slopes shall not be steeper than 12H:1 V. + s STANDARD PLANS ��N COQ LST DATE:04/04 i1� DATE REVISION BY APPR'D DWG. NAME: FO14 SP PAGE: F014 �11r 0. CEMENT CONCRETE PEDESTRIAN CURB VARIES (SEE STD. PLAN F-1) 0 TO 6" TOP OF TOP OF ROADWAY 2% I ROADWAY CEMENT CO CRETE DEPRESSED N CEMENT CONCRETE CURB & GUTTER SIDEWALK CEMENT CONCRETE CURB & GUTTER RAMP (SEE NOTE 3) SECTION O (SEE NOTE 3) SECTION CO 3/8" EXPANSION JOINT 6'-0" (SEE STD. PLAN F-3) RAMP CEMENT CONCRETE 2' - 0 SIDEWALK TOP OF LANDING ROADWAY 1 6" DEPRESSED DETECTABLE WARNING CURB & GUTTER l PATTERN (SEE DETAIL) (SEE NOTE 3) SECTION O SHALL BE YELLOW, IN COMPLIANCE WITH STD. SPEC. 8-14.3(3) ETECT LE PAR NG PATTERN AREA RAMP B ow d O Al i d � d F7/8" 7 -,O+ o-a TRUNCATED DOMES (SEE NOTE 2) B DETECTABLE WARNING PATTERN PLAN DETAIL ELEVATION SIDEWALK RAMP TYPE 4A SHEET 2 OF 2 CRY p ADOPTED V 'n CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F014-1 SP PAGE: F014.1 im CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS �I. 8'-0" Cr ,I I 4" N �PRUCT HAKE 2" ♦� �{STREET' N�ROYENENT.PRA-CTS I � 4' 1 1 i i 4" RMO;BY: CITY Or- stiL / STATO 2 CITY:CONTACT: (TEL\ 3w i CONTRACT ■ : I I 2" 2w J43w"' MONTH / YEAR TO MONTH / YEAR w 4'-0"x8'-0"x1/2" EXTERIOR PLYWOOD 12" (SMOOTH BOTH SIDES, ABX) 2"x4" DIAGONAL BRACE } DOUGLAS FIR STD. OR 3 BETTER °a 0 arr o � w 4"x4"x14'-0" m VERTICAL POST A TREATED (TYP.) Aw vlwrr 0 e7 dw dam NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD r SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE-POSTS, BRAKES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL. THE BACKGROUND COLAR IS WHITE. 2. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA THE CITY. ALLrT�S LOGO AND N MBERS WILL BE PROVIDED LACK- 3. LETTER SIZE 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE APPROVED BY: o.. DATE: 04/10/06 PROJECT SIGN DETAIL SHEET: 1.0 C V N IL w V BagN'� 0 4: z/// t Z Z 04 b9 � ' o y g W Og ;U, p Z CL D w o W U Yom' �V w WU-a Q w » 9�c ul PQo�� x W = H p L}-Fa- �� c S IDK> LLI it mo N som �o J fey z n OFF mz < h _? O� FN NWWW U !4 ayO WN GxS �a _.. O ^ZJZ V w I I O� I <t Z =2<U � VW W < O >� WO W,S gNg U ° P bK �.NJ ZW �� OC i� `m z O U < M z > 2 r�5 h B= �b Now WW 1 % won I'L RLi P w F� IL ro C 2Oa �y NO 502 r O u u 5 titer c m m 1pvp�, w ` wim W €° in NNW W y � so (� K F SCo O2Z r. F �? (f MRS*9 31ON 33S) 6 .Z Z 1HVGH 1SOd." q It 133HS'318V1 0 ! NO sod�! g ; 6 r.r' mft.o-.c NLd3° I� i -----4----- p Z �� O g � a g�E ul � d d U) �a 4 Nono anowUft :A6 WWVNG W: a XVWA•.e ds yee,(, o d q N r'H !r VN39mw,.",W,"W (S 310N 33S) r 1,�' �� N d = C to 0 NT f� 1ND13H 190d.►H. �v�` Oii yi '^ w 0:5 N Q X 00 RUN E,., E o w 2 z �` Z a $ - _ --- - - - -- - - - - - - --- - 2 c..-. .. --... H i i i i i i ��� EQ�y W = O Z w JJ, Q (s MON 333) W Z d )" 1NS13H 1SOd.M J p m a Q U) �••• ;i a f y pa v Cl) g n F zr is 31ON 33S) Z 1HO13H 1SOd.SH. Q) rY H o=is 31AN 33S) 'O r'Oz 1H013H 1SOd.t& o " 'NIW.O•d zprp 2 Wd Ug b COLU UNOI3H NOIS)d l . ��Z �o E WW w¢ Ld J lyIWWNUUI�. O F m� � WO) • S" 8 �(� tt�Wy. WO � W WG� �uj ow > W glfA-Z uj .�? r x Ppppppp�� p Op L Y¢7 z hWO KrOr zWFr� Z6H O �" ro �FinS F im�n� IL s W L] jI b�,I I WAD SWYMNUA !b to N33AU38 XM A.E P1 JW_ w x Wj / AL ZS o <Orz h b g o 6 r w tin V P_ L_R r _ I .!HORN 1SOd.EH. z o v &a • NLd3O P W w IE J33HS'319V1 0 ___ _ _:-____-• _ NOLLVTIVISNI "---- .•` --t :"�+--c^j ------------ — ----- i.lsDd 33S) �I (s 310N 33S) HLd30 = (9 MON 33S) Q I 1H013H 1SOd zH . . a� o .L OOH 1SOd ZHL \ % cd v~l k z is 31ON 33S) d Hc (S 310N 33S) 2 .LN013H 1SOd." W IM13H 1SOd.tH. 1- i�:--.-...ii--•---.:i......._: Idl 7Y Y ^ zy Q b b �g - t'_ � b� b UN013H"i v Ru UN013H NOW J. NOIS.A. "NIW A•1 ��� �� < 7 2 YuY�YfY YOiWYOwwYtsYYY1MiYYYYWYMM1LLlY )tom 3f101NOW :AM NM`MO �Y�eYrra�euer�rgl�owr�nrYrYUY�r wYro�u .oivrYO�Yr rwYYrweovrrr�wn.Y.�wYwu aww v a H a o O CC pNp N ` 32 z°Z � Z z z r2gy o d h z z o o Z 8 8 vv ' o i�� _ O '80 O v m Z h N R7 0 oD �^ � m Z o m N O.e d W V $ a C s ~ It O t e n < Z 4 w < �' i L b .6 N N N O W O ' wi M Y ° ( b w F--�' 0 V uj va}C' 3 g a F o SJ r t�g f zQQ zoQ zoQ° GJ g��� SS % Q d Z H4 4 " Vl VJ VJ ��r �� W m Q °V J m— , .a ►- F E xmgy A.- lEd g-$ i i 1 (P f, H A. N N f m m W pc x x $ x x x x x x x 0 Lj ?+ a. x o c� map map 2= 0 v v m m m m m o z. c $ z op r °cx mW o O z iA E� co (m t�A Q F Wy d J Z r N trj a Yj F<- W F° Z FU. ..... ................___..__..._........___.....__.__._.._.__._........................_............... �..... $ W ......._...._.__._................................_._ ..........._......................_....._.......__. 4 Z z W �— a a V ��z ASS° � ro a s° X05 IL W o d g o 0 � 0 F r IF I b 1 p 19 � m lili � g XOM 3 fQW AB fYNVtlU wnro�r�w,wor rear wr..rerurrwwaro..arx�rwar rr �arr.euv�rveww r_rwusw+sw.nw v.n�naan.aswrrw.nearrw.rrwvrr,exrrwru awr r ° o to zo W N z z z c T F-C �' Qdgy w o ;B g o S°g §1 �5� N �� Wzx LL a O O c a. e3< - m �p 8r w a Q w W LL Q Q [t: 1 Q S 8 o vf�'r p�oQ W p z p Z " o O Z n< m� W H Qz --------------- f1Y �in c $_ �O W z th° 0 — 0 w IL LU wW 0 y O ° . o S 7 p1 w v t I It tw V w Q V =�0 ----- 1 _ 1 F wl .Ut 1 r O J W we UK W'O U� �0 �o o ® IL � W z F < .FC Wm N O C) S ' IL n $8 0.0 F 3LON 33S Ed Z I -Am.0_X UND13H lSOd).ZFL w z O a ONIJ/dS IYV38ONNh 1VM3 z i LA i zjQ o ryi h N ;I NOR ERE II II II ,I o NIW A 1 z ERE II II II ,I F Fp- z I I I d 3LON 33S < Z a-i n I t I i I I i I o lLHD13H 1SOd)dH. W .°.�� 0 0 ✓� iC 11 1, ,I 11 {-. '1-- �I II 11 W u' p �L ; f--- _IT G SF$ n n o 0 I I I I W �I II I� 11 N IF J pow ' d ' o o n n �+ W4013H Nols)J_ 11 x g m Wlil NVNHOW WVOV AS NMVHO d a "BAND-IT BRACKET" OR APPROVED EQUAL I J l� EDGE OF TRAVELED f_30,ROADWAY 9 0' - 3 3' t FOR REFLECTORIZED SIGNS: MOUNT FACING 3' OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION MOUNTING ON METAL POLE 2' MIN. TO EDGE OF SIGN I I 4"x4" PRESSURE TREATED POST 5/16"x2-1/2" GALVANIZED LAG SCREWS WITH GALVANIZED WASHERS. 12' 7' MIN TYPICAL TO BOTTOMI OR AS OF SIGN REQUIRED �Ifl I I i �I 30" MIN. REPLACE TO MATCH EXISTING - ADJACENT MATERIAL COMPACTED SELECT FILL MATERIAL MOUNTING ON WOOD POST ` SIGN MOUNTING ON SINGLE WOOD OR METAL POST GEC Y p ADOPTED Crff OF RENTON « _ _ STANDARD PLANS LST DATE: ID,130{46, O If to L( ' DATE I REVISION I BY PPR D DWG. NAME: GR01 SP PAGE: G021 +r AS PER PLANS OR AS CENTER OF SIGN AT DIRECTED BY CENTER OF MAST ARM ENGINEER MAST ARM SIGN MAST ARM SIGN A—]SIGNAL POLE — p +� SECTION VARIES A-A 3" 30" EVENLY 3" MAXIMUM SPACED J BETWEEN MOUNTING A MOUNTING STRAPS STRAPS ow SIGN TO BE MOUNTED LEVEL AND HOLES DRILLED IN FIELD AFTER SIGNAL POLE IS LEVELED AND ALL SIGNAL FIXTURES INSTALLED. tlrF TYPICAL MOUNTING SCOTCHUTE SILVER ON GREEN _ -- 5.. t::::.:.:.....:::::::. :...__................... -.._._....__..... 4" ._.:-...- .._.........._.._---- ::.._..__:................_: ...__........_..,,. ----_ -=—=- __-- ____ 5.. ......................... VARIABLE STREET NAME - LETTERS: 8" - SERIES "E" STREET DESIGNATION - LETTERS 4" - SERIES "E" 0.080 GAUGE ALUMINIUM SIGNS SINGLE MESSAGE 4" - _ _-=___" _ = == ED �� � _ _ 4.. _ -;___ - ..._ 24" - .. - - !rt _ ©_ . .. . � 4 _. . .._. .... ......._.. ... . .... . �11I VARIABLE TT ALL LEERS: 6" - SERIES "E" r DUAL MESSAGE SIGN MOUNTING ON SIGNAL POLE MAST ARM (FDCED MOUNT) tiR Y p ADOPTED CEO CITY OF RENTON STANDARD PLANS to FN C LST DATE: IQ4aQ496 b ` DATE REVISION BY PPR D DWG. NAME: GR02 SP PAGE: G022 G°{ F- U z O Z O LL^ J f- U 0 w >- ° LD o ALL N �� Q W zz o N C7OY � m W = 0:5 o LL a- —� Z (n m w 6i �M OOHO OOQ w~ W 0 OL Z � OD W O Q to c c/� z �ZO OJ QUF—i zQ = LL � zz Lli (SNOTS OMl) 'M 'NIW „0-,9 ° cn cn z u (NOIS 3NO) 'd3O 'NIW „0-,L ow J J w LQ 00 D j � W zz J o U) ZO 1 °¢< ■ ■ ■ ■ ■ ■ z � Q d zJ -" O J N � U � n i�VHdSV 30 3003 2J0 a p 9�jno J0 30dd °- Z s — Z J o U cn 4. z F\JD. x U') W X O m ,t a— �— M U) O (SNOIS OMl) 'M 'NIW „0-,9 C.. (NOIS 3NO) '�30 'NIW „0-,L ` a U Z O s U Y LL JQ O � w 0 0 ar ow as r 42" MAX 24" MIN 5 2-1/2" °...... ar 1-1/2T to STD 90' BRACKET OR 360' ADJUSTABLE BRACKET IF REQUIRED. as PIPE CAP 2" GALVANIZED STEEL PIPE 8'-6, 2' MIN CLEARANCE FROM FACE OF CURB. Olrt 10' MIN CLEARANCE IF NO CURB. 10 CEMENT 1-1/2' CONCRETE CLASS 'B' IS 3' 5/8th 1-1/2' MINUS CRUSHED it ROCK a� air GROUND MOUNTED STREET NAME SIGNS Y ADOPTED C� CITY OF RENTON ♦ t STANDARD _ �' TO ISf DATE: 19,49,'6 0804 DATE REVISION BY PPR D DWG. NAME: GR03 SP PAGE: G024 CENTER LINES • ® • • • • • • • • • ® • • • • • • • ��4" '` • ® 1 • • • • • • • • •` • • • • • • 4F-f 3 f`4" YELLOW TYPE 'I' , r 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) • • • ® • •\ • • • �-- 9' ---�--- 15 ---I 3' — 4" YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) AP TWO-WAY LE=T TURN LANEr ---• • • ® • • • • • • • • • • • • • • • � • • ® 1 0 1 • • • �f4 -- 9' --I— 15' 3� 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS NUMBER OF 2-WAY LEFT TURN ARROWS i SPEED LIMIT 25 MPH ----- 200' O.C. mot SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. I� I CHANNEUZATION MARKERS DETAIL I� tiSY o ADOPTED G crnr or x9mN wo r � r STANDARD PLANS LST DATE:04/04 DATE REVISION BY PPR DWG. NAME: H001 SP PAGE:HDO1 61 to APPROACH LINE aw l 3 ` 4" WHITE TYPE 'I' 24 LINE MARKERS a, 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS OR 'to 10 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE ! i 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) LANE LINE d„ . . . ff::� 9' 15' 3' `- 4" WHITE TYPE 'I' + LINE MARKERS 4" WHITE TYPE 'Ile'. LINE MARKERS (REFL.) CHANNEUZAnON MAKERS DETAIL Uti�Y p� ADOPTED irs CUT or RIUMN 4 STANDARD PIAN3 IM DAT&04/04 ® DATE REVISION BY PR D DWG. NAME: H002 SP PAGE:11002 L@I N N � O O UWE 3 z •• o ; n > to � ►� N tom" V cam+ H Q a 6o zd m W x 0 0 ar to D Aw m Z r*► yr. D ow V - J D CD (v W (b W tQ r- ,rr Y W a o D m m;v m m o r: - or- n f m w -< -n -P. p o , —1 1 1 � o �`m� Z µ y O r o c� '' tD Yrr►. � � cn.,a a a o m N A = � N M D• o a M v N W rr Q t rr s +rr ._, 53/4" rTl fV . 3 c C7 N D _ o• �. CD i 9 b n CD � OD z d �. n j o aD. C ca x W fAi 8'-0" 5'-4" w o so LA m i ° F1 Z Do o N o ;o L to Z N; Z o `n G? D TTl m G7 o 0 "n 0 o M 0 r- ° m N 41; IL ok M C m yn > 00 d z to n YAW Nwu+ aatnvla, o NocnoMoLn0 v o u cn > n o 7 7: 7D a a � { OZ9 m I .� N W W a a O1 In M "4 O N 10 OIO VIOtn Ot710 p W + W w p 4. •..•..�..wrr A O ce n 1 O O p 7-0 N� °0 oN VI W W aa to LA 'O og O N r e A ID m om o mo -0 O FL !M ^ f -n, 0 0� n a - Z 0�� v �I tOON W 1T°� m 0 A N p a 0 1 cn o u+o ul o cn o ; rM ° A a a I �v m 0 < mn 0 1 z m � m o N W waa W to In H� I I I 4 p n 0 I ~ A a 0 vloulovlovlo v 0 I o " ° w o C n Op -D 0 — O • 5 7 7 7 7 7 7 7 a s co r CP I 1 j A F m 7 — a o nc m� 7m� nc �v c I om mi 000 C40 o - 4 It*N rll °0 A i e m I I I n I o m x n II n n ari I j I 0 In m 1 n --1 - o 2 0 z+ 7 o 0 0 0 s O o V+ O. a v 'o -7** SO A V° O V' ° + ?o { + ? o { I I I r v " ° v° O 1 1 0 a C N c O I I I m 7 q 1 Or- 0 O b 7 N f�A �0 0 O I ( = II 0 I III » 1 7 D I I " 1 +o• x O O —0 -4 I 0 I 1 to 0 � r � +a++° m = I I 1 °o ° _ce 1 Z a o a +m C �°< p o c ce -e < — voo� 00 —° � j O{ O 0 c m 'n + O a+7 +1 + I O I 0 1 —t+o 7 Z i t -+ -r I n n 7 C 7 + m C 7 n o i m u 3 S > n I p R1 .:) -+M -+ m I I I x I LA gg m 7 N fp I Ol 171 a W N ✓ 0 ♦ fD I � I • 0 m 1 c w z a n n—z —cn cn —o v m v m ry7 '�'0 rn1e 07 ❑ —O ++ Vi Vi 010 - `� a O I C RV V a 0 +-N+N 7 OV'o {,O �N ^ A 0 ID IA I O N 0 0 v II If F + O _ I I 7 w O U1 7 -+ 0 —0. —7 0--� � -♦ o O 0 M N N 0 0 0 — a p7 +7 +W V 1 110 0 1 o +r —a ao 0 00 7 nv +0 - o_i� I y I �ci > > n �o`C -moo voo`D 1 n n 0 0 3 W i -h o o v N 7 —cD a'< 7 O O O D r cn CpnD v nK7 + 11 n'+o ,9 a N -[7 7 + < fe O D O Q ya r I I I co ce o a < � o o . n' i �f o —ov° 7 co 0 0 7 o 0 to -•0 0 D Z��p m ��� O 7 0 7v x 71 + + 0 1F C7 Q Q0� 3 A J}7 I +F 1 C �T -Di ��Q r� �m �^ qi Ja A anMa w of o°—v na is x m Q M Q O ~e, A d O CIO O 0 N N v 7 0 N VI Q O yX II +707 O O — Vv 01n — Z s +1 1 N N—3 N N O YI 7 O p [�C� p = r A u�i f.� ce {N -h 7 7 0 C 1e x F to OL r 1 a— n Iv o n n'— 1 00 w �Z Z r'T0 g Sri np 7—0 1n 0 F cue _Q o<a v cn 0 70 +3f 00 O a "O +O O A W + S? 0 a n Left turn v z lone ° � o ° <o 8„ <f i +f i p o i o o < o ® nu " jai " -4 1v m m c �� m3 m mn N a ° ° 0co ° ° gin °�' ° ° a A + N °" v z cmi 3: a i 3'. r °1-0 n r ® 00 m o to I, p I m r p 0 o +c i m T=m I nus 3' ! " a T1 minus 3' _ 1 v o _m o m - 13 v a >yli 0 o ° mo Z a c I m o m a c c Departure Approach 4 p {Q i Ione ® lane m o m i s Ln r A C I oo c ► r m a a I N D v + All 00 CD m :rn ° m C) n +o 0 ' Left Turn a i p c A v m Lane CD " z o v1 m +sv I 1n N pm { 1 `�, f I m 3 a r o D , / m + rr 3 7 j .+ m r = v 8 e a€ o pm NILI + i c o . 3 = n-<v a° I m m o m — "V r7 -C I W 'C rvm 7mo � + o cnC�D "� a =� to ,fm I " m 0 -Z o cn D��O Z m Q a T ; I _ 0 0� a O m sn :S�a °Tf�°�,s z r o I a °m+Lq i • O o Z 3 `- y� m fTl Z I �I (� Z Z D �. ld a-� a NN (n 8B 1 + M 0' o m Two-way left C> m �, I turn lane uuou■uuu■uuuuu■onuu■■■■uuo uuu■u■u■u ■■,000UUUtU U,■■UY■■U■f■■■■U■■ ■■fUO- •.Y■U■■fUf ' uYU■u■u■uuu�uuuuuuuu■u■S■uuu■■t. - -•q■■.■• � ■uouuo ■o■uuunu■■■u ■' _o .• uaau/euuten .-•■■■■■■ •fn■ ■ - - :ir:•iii/i .� - i■ ■o■uuuuuu■uuu■=■■uu■u■au■ .uuf■fuuu■■•vuuf■ uuu■u■�uo ■■■■/■■■■ft■■■■■■■■■■■■■• ■■■■■■■■■■■■• •■■■■■•■■■■■■■■■■11■■/■ ■■■■■•■■■■■U■•\■■■■■■■■ ■■■■f■■■UI•, •■■■■■t■■■It■■•■■■Y■ • ,■■■■■■■■■• ■Y■■ •■t■ nonnnno n ■ ■u • ■■1�■NN■;f NY '•f ti C■ tNM■M■ ftf■■ 1■Y ■MA sa.s� e■I■�i ■�■ \Y■tp■� /����■ ro at law Ct- CD rn r 0 .����■ • fn IL CA 1 �•�� .�®■ I]' > �. yam, y .lC ir' > y y ���� �,. �4 �`I'9�@&�` �,�#}� c y1-yx�x .�"M1�a���y'" � �,r�:: � y� .�r�f ✓3.:. c 5 m � Z M _ m m :ie i y 2 ZW A r ^5 Azo > M M 0 O 25 m A c 'z 6 m moc m a m mgm z z 06 m ;D MN o� N << N 5� c m p o 99 z + �g m rob m Q r �a Z o p r o 0 , o m O CO1 Z> 0 r,� 0 >m + < to G Z - 9 O — - _ Z y -£c m0m r N Z IL a �:N moo r� C !J "' Z oA O� O 6 f J N m N 0 rA a �o vr>i C)>0 a C _ N eth �o o° p 3 (4b,aoya , s rn m D D T m a mI� m �S n� Tart �O S N az N O ^Na ti m pCpCpC�q` a � N Z Z N N w Z 7C o iN�e �JA' 0 C) = Z R z wrr 0 0 000 0 O �Q ae $ d < t as WAR m x A N 4w .;0 m 2 P 0 46,9 y $ = 37 APPROX V D SEE TABLE) ^ Z � W m N o Tra s 0 > � �° 3 � o � M-0 r - - - - - �m a o � r jl�q m 9 K b S 8 w 2S a S 8 o r ar Aw O mm m 3m = u x QS W ot o m m� b� � � Q S � _ err a ; m CL mT c m W O r ER aw 0 U*- -wo CA n N I I I 1 1 3 O to ro —�I p Dm z Z C my m8 m d N C) p 00--1 = Cn > 'rl m L f rN Z m pm Z m_ O a 0 �Z 3 rr m CD � C O o O Z N � Q 35'* 31 31 35" va 13"— 4'-5" ..... ..... ...... ...... 31 ....... ........ ... .............. .. ...... ........ .................. ........ .......... ...................... .. ........ ............ 6'! 1 -6 .. ......... . ............ ....... ....... ..... .... ........ ...... .... .... ........ ..... .......... .... .......... ...< 91-01, ........... ..... ........... ..... .. .... ............. ... ...... ..... ... .... ...... . .... ... ..... ... .. ....... ...... . . . .. .... ..... ..... ...... 61-51, lag 45' 2'-3"� 5-6- BASED ON TYPICAL 11-FOOT LANE WIDTH THRU & LEFT TURN ONLY ARROW DETAIL ADOPTED crri OF REMN STANDAM PLANS IM DATE:04/04 DWG. NAME: H010 SP PAGE:H010 I DATE I REVISION I BY IkPPR'DI - lw ow me ---v—35 31 31 -4'-5" 13"— 10 . .. . . . . .. . 31" . .. . . . . . . . . .. . . . . . . . .. .. ... . . . . .. . . ... .... .. . .. . . .. .. . . . . . .. . .. . .. . .. . . . . . .. ... . aw 6 . .. . .. ... . . . . .. ... . . 10 . . . . .. . . ... .. . . . . I . . .... . .. . . . . . .. ... . - .. . . . . . . . . .. . .. .. . I . . . . . .. .. . . . . . . . .. .. . . . .. . . . . . . .. . . .. .. .. . .... . .. . .. ... 91-01, wry .. .. . . . . . . . . .. .. .. .. .. .. .. . . . . . .. . I. 45' . . . . .. 2'-,3 5'-6 aw BASED ON TYPICAL 11-FOOT LANE WIDTH 4w to 40 THRU AND RIGHT TURN ONLY ARROW DETAIL ADOPTED crff or REMN STANDARD PLANS lOr DATE:04/04 DATE REVISION BY �kl?PR'Dj DWG. NAME. H011 SP PAGE: H011 I CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN I LANE LANE I I I I I I I 10' " i 8 (TYP.)-STRIPE j 6"MIN. TYP. 24° I 8"(TYP.)-OPEN LANE (NP.) LANE STRIPE i CONC RETE I LINE GUTTER LINE I E I 11 ' I I I ► i TIRE LTIRE TIRE I TIRE TRACKS TRACKS TRACKS TRACKS ► TYPICAL 4- LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. �ZY o ADOPTED V CITY OF REMN t i + STANDARD PLANS Isr DATE:04/04 DATE REVISION BY PPR DWG. NAME: H012 SP PAGE: H012 to +rw CROSSWALK ^� aw wNr 0 rMr► \ ti wo CLASS "B" ASPHALT 2 CRUSHED SURFACING 5/8" (—) 4' ASPHALT— 40 it PED. PUSH BUTTON SIGN SIGNAL PEDESTRIAN PUSH BUTTON POLE r 3'-10" 4w 36" 36" 36" • SIDE VIEW rr TRAF'F'IC CURB ISLAND WITH CURB RAMP DETAIL ADOPTED CUT OF RENTON ow + STANDARD PUNS LST DATE: 10/30/96 "� DATE REVISION BY PPR D DWG. NAME: H014 SP PAGE:HO14 3 a� rnd»L°m «� mm as CD W N O° ¢¢ 90 W3ymEQm $�m ?c (D = zo F m� m°Jm2Sm cw m'� %r =E9 ti� �i Op V = w v 3 �aS ma «c V~ O 0 N C$ -E or Ea« m L cm m ' u i 2 .om JIL mm nmc� a$ d� tmz 4� �.,.�� my 2 m O o o TQ Z' C mm 'act fa y W O -0 •ri- a OC W F W r O d W N co c3m6c m �Ew vn'mo amid W xmNh GJ 8���9 Q y`' a QA D i o a a L o E W c m m o ;Q J Q S ti x z a ¢ ss mL «c 3?�= « o c� W as ��� m3 3aS Arm N« i Nrc �`W3� PR�e w O. 4 �k m 9OaB_m S. oov st-a 2 a xg mrs F. �L JSEmE -va a21z mui0 c 10N Q.Eloo tca cam $mom c�MM c a Ka @ »_08 m2 o am -Vppy1 NW ~m Qi �`a'm Z �Om 3C ors m @ g rni, v(p g`o.c o a -_ -_-_ •_ V - E� mom my rn3 U.Eb 'Ef8 Eg° aH E m m _rn�E m'c a mi o 'a e � a5 -- ___ mm� mA3mEW c�i °'m$ wpm c« o x a m c o t 2 2 m Y e a c-m a v z5 C -� �:S m- a a 4) m g W am W aT5- e$ mom- m LL w ¢0a hoc«fi o tge5 «a «t E �o ~ WO z r N th tD K Q O LLm �f Y� �3pK ro C o w � x o c h H x Pdtiil .0 z 'z W I 0 ZO Om rnm Y (� Z<91. =wM� ° m .0-3 Q OKaO ®. T— a W m 6 m i W o w x N a !o x r I ' N J am OG m W 0 xWWW W w z x W N N y r Qa W m S Q Q oww .. mrg in�uS O wAw J ., a wNJG cs m c w O c w x K� 70 KX _ �^ O XmXX=W Q�1 m=a a K q W a wy W W ms m} (JO wJ 0~ e3y g%Z W g z s` 0- �3a u.i3Z J 7d W W lo�` w w� �c Oy JEQQ �H z Oz MCL 0 C Q 0'f' �(=A 1'3 m as S 3a Oy i�i F zx ! F- w -� w °0 UQ o 0 \ _ -------,___-_I_ = = 5� 0 (D 0 © Q cc R mw C W z E x 6s y., NWw _ Jo m fQ \La+! xH0 ffW a=C aJ 0 VJ l9 DNS `mN O� W F Q Q C9' j p <p )4onJ MOINOW M NMYUG qw \ 3 � E \ � ; ) 0 2 2| i / � e | 00 fm R ( \ ) §( 2 | § § |�| § to X q § b§ < § � \ � § ) \ 41W § . � No � © ° ca � \ � 2 - � a k § e © ■ e q ■ * � � � ! � % � U. \ 2 § ; § � 0 � k p � k G •, • � k k § ` k § § § ■ § § ■ \ I \ L � § ` 8 ( � ° B LU � vw ❑ C! W m2 W= U tll Z ob E c ob �yo O� °ai a❑ i ❑ I W N f °Wh wp Nnw °z y I' Wo jW = o g z 5Q w rc w z 1 W t- DSO d'ag W d F e =off w= Rio a �. OZ4 ��� Ody r 'm Z prw ❑O z HOr W y d a0 �m ZU� o e; O! < mr, ' a wcai❑ ion = C Z�S o "� o s MQ 0' o f w art�F " o O $tea w�z of a d�`� �� 5 W! D i o a CC - U x O S `' a W y LLJ N N _ IL W °❑° y-1' W .! 111llllll y�j Yr� _� 3 ui d Q rJ❑ m 0y�°�f9 CJW � F W�U WQ�ss � wy I O 2 Naj SN m?S Y LLa F Z Zz ❑W�Ww. WF O� 7 p= VFW p W�d� 2O 07 mOw U�� WZ Z W w Z � Www W <� N ZmH f/1111 wlyW wZ UO rn r�5❑v Wzo OWF n4 HD r =aF ,w. W 00 �? Lu 2 Em OFO OO Rw WLL ° p - • ° • ° a Z O p • ° • p O z d n n C ° p p ° U. W G b ° � • e p QZ LIU OC�m W LLJ LL LL 0. 2 O OD o VO LL WLL tll —' I p ° • ° s p s°°p ° p a ° p• ° p Wto W z z S O C ° VV^ OMCI) Q ,' a.-1 7=a� t=..fin \ \ V W \ W LU o : o Al a N �� O m o Q: W w Qr v c ° °moo MR, ! 4l6 ► mm AB NOI51�3tl 31x0 aA 'ACZ�CIx/mr � 1N3XOM011 L 3dA1 0300v COOL/01 .mewurrwaaas�auwaAirmcr�a�uu�,es mmcn� r,vn�waeuaaslnueuaruaarwLerreirenrAnnarnvou LLJ U) <cr-, z U W < z A 0 z N > -j 4w Lr) m z Z U M LLJ Ix z z LLI LLI j < u < 0 Z ft ow < (L Lf) vw lw CD 0 z as UJ vw --------------- 4 ow L U LLJ < U) 2 x CD CD X LLj IL :3: m d 0 0 > u 0 u .0 o z - ---------: CD Ld F- > u LLJ mw Lo =Zl� �44........... .............. ---------- ............... ---------- m CD NIN ,9-,E LLd n In Li -0 RW qw LLJ CD Zi No V) Aw 0 z oac 0 CD F- !_ N z z o o �, N 0,18' 0 W < o 0 �, O Z ` des m Y LU W 1Q- C m add G = N o to oz �< mw t- y d z z mm �.� _ �. O o s3 J J x? o "v � W � � ❑ m� o a t L 68+20 m �fA PRO, 7 Z y a o y < 0 U. W c� F Oa Y Ow �Uo ��LL 0 U- � w U- cl: v a LU C4 w S d y Lu�o w g z �S 0 0 c:O W� N = wi y C oNoy oh Z W o 05S m o v)zw LL �tl p uj CL Y ¢= LN0 to 2?�25 �4:1� KD Z� m� J Q = LL C r W ga LL 02 D/L/0 L/50:1/16 so Ells ~ LL Z CEO O Z 6U Y E F Z o Z O s OQLL 5a Z O Z 0 O� F LLm�n w O OLL F- U_' Z ¢ WSM LL H OZ M Q Ow OF UUEt O ¢ Ww - � �W ¢LL QQx NS pW W W ZV DN N_UH ❑x Z jU J m 2Z UC OHD Ln- J x? . Y. Y A 101+52 < r C 2z�235�3:1�68+20 m Y m z g y � arr ,PJ¢m>,> NZ V(DWV o y0 d- 0O w F w p Z W z mLL~mow 0zw LL LL Wy LL m V 0 wy�z LL t- F.,w F �r WW �QFLLm LLyC my vw Q� ZLL WNx WWS ¢W Z l.1 NC zQC�° LL°a 7� y� ro 7:; 2YO Z OtnU UN 0� WLL F 2 Qr a0 40? C&G a j m O C2��27 6 w H LL V LL Wr z O o � ? o zz z O o~ y Q W W O (7 F D y p w ? p Z w w zm C6 U Z o OLL a z s? 0 w w zzz z Y. L 68+20 m U z z xZ O Qz Z S_ U F-0 W w O F- W L 23+4598 PC LL W w W p c� o W ow F Y ai �~ a z U) �LLW¢ M,of RO S U 20 LL U-IL w n Ww LL U. =Lu 6D UU O jw z O U. W N W o WW Od0 LL ¢ HO U y WSJN =;E 0 O, LL OmU U m LL. m I � H OF1 ? ? C2?�2514:1/BKD �� g LL NV8H000 WVOb' :A6 WV80 low o� m 00 H r z o z ZZ om a o w c?� LL H � os o Zz j U C o �,�i "P'V v O 0 d b ? w Y 1111 LUM 23 CE 1+0476 < Z W PROQ� x Z m a m J V W� LL 0 of of ZO ~W WLLZ Z~ !- Z ~O ESC@@ ww 0¢�0 ON Z z0 OFae Uo CL F- rZ 0 OZ �mtt LL OW O-Lu GN 0 H U, �58 wQ pwwn ZR w w im qa< wm �z"LL 00 z z �Z 00 MU�O LL J �Q Y O0 0 Z F 1 TOP B2 468+50 6 g ° FNDN z z W m gn LL Y W to N Eck o F m .11 w aOw Pill LL IL Lu wo v w OWg 0 = N co Y LL LL -j W LU m w 0 LL mu Y LU LL tw w ? < O F O90 BKC z y W ZZ Z LL O LU w� w? U UU =0 U U) LLaiZ� aco W Z mm KB 4-15 1+47 35 v O mZ -Z Lu � m � LU m� z w z Zz O N mU wm ao w wZ U g0U r- O �w =D 10 m 00 ~~ UK ZyU a0 ~LL U-ZO w S Kuw. m QQ Z °W VZd°FO F yC 9L ON r uj S0 LL ¢=0(n LL Y �o° yao� o= O KB 6-3 0+32 Oma DUm�N LL W W DC 09/24/4:1 rc FQ- Z LL y w L z LU am LL o O�W O W 0 iW. W LL FN Y O U� N H O C 126 FL 0 LL S 4 U F ZU F O F w CL h S w _S twwi LL UOF S 9,-, S �� m M F-OW 0 UZLL O D:LL Oao S LU O?`s 2 U) UN U RZ W = oO N cc W w w 0O 0 W Z H ~ y Q K O 0 0 �O p �? O z W LL uj aw t�i-N y LLy N �d d Nw LLW 0 O -j Or m a 0: F 3 ±/2:1/F 22 4:1 28? Q a o Ci �'? o co OLL O 4w r O F 03S5G/F01-' FG/141/2:1 g� W m V 0 V NVVH000 WVOV :%8 NMVNO N tw �Mlr LANE LINE MARKING 7•_8> STANDARD VEHICLE WHEEL PATH + 3' 4.5' 3' MIN. MIN. MIN. .......................................................................... //72" ACP CLASS* MIN. MIN. 6" CRUSHED SURFACING CLASS 'B' TOP COURSE i1 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR4000W OR CENTER OF LANE LINE 2.5' MIN. CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B'. RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'. NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY DETERMINING PAVEMENT THICKNESS. FOR FLEXIBLE PAVEMENT tiRY p ADOPTED V CITY OF RENTON f � f STANDARD PLANS LST DATE:02/2005 02/2005 MODWtED NOTES DCV I DC 07/2004 MOOlM NOTES IDcvI CZ 40 DATE REVISION 8Y PPR D DWG. NAME: HR-05 SP PAGE: H032 low 1' 1' 2.5' 1' 1' MIN MIN MIN MIN MIN .r .rr , m 2" CLASS 'B' —/ FACE OF CURB OR EDGE OF PAVEMENT go .r CENTER LINE OR *2" TO 6" CLASS 'E' LANE LINE OR CLASS 'B' +r irr 6.5' MIN. 2" DEPTH OF GRIND OR SAWCUT AND REMOVE to 6.5' MIN. rrr 1' 1' 2.5 1' 1' MIN I MIN MIN IMINIMIN .ir 4w 2" CLASS 'B' W\-ACP CLASS* an 6" CRUSHED SURFACING TOP COURSE CRUSHED ROCK, FLOWABLE FILL """ OR AS REQUIRED BY ENGINEER TYPICAL TRANSVERSE PATCH FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT SP PAGE H032 err Oti.Y p� ADOPTED CITY OF RENTON + + STANDARD PLANS LS1' DATE:02/2005 -1 � 02/2005 IMODIFIED NOTES lDCV DC to 7 a 07/2004 MODIFIED NOTES DCV CZ DATE REVISION 8Y PPR D DWG. NAME: HR-23 SP PAGE: HO32A ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN AND IN STRAIGHT LINES AS CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT EPDXY COATED DOWEL BARS 1 LONG DOWEL 4" IA. X 2 L 3 D R SIDES � F S DE - MIN. O N ALL FOUR R 6 " N CENTER 1 O BAR ® 8 I ; 6' _ l EXISTING RIGID BASE' MIN. 12" MIN. 12" COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING < AS DIRECTED BY THE ENGINEER TOP COURSE. CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements 40 Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All Yes Yes Plus one panel beyond the curb return Streets) 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD and any panel needs to be any panel needs to be all bus route patched patched i *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL ti�Y p ADOPTED V CITY OF RENTON STANDARD PLANS N O 1ST DATE: 127VC 05 `l 7 DATE REVISION BY PPR D DWG. NAME: HR-22 SP PAGE: H033 ` §7 ( •�( \c;a` o §�k§ j§ k ■ E k ! <q e z � f S | k\ \ \ \( ■ 00 ■ - E �| \k \) LINE ■ � § � \§ 'L ) 2± | ■! � 2\ /m k -I ■ _� oo ) e§ low �/§ . }� W *nom-z #wz w j| §; / \ k§ \ .§ §�§ \k \ � ! ■z 2 mg < / k§ 2 2 w || « §® ■ |,, z k§ 2 /§ Z< || to lz 0� § §2 §§ § 2 $_ § §_ =§q G $L �< - | §!r 2§ §i ® !| | f ■ `wo § k§ !� |,|| K 2(E � 2) (L § % " z w w r 6 2( ƒ 5 / z< k . (0 z / �< § 0 ]( F- 0 ; § � k / \ vw u /§ ;� — --- C� §2 qw »§ of e= §� k/ƒ §} � Ee /) E f ! E E im �e2 )U� Q§Q d2 bt/ Lu d § of � §L \ \ § $&7 � k a § 2 20 § wo 2 / a ( / e 40W ID � _ --- aw a w U J Q ow a0 o O a 1 wzr� �= O:Z = a UO_ =W w ¢� "a�� Ys G1- d ul UJ It Or, ZQ o �F a 4 UJW Uu� �cwi Z� tt �> Qa� Gil OJ �Ua' UZ WO V �'Zp Xw a a cwn O W OLL 11 jZ 0 WPE; k ® U� Z 0,9,6 s ag ow y� U p� O ash LL e F U) �= Z— d- rn / U Z LU o mg m p ma LUCCz y Cs- dv��i �0 Qprw QO ow =w V11— m 'p Z:) e / (U N tn0� W U afa ¢ai / y m wiY py N IL Cb LU a.a r� Z �\ lw VJ Q W OQO ui S, y� w 0 lC W O 6- / U) wow I p m<w NIW.O ,L y O wm� N� a �N aO O 0 o i1 w V w� (D � ZJ O 11 LU F 'NIW..0 Z w No N N C? �01 Ow 2 in 46 H 0cn LL Ow w uN 0 O w CD 2 2 ! , \) z/® ! �� | Cl) < ° §�k/ �§ z / j § �k k ■ ° } § ( ± w ��§ § / k $� ! / § ) 2 q ? �■& �z ■ ; Ew| E 0 05 j } / § 1�■ § %� | uj w uj � z �� @� @ ow 2 9 §°" d ► #§ E ® _®» • w \§ §[ `k k§( � \§ _ |,> §2 �0 ) E� kkk 0W, o< oP- o [# \§� .. . . . | �/ /z . § §L gi ¥§ W uw | r� §q z( k §B $L | | j� k) �§ ( 0i , V)w a. . e> «7 eo i uU� > 0» §I \B k( ) §§$ §\ || uj LU }§ §\ [ §§E § § uj / )) (! 32 [ ( \ £ £e § �\ ƒ{)[ �\ — §/ aw —E ƒ\ � � . � ) z � $ ) ( #w.-z w■.- ° — @ No ) § ( @ ui 5 Z § \ k ) m ) . 0 § � ® v \xw $ � 'Aw ujLLJ / 1 « §; ( §( E\� § �\ >-ƒ § @z �`/ §3 k u ( 2W 4w CD F- _ _ 2 . / ) /■\ ■ ob _ §)(! 0 0, >m | ƒ ■k Z } k § ( ( k }- 96 | \ \ ( ( ) ( Igo, � / 2 $\ � § ; ! _ « L j § § � § ( kJ < � ¥ o k / 2 § k 6 i ) \ \ \ . § \ \ LU w | ( / \ |' || \ } < }u a j , z ^ U) k § ) e �E \ §|. z /0 } §§ \ \§ §h \ _ [ F- E !§ § ■,|| LU I §/ / /\ / b 2 _ ) o ? $� � w� \ mw 2 S ' > LLJ k� w w zot _ ■ ( uj CL §0 $ } & k g B cn ' § m )� \ § d \ \e (r ■ o . : E§ ■ \ § z � \ � � � � _ ƒ 6 ( a §| f \ /4 } / z ,( 08 Z | F §5 ` ° k 0 a o G § § _ ¥» ■ 5 . : _ � k , sw § 2§ k k �k§) ±§ «§ & f 2 ° | ( k§ \ / \ �G �� � ° § I| E ! W,� ` § k k � \ k / , - � / M) ) ) § 0z 7 2 ■w ( so - a § � )/ � o \$ / k� k z CO E ) E =9 § LU 2 2§ 6 S /E + �0z S §z [ \ kE z }dLU ±« ? / (}j ) ) §/ w� k§( k WE( m > 3) a IIW U) -i <U §k 2) \ `z� \LU -j0 E�� § _ (k # / §[ ( /' Gk LLI 2 §(L? \ IL 25 ■S ¥ ? § n 'i L6 Cb^ > aw aw � 2 ')CM2 q #wz a3n 2m3wm a E a. \ z J LU C-1 = e 1w kz� « CL k kiM z z � 4w k§\ / w w $( > . � § O 2 § - / Ieee uj § ) \ 000 L) & S 2 ) z & ; ; ww U z c �n <"� G O OWU Q O =O Q C6 z ���� Z Z F 00 U¢O <Zog a Q 3 Y LL m d m N U wLL <a C/) Gin �p o wz z< z z¢0 20 m 0 P: z U) w< LL m mz 1� P w00 w I U)LL Z cli� _ ,IIIII � xY �C Oz — - — Wo = -- — s II � I J co MD?� w wOF- JFLL --_ �z <J~ __ a IL <co z z L6 O w — — V W < YWO __ __ _1___�' w �a to <a0 w ,- < 0O m ' CO Q'O U) " K z LU I < O MOId a W w I x Q - '- Ow �I- JO z CD Oz y O< WK� K< Z O py w? .. U= IL gp ray - ao a, �zF F-0 uj = m _ -r-- z LU <aw > I to z _ I N � _ x< _ _-___ O w --I J0 w O U)N 5 8 0! aw p FS-OW Z 2 UJ �=inw V < 4~ W 4 Foy i Q Zi0 = E Yw LL t"> ¢ Z Q <F IL O w 0 Y d w L .d c lug Lu 2 � Z L) cxi d VIA G - LU LL W O LL x n Z a Ylr O m F W < LU 0 g x 0� QuUQ U) = \ _ < < ^x f� W z¢ v~i z � o Q F H �H Z F Lou U �z < 1W W S < y (L 2 mJ <� Y ~ W < UW = U O!FP;• 2F Nm d Z �., UO U Q �'rw FF-m S W W4 W2 �W� LU m FU_- O < d ~¢ = U wLL O� O ¢ W YO 00 z Q QU Z O F X XWZ U O U� W~ WS U CWH U m LL 4W 0 c Z DU Z aJ� W <a a �� W <y� N W WZ yYH Op Z ZaY wO Wm O� FLU V ~U JUO Om C90O LL Jwx m O o¢< W FV <S< LL W wd mLL 0 50 w O Oou) ?OZ LL LL a W Z CV co ' 11W 0:1 LL �v S F- 0 LL O Lu ULL m� < a I I I cxi 0 0 0 w LL N CD [C - � OW .,Z F-Z—'-- U Z O W F- MOI� �a Wy U m m z a ai / I I w 0 it 49W a < < z yLL W Y O / --- -- U a x < U WO F O / x LL —————————————————— ®wnoawm.w°r wu ,®rnncum.vem�mwrwwr ��.,...q:u tlnY lacr LL OWU Q O z O O-, 2 F z W G CK 2 W Z F Q W N6W U a = m om 3mo F Q IL w a 3 f o �w Goo ON F W Ic Z W W W -m U) a V Q W _> W Jt W a I WWWZ Wm \ Z �WQF WZFTF Wa f < pW I iv-m opo Y�QW < jy Ua` W « W WaQ'$d' �N W z UZzw 7y mG .B L O Z z i m 0 V o p I WN LL LL W W z Y Q K a Q Z m N O ¢w o F Z < W N6,Z V 0 gNg m U + W I W p i W �iya u°7 z J '7t. H Y a Q WZ6 m veai d S� cW=i I W pp H 1 O Z m0 p W ILL 0 JNa; r¢ v $mow Y a m m N Z p O U W 4a oz O a p � �L C1 aF-"m� 4 =N W LL- =o Y mM20 � o �p UIZ I Z W U00 O hjp W 20 LLLL/I F p Ru y a U Z CO W m I 0 K G J YQQQIp11 QC> Q m N Z HMO 4 � r _ 6 io W uj 2 � N nwowi c yauevm um xotwaw.su�ir za�o�ciiauryauao�m+owwmrmaewaomwo roxawsu uwnaoovaeron r.a.nrrvu..uuv W } F m p a Z r oil yr y� 0 IOW Z W F ZVd = ? G € low W°tU<i a C 0 a d LL rc 40 EE! zd�+ °� ° ° ?pa ab ED z a —V € fI� %5Ez w �Otna a ® lay- 1 42 ¢ @3 l z ow H o Q wo 8 An Z ' cV ZF ON w OW W `.iiii .ii�i�rr`r '/ y vi uj IL ° ``�i:•• /r W IL /i�`/fir\��rk\x/\xi Aw b r,r / \\• i/iiiiii/,\. 'ir/rrrrr[ I,''� Ilk w �`l PAT ` yw U �~ J LLF m tD �U NO m Z �U J _ ?w 5 2 Z M W Q LL aw W _0 ZJ Z =0 O Z W �N WUm xXUxX LAj IND Uy W = Hb i Ix 0, Z Z �FuOi H NO WOR M a 4 }W w o mJ `"cFi owe¢ ao OW S o 0 >— ovWi wc~9w6 ¢p 05Z IL wp ��� ,� 5 �� Z6= o o d <a p2 otuo d 00 {i� a (A Z_ 0 w °zg m O z Z n< € LU a.w g UU 2 N �F WyU Jo ZN> Q N.N. OZ, z z \,\ op W c O a z ¢ a �i{ LU 2z r U- ZU W W i IN iy U) m \'I �N' x ~OZ K W = Z Q W WILLJ 1 iy \\ Z w x W oz 0W7 O w L 0 2 ix co z r ai oo . ' rt-w •\ z�r ocFi ./" ZE oo5t b W� :�w ', o� N,• mW I OZZ5 w So S W U N. Vv w�r'+vr vy+ix YE ",Y✓Vry.>'`\` y1 y iy,yX�y1i',,'ikyy�y,:y lYyYYyy�7' U i 1 w LL Wr Z y yy Y� fo Z 3 z 0 = \\\ W \ rti W LL yYYYY \ 1 y. z \\ rYY Z KW /'YyYyYYYyYYYY�Y`� I YjyY�ly�' V LU m>O / yYYyyYYyYyYyYyYyYy ` �., iYyyy yy I ,YyyVryyryryryY ryYYY� tyyYYyY�Yy` Y'lyy K // YY�YY�YvYvYyY,/V YYyyyy yy�yyyy W �U W 2 b 1 J YyYYyYYYYY v YYYYYYyryyy N O yYyYYYYYYYYy F ,Y,y/Y yryY Y Y W yYvyyyYYYYyyyy Z") yYy�yyyyyY,Y rY'yyy/r y Yyyy Y -ii yYy o Oo wo 0Z �w 0:0 1 J O 0 N U LL� Wm //LL1�D U WVZN ZU L W z C �o Oilo oz J Zo 1 ~ G Jw g [ y4 m Fa i w o Y� V W 'NIW.B WC.) it �r n LL OI mwv nlvn�manw.vv�wuquwuaa �y aw .O( \ ■ � | ■ . § § (\ j\ / lu 0 ) | ■�� E Z o IL ! e IL 10 ( E} .3 z i \$ §S � E \ s| _ o LL K La ww >| !LU}\ $ 0 B ® ■ @� m S§ 0 LU )) Lu )) k bt u � -X,- x 2 2& low § )uj!2 § *W ) kw ( � - s ( w � . ) b § . ./§� - z §p§ ` $ 2 x #|;1 ° /a . •u § 2 §2 §k §§ § z � )/7k� g � k § U=l w E §2§) q EO((§ k llw k2)\/ui B§°2 2_§k< ,k� < o[0/ § !� IL Cw tzz ee §R3�o k� z m§§§ƒ 2��=0 LU 8/S\# ! k§ �[ kk 0 j)\)) || §) ? « o �2 ], :$ z | \ § G ( w �§) } Z. j § / ( k `° � } 7 � � _ _ \ 2 ■ k§ ' N ��� S § ■ - � \ 0 �/ °& \ §■ 2 \ \ § 'N6 0 § § � f ■ � / \ ■2 ■ b22| ° ) § ul S �� § ■� | ■ ) k � U. zI � ` e k @� � l �\ 4 § E ■ . 4 LU 4 )., LU - § k§ Z . �\ » *Z Z( 0 LL ® §m 0Kk Mw w B st to. c ....../...... 0k z !2 z k g 2/ [ M %§ Qr « \ 7= / < \ &§ ( ma/- § *ws r \§$}\ OZ % �. \\ . : _ « 2 7] m_„ :__ � \ . � .:-Oo= r m • No Flip to q A 10 k a �r a • a a m M tG o +ter do Q No m 2" N.P.S. SLIPFITTER i do- BRACKET CABLE a 2„ 1f111 2" BY 3/4" REDUCING WASHER of 3/4" ROMEX CONNECTOR WITH LOCKNUT 1 I 3/4" 1 SINGLE OR DOUBLE MAST ARM AS REQUIRED FOR DOUBLE MAST ARM, INSTALL 2ND CABLE BETWEEN LUMINAIRES WHEN BOTH LUMINAIRES ARE ON SAME CIRCUIT MAST ARM WIRING DETAIL STRAIN RELIEF DETAIL TY p ADOPTED G� CITY OF RMMN STANDAM PLANS VN T O IST DATE:04/04 DATE REVISION I BY IAPPR'DI DWG. NAME: J006 SP PAGE:J006 +r it r TO LUMINAIRE FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE KITS 41W S.E.C. OR EQUAL TYPICAL DESIGN 'B' JUNCTION BOX GROUND LUG 1/4" MINIMUM DRAIN HOLE SPLICE KITS CLEAR EPDXY 2" MIN. GROUT TOP OF CONCRETE SPLICE KITS ON ALL THRU UNDER POLE BASE WIRE RUNS FOUNDATION TO BE LEVEL WITH TOP OF SIDEWALK fAw 4" CONCRETE PAD OR CURB. #8 BARE COPPER to GROUND WIRE GROUND II CLAMP 4' PVC 1 #8 GROUND WIRE CONDUIT 2 - LIGHTING SYSTEM WIRES TO CONTACTOR CONCRETE (SIZED AS REQ'D.) FOUNDATION 5/8"x8' COPPER CLAD GROUND ROD ow 3' SO. OR DIA. ow TYPICAL LIGHTING UNDERGROUND SYSTEM tizY o ADOPTED rrYl G CfPY OF RMMN ♦ t STANDARD PLANS LET DATE-.04/04 1 06/25/031 ADDED #B GROUND WIRE SA CH DATE REVISION BY PPR D DWG. NAME: J007 SP PAGE:J007 i 7' O 0 O O 01 ` J STREET LIGHT POLE JUNCTION BOX PLAN VIEW rrY wr 4" DEEP III III � III III J� e T �e SIDE VIEW 1J . e � •! �.° LIGHTING ING STANDARD 8c JUNCTION BOX PLAN VIEW 1' INDIVIDUAL JUNCTION BOX N OTE: lob CLASS `B' CONCRETE TO BE USED CONCRETE PAD DETAILS IN CONSTRUCTION OF PAD �zY o ADOPTED V CttY OF MUMN go t t 3tANDARD PLANS N O Lit DATE:04/04 DATE REVISION BY PPR D DWG. NAME: J008 SP PAGE:J008 iw w INSTALL DECAL NUMBERS VERTICALLY. ow INSTALL IN DRY WEATHER, 50' F OR ABOVE. NUMBERING EXAMPLES w 1 P 2 5 3 6 4 7 Li 18 w LETTER LETTER PREFIXED SUFFIXED PUGET POWER CITY OWNED OWNED w w CURB MOUNTING HEIGHT 15 FEET 9� w + F 45 TRAFFIC w FLOW w PLAN VIEW w w 1-3/4" TO 2" air w 2" TO 2-7/8" 2-1/2" TO 3" w if H DECAL: w REFLECTORIZED GOTHIC GOLD OR WHITE LEGEND ON BLACK BACKGROUND STREET LIGHT STANDARD DECAL NUMBERING SYSTEM ptiZY p� ADOPTED w CITY OF REMN t t STANDARD PLANS LST DATE-.04/04 w DATE REVISION BY PPR D DWG. NAME: J009 SP PAGE:J009 120/240 VAC to 3W PHOTO C anti nR LCELL e ■ R 1 UN r-1 TEST ID I � mffcH L — � 2 O ~ M 5 0 6 ® rl� A_j u 2' 2' 6" 8" 21" 16' 2" (TYP). UL LISTED PER STANDARD 1508 SUITABLE FOR USE AS SERNCE ENIERANCE EQUIPMENT MEETS EUSERC/PSE SPEC. i11 COMPONENT SCHEDULE O .METERBASE: 100 AMP, 4 JAW, AW #114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY) OPANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS WESTINGHOUSE BAB BOLT-ON BREAKERS: 1-100/2 MAIN 2-20/2 ILLUMINATION BRANCH 1-50/1 SIGNAL BRANCH 1-15/1 CONTROL CKT BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH 0 CONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, SO D #8910DPA34V02U1. OTERMINAL, BLOCK TO REMOTE PHOTO ELECTRIC CELL SO PHOTO-CELL BYPASS SNATCH, SPST, 15 AMP, 277 VAC. 0 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 112 GA PREGALVANIZED STEEL CONSTRUCTION, 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR SERVICE CABINET FOR STREET CONTROL BEST CX LOCK ON DISTRIBUTION DOOR POISHED WIRE GLASS WINDOW IN METER DOOR & TRAFFIC SIGNAL CLOSED CELL NEOPRENE GASKET, CARD HOLDER Y o ADOPTED FINISH: POLYESTER POWDER COAT, ALUMINUM OUTSIDE, WHITE INSIDE CrrY OF RENTON STANDARD PLANS LST DATE:04/04 106/25/031 REMISED LABEL JA CH DATE REVISION BY PPRO DWG. NAME: JR-110 SP PAGE:JO10 wrr � a g e C V G U 0 a o a o a 3 o C.D .°. ,. ° I .°. a I ~E d rn°o E oaa I E I $ I oS,� C , v Ln I°n vp I v m i s I ova oc I I I c [ I 0 am 0 (n wo I " r F A 0 z LL i I o z z A a � o°a t— A III y_o I ; u + I II I ¢ Ii 4J a z e I I I I I I � w O O Q H Z -Z + -9 4iPIM lou19oo z U C Y Y O a a U U O E •� '/ v ° v d Zc� I o I u S 0] a E aw I E I o f c..s o T O ! ° m ° I r I u� �n N I �0 1 o o I — ST •I _ =y —— o u v No ge I I I ego N> I I o + ,Ot I 1 I ovo o a`o r�l = i I .Z + I t `e N O .' .9 42PIM 3oWQ°0 .9 � U C° U 7 ° D°o eE W °o H °73 > Q u Q V U J y T U a o� O e� O "n ' v� 0 G u� O v E o r r H ° — W c o < r m •° ti, w c0, C _gin ° ° N U .�+y a)'y Q U c W m•� ° p L y L O r .. 0 - E 3 = j D o o O f O h•.m U 3 d a U Enc 9;d o c—.n$ a. o •O •- rn m� c ° r g a cc N N m d ° = v W 0 O N•° cc`� ° ° ° O Z Ery ° �° r m M-1 41; c•pl U c�i W U a ..` 0 ° N_ M N mmEEd a m ° oraccc Q u a a ° 0 z N M . .zz vw STREET LIGHTING CONTACTOR CABINET WIRING SCHEMATIC TYPE III SERVICE 120/240 VOLT g A B 100 A MAIN BREAKER (MIN.) 2 POLE 240 VOLT O O a m BRANCH BREAKERS w E 120/240 VOLT Z TEST 16 POLE SWITCH q B B so A 0 TERMINAL B C BLOCK B B B B B UTILITY A PLUG (GFI) ICI A A A STREET LIGHTING CONTACTORS B B B B B to D CIRCUIT WIRES TO LIGHTING RUNS Irf A PH070-CELL TO GROUND MOUNTED ON ROD NEAREST LUMINAIRE to to WIRING COLOR CODE A. WHITE JACKET (NEUTRAL) rW B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) D. RED JACKET (LOAD) STREET LIGHTING CONTACTOR E. GREEN OR BARE WIRE (GROUND) CABINET SCHEMATIC � ADOPTED Y srexDAxn Ptaxs LST DATE:04/04 DATE REVISION BY PPR D DWG. NAME: J011 SP PAGE:J011 +I +�r 16" MIN. rr 14" 100 AMP PANEL WITH BRANCH 100 A LTG. ` MAIN 3 LTG. LTG. 14" 1 4 LTG. I GFI 2 CON. SIG. NEUTRAL 2" MALE FEMALE BUSHINGS PE CELL aTERM. STRIP 0 c 48" TEST GFI SWITCH RECEPT. BREAKERS AS REQ'D LIGHTING 4" CONTACTORS AS RE 'D rir SERVICE FEEDERS ++� RACEWAY WITH REMOVABLE COVER 6" TYPE III SERVICE CABINET ( TYPE III SERVICE CABINET QTY o ADOPTED tYi1I �j♦ CITY OF RENTON STANDARD PLANS LST DATE:04/04 r DATE I REVISION BY PPR D DWG. NAME: J012 SP PAGE:JO12 0 �i DIAMETER = 7/8" rl 1/4" LOAD FUSE LINE 1/4 O CUTTING RINGS FUSE KIT EPDXY FILL INLINE SPLICE EPDXY FILL i WYE SPLICE SPLICE KIT FUSE KIT & SPLICE HIT DETAILS TY p ADOPTED C1TY OF xmmN * + STANDARD PUNS LST DATR:04/04 DATE REVISION BY PPR D DWG. NAME: J013 SP PAGE:J013 +rr P. CONC. PAD R/W LINE - SIDEWALK CURB � w r �ROADWAY 3 ° 2' TO 4' so OVERHANG CURB S-6" - SIDEWALK H FACE OF CURB TO SL' CENTER R W R/W LINE OF POLE 10' MIN. (L ROADWAY CLEARANCE FROM DRIVEWAY ALTERNATE PLAN VIEW SIDEWALK PLANTER STRIP STREET LIGHT CONDUIT TRENCH DEPTH 24" TYPICAL STREET LIGHT FOUNDATION LOCATION H 25' 30' 35 40' SL 1 18'-3" 23'-3" 28'-3"1 33'-3" T 1 0.188 1 0.188 1 0.219 1 0.219 2' TO 4' TAPERED ALUM. POLE 'T' WALL OVERHANG ALLOY 6063-T6 SATIN GROUND FINISH 'H' HANDHOLE 4"x6" OPENING 'SL' y� W/COVER & S.S. SCREWS GROUND LUG INSIDE POLE INSIDE POLE STREET LIGHT CONDUIT TRENCH DEPTH 24" ALTERNATE STREET CROSS SECTION Aw LIGHT BASE AND JUNCTION BOX LOCATIONS tiTY p ADOPTED C1TY OF PINYON 4 3fANDAPD P11►N3 ISl' DATE:04/04 11/92 TYP. STREET LIGHT FDN. LOCATION BCA DATE REVISION R PPR D DWG. NAME: J014 SP PAGE:J014 TYPICAL LIGHT BASE AND JUNCTION BOX CONCRETE PAD 3'-0" 7'—0" VARIABLE MIN. 1 —6 i F Q ° >o I ­F13 ao 1 taro :. o <.a o 40 0 FRONT VIEW SIDE VIEW TYPICAL JUNCTION BOX `B' CONCRETE PAD �{ —3'—D --------------- i 4� FRONT VIEW SIDE VIEW TYPICAL JUNCTION BOX `C' CONCRETE PAD 4 —O � � 3 -0 4,�-- o > Do GDOp °D v0 P P Oov� oD Oo Oo a0'0 A D OO:�D o O.d FRONT VIEW SIDE VIEW TYPICAL CONCRETE PAD DETAILS lTY p ADOPTED V Cf[Y OF RSN9'ON + + STANDARD PIdN3 L9T DATE:04/04 DATE REVISION 1 BY PPR D DWG. NAME: J015 SP PAGE:J015 iW "' A rLEGEND DETAIL � I I I 1"Nom 1"Nom so L I SIGNALS m o I LIGHTING (Mark LT �I'Nom TS—LT E I TELEMETRY TRAFFIC SIGNAL SYSTEM LEGEND Form Letters with 1/8" Weld Bead. Grind off Diamond Pattern PLAN VIEW before forming letters. LT4'Nom. N Om . H 1" ILLUMINATION SYSTEM LEGEND = >T m TYPE 'I' BOX 1w K 0 TYPE 'II' BOX ctxtx3/16, 1"Long PLAN SYMBOLS HOOK DETAIL (2 Hooks per Lid) '0r ELEVATION VIEW i z X Q n X 00 X JUNCTION BOX DIMENSION TABLE z Y BOX TYPE BELL ENDS-1 a ITEM TYPE 1 TYPE 2 N ' O N CONDUIT ALTERNATE A ALTERNATE B A Box Outside length 22" 22" 33" ✓ I1 B Box Outside Width 17" 17" 22 1/2" 6" GRAVEL PAD C Box Inside Length 18" 19" 28" COMPACTED D Box Inside Width 13" 14" 17" E Lid Len th is" 18" 126 1/2 F Lid Width 13" 13" 17" TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" 12" 12" H Lid & Frame Depth 5/16" 5/16" 5/16" J Wall Thickness Min. 1 1/2" 1 1/2" 1 1/2" K Wire Reinforcement W-3 W-2.5 W-2.5 L Le end I See Detail lSee Detail See Detail NOTES: ITEM MATERIALS 1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete See Notes * Frame Diamond Plate Steel — A786 * Lid Support 1 8"Min. Thick Steel C,L or T. -A36 2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 * Lid Diamond Plate Steel — A786 boxes shall be 287 minimum of overall thickness. Anchors Steel Wire or Tee Plate 3. Lid support members shall be welded to the frame. Reinforcement I ASTM A-82 Steel *GALVANIZED STEEL 4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded wire fabric welded to the frame. 5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12" deep extension boxes. 6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10 JUNCTION BOX DETAILS gage divider plate complete with fasteners. 7. Non—concrete Boxes may be submitted for approval. Evaluation will include an H-20 1tY O ADOPTED i� Load Test. C CITY OF FMMN STANDARD PLANS LSf DATE:04/04 DATE REVISION BY PPR D DWG. NAME: J016 SP PAGE:J016 = Z Lf) v- of o O 'D rn � = o z LO I m .° W Ba� „ p as z ZO g N 00 N a z a o °zm z 4r �v � JZ J Wp 6i 0-� r LL ►L c �..�. oa o �^ W d w�a O 0 I F- Q i ZQF- Z QUW J zm .--+ W F- o l o N N x W N + •U r A' w a o . O r z - wz N ,n 1G 71 �z m o ^ Y r D a 0 i ¢ arza n vS W U W>_ z r W J S N W Z d 5 z LLjLJ as r�- YYd V N U W a ¢ K > N 2 2 W O N W W N = Z ...---____..... O W -Z .............................._....-.__..... .~-. x J 3 a a p r N o w z o m N = wo a z gr OW um w N N Z9 a s W x /LJJyI i 1� Jo w r W (p K N r 4 0.-. °w J J U K o w z Z U W O W W W N O W x K 0 r U Z T O O K U N x u W O Z r N Q K 2 a p p m W W <F.-. xroNNarw� m O= 3 J S a J1 N 0 0 K r 2 a j wwwza^r 0 a w W O W m K r Z J z N<o U=o z s y N O w d aJ o O r w w z a x W U J a N W w z a w W � W r p 0 W Q N�O' �W W r-W Z< °W Z�_ e w W H Z d C R S Z 2 V W 2 SN+Z Z a'J O W r J m r- Ndd I zua¢¢aao m¢aora\\.� w YY- r wog-wwww¢ ' �cr Y -N•'t Q NO� �\l vv ..il {A m J O mm r ...._.._.................................................. c mm W mm I o m z i I� o - z o --b------------------------------------------- o w s J n m O W _ Q S W r Ww a o ~ 0 0 O ww Nx EL n- N rr ¢z -_.-.----------------------- r ¢ z N O w No ' ......-._....---._...... r v O w w as zaw a o J W Y r N v px V7 N i...----..................................................` a W ... O w> oz j wa ............................................................. r Ir z u rC) _z m .- 0 nJr c z b v . _ Fez ' o CN Z-c F � N ° •= N N OQZ Z W z z a O� Jyrr S t IL a a O « v �. wo w ° ° ° L° -° ------i z a v o y/Wy w F W�•� H > n �Z ��`• `� l.I.�LL Q Q V LLJ rr ° �� J��f °4�� W aaz z Cl y z o 4 r P� Q c > O V L I �~ Zoa H Q U U) o NL a c °uE ° n L_ __ __________ Q 4. P C E° L .. U) C L O `p OP I - oPP+ L L ` o°c c E O•„ Tp TO « N O V U C V O P U- ° C~ u H a.- C -° UO O� 0E 1G t - I I -- Z L- 1 1 1 sQQs L c F`0C Op 1 1 I I �W 3S +x HP ♦ if 1 I I PH PV c c C+ COO C- CL C O + C .0._ O L_____J L________J Q Y _ J E p]V n p D 3 O Q' E« E 4 E s E 4 C 2O 22 YL YL W � a•N �-r•'1 r•- N E O • IOUIrvOU IOU! -� _- --�_-_- - fill C tilUOA •,f 1 I In I 1 I I 1 I ..r..- I 1 lnNln e+ 1 I QQQ _ L_______________J K m 2 u _SSS ;Nw1Q e+ Z QOir VI N N LL i______________ 1 I O W W W add i 1 rrr 1 N i I I I N f O N N f h N we fNY N Q+ 1 1 Z La I 1 OJS. 4 I 1 O 4 w= 1 i d 6 (DUI WOU mL-------------- K m (] W --- wuj Q MM N NW a Y T Jl� o o W n e MIL « v o L_______________J Q = H + o C t ) Y o 3 10.2+U V H C H l CV i H O Y o H O O H IHI O 4 -Y g u" H H T -i C c n V V._ Y 30+ O + 41"76 ! _MO w u ° O .\. C ,o w u Q 8 o Hr\-o O +L• 4 8 7 P C Ir �Y1 4C U�•C I +O U V \ E, O 3 i \ `YO Y I PpG `O Y4H kC1 ] T I O Y L P /M ]3] 0.• O YO O Np TH X=n mmm1�0 V uC 4 p O u P L- Ems- L CL c Y O V O Y + U C VC = O On )° 0Y+4 C L 4 ° ♦ ° TTT C Y V CCC « U L O 4 V O 4 4 V O O 4 P C « U C Y V 4+ 4 L 4 V r L t 1p\ N• G>+ NH- N •- Y O O O 4 O C'•1 •L`_+ L )•- C CO E V 4E•+U C•NO^O C=- C + V L C C U Y O O O L %•-6 CCC X J O 7 O C Nm O�UrcU ow. O - L o O Y l V Y O 4 O l L - - = C~ l L L ° Y W U J N 2 m r r r N S r r U S S 0+ < VI �' r r r r m r r r r m r r m N N Y O O O O O O (as O O O O O O O 9 9 O O©O N t �n cn rn yea iE G� N,a w H Q Z Z a p Z w -� o g a N gy < a d ZO o a W Q W LL Q Q W 7D tf F`' W V Z Q f-p 0 U C7 a Z 0>-Q U J vi o � z ,n �leyiw nW =�� ¢ C/ rFw ri �NSWti wo O W ZOIn_ mG� NO�NO� '� ,3w ab w)S l 2 xU O� � < ) Oii NI) •I2 2¢ a°z o Y°�W iw o<F cd W_ � �:°-�w<°ai :°°<i Niz me •o< ]� N S W<• ° a<` I m.IT w = Z Z Z o\ 6- owsW •¢_ uJ i r°a�z`i¢< .-6wn c°a w���aw < �°uzmFF I W IN~ O�JI��\y\�f VI�ONi i)S<2 O�iN�UOU 040�°O C\-WM1I WAZ waS N i Z " es ©O©00000 © ® © Q®®¢ mi Q J W in ° W 2 c� 1 - 3 O Z W O - r z � Q Z y Q Z > > Q O+ W O Ld (L 11 II W F- b/H b/H <to o .I D UJ W m II N W X � x x a O o J a O � Y m �� a m z z � o � � �w a � � O W o a o Q w 2 o 10 J Q N L, � w w '- o a w P � J Z J. w 3 M = Z .W.. y H ~ J H a N \\ ' W Q V) z J Z tr Q W W J ® x a z a CL tA Mal ��g r, rrr o 7 w 0 CL a z a = r �m j �� IL g o N S � s y < o Z Z� G $ W O w N G nV O o QO_ Q W LL< Q Lt7 a ,Q Y: Z °'a 0 Z 0 < J QRF Q=to Q o~H > o d. Q U to g v i w z z MOIL CL < < d V v~i O� `gyp ®z z o r o _ a o rr < w www ooin W Z r Z d m N N V1 N N M N N •N"�� Y P z = N < w W W w w W L In } 2 < r. W W W W W W w r 3 S g Vl o w o o D N N N N N N .� O W w w w w w o o M W d a s w wwww w x u i Z 0 ¢ W W W W W W W r M < 0 ~ � O U �� W - p } < z w o oo- < r O �-^ O m MNN \L Z Y= t W N r r z L z � m J m Z z a < o < Q z W Vl < Z - i ' O N Z d N Vl z -Ln r < W r < r o f a H m o S � .8 da iO�= o\T�oo joo 000 oN c N dS LL, a Q Y d _ c N o z z z z z z c m r J < Z o da W U r w alll nr x o v W > Z N< a a s¢ H x x m x N < d a w 2 iV-o o-o a W d O 2 Z¢ x - o^w d Z > s� z� o - crir i o aca 1}- W w oO-o a V Y o z o¢ s a N o ¢p z .n ZZ 9>r o s w wrawm- U W H O 0 0 0 0 U1 O O W W O N O Z Z m Z a z ow W�OU000.c w 0 ¢UU y W W< 0 W r Z Z 2 O N r-w m O d CL O J 0 0 0 0 7¢J W O<J< w`J O i m W r O d>> m i s am d m a HHYW amuowwc�==-sae Jx zdo¢ ��� Aw o W W w r a = d d a U Y >Y 2 < W MNtN N V1 ut U < W ` 'I < � W J � U > a o D• ��� N CQL < cmn F- Z Z � o W o +� < LA d H O — Z o' - v v o o Z ---m W ui - 1 �►i L�awl �— o ,,I 11 ll CL z =1=== o I � J - - - - v„ --- a r n a \. W W iw 0 d a I V U W N Z < W = <x < a < d r U uj uj r0 = Q < a w N ° z J U tw Q N d N Z V v 5' I ao ooY o� Yo �o me LLJ 0 z z rl pp oono CO O Yu•n J N- < O C C ,. o u w °° !ao w c o a" 3—1 d W LLI Y7 o� 2 °_ -� O yd !!�5 WLL Q Q C7 C„ C u 10.20 c o 00- 00 10 c J ono v��o�. �° Q QUtn Y U u Y 4.l Y u N F oa° IC .. w Ps•O�Or 4 w `o C° E O pp E- c N r° i Z O I- VCS H Z U D O = n _ 0 m m LY1- L !n V) Z Z � N ;I- M F— o o=vo OJ O CL LL. 0¢l t'z Q Z�, O m =o.Nm Zf- W O w m 0d pW (L c CL, O WLL Q Q LI) F-O p p V 0 O 0>- c¢ L+L Yom/ Z : o+ [ N o F_F- Q Cr ¢LC T W QUCn J V) �O� $ �C._L° D moves W �{— O o a��o 3 W a 1 � m ¢ oLccL > O p zs•-•-+ N m Z u v O r Z Z V � � J Q N I 0 4 Q V „1 „1 dw -V oCOC o 1 :)1 7 ° L V E V E O W O+O+ + 0 C.,c N P o M m o V i,m--O -mM v O 40 E n a M 4 J N- C 0 O O d L V •O 3; V �+c O 0,09 E L X a O G IL o y L O o o CO n L v w n > W c O O O 0 w D °L V N=j in t�l1 - + n Vw 0 Q _ L Z m L N r1 X V D C D „ V 7+ 0 w a aS V °o " c 41 -° V „ �� L L 0 O O N L V CL S c X u o 0 o u �- N O V C t v- °' C, _ V° L ry D n Z L O , v- w C O 0 O V ) O V O + .�� v' + L L t t d X vI N « ? O� N V = o > Cl AW �aDO �16 D O V t O co C C O 1 £ O O LL Ln E n O U - c c Q O O r N n ✓tom O a IC Zg Zg o o Co v o v i Z 3 L > V) F 0 N�� 0 r X t n 0 uj n V C V m y >O O O U D _ ; N C O_ 0 0 v+ J E C O n c J H t V \O 3 o o } _ —a L I I�— sz o Ob' S „ B _ :0)G _ ;>da W a 0 « > O'V c - V c n C a L L + yO > O u�i 3 E D 0 u L "5.1 0 E U 7 t O C E C Q d ^ L + L V c + E+ E M m o o a o ° o <c c a ••5 ° o o a u a a u 0 u - c V i11/ o y apol �6 "� w 01 £ tai HAND HOLE--� — POLE GROUND TERMINAL #B BARE COPPER GROUND WIRE JUNCTION BOX wil CONCRETE PAD 7" D I 4" 6— #7 BARS #4 HOOPS AT 12" CENTER \ 4 — /\ / \\ CONDUIT SIZE AS 4—GALV. STEEL ANCHOR BOLTS SIZE —��/\ REQUIRED \ _ i \/ REQUIRED TO FIT POLE REQUIREMENT / I / 5/8" x 8' COPPER CLAD METALIC GROUND ROD 3' SQ. OR RD. WIRE CAGE to 15" o; a� 30" 15" 3' SO. OR RD_ mill SECTION A—A SIGNAL POLE FOUNDATION tiTY o ADOPTED G crrY of ra3mN STANDARD PLANS LSr DAZE:04/04 DATE REVISION BY PPR D DWG. NAME: J029 SP PAGE:J029 IL h Z g a c o a Ym• O. O g o N d W v ` Ny m2Z� 0 $ W p LLl > �u Q Irk o`p a v O `i'p 4�US �' ��� ~Op p V _ a �I\ m L v N v a c g�� P Q�F� Q z Q 0 F¢- Q c- ` Pw°o .-' � w - na ZEL H QUtn J N w Y } : °' f M > MI W > O L . / d o Px e m 0 we _ a c N] l Jv { Eo°c m � = a0 W` r O 0 _�-u•- WP � e 71 U z D O C Y \� 1� + ly� : O C o m` ggpQp L- x W� N c cd a 6 4 ° n x� a C —� < _ 31 C o_ a•� n E a a .� 4 w O ] 0 W-t C U p� = c O ip6 -0 O U V �n > [ Q z: .. U Q pa Q Y CL On C° WZ 0. E `v UWj iN p 0. UO — p Q O 4 ] Z } N m O E IW o� 4 0 C> V o Ic L._ �O J 3 0 V 4 c[ o v XVW „b W °° Z L.eO 3 a 3y O 4 T N O v no 0 N Yv x O _E~ ; O 4 v; C O N °¢ N O N v w p- ° p cn°v Nc v oo :v L 4 E 0 0 a 4 U N�c nom+ u � o ••b � ° 4 L Y uU4 _ O . - ccc 0 uno L°o° Ls O y4jua Ot oY cv .� ..0-.01 11, J v-- / o Y E ,.0-,l ..0-.S /' N T 4 I \\ ~�� ,� vl- ` d0i �� Cj c c N 2 ` W t h d 4 0 Q Y CO 1[ r L O- N .02t U O O rF N C LLN C v C1o.. N Cc C�'O �O nNV ON Z 04 Lo 0 f 6 n 4 _PJc6 O - O Y Nt N H♦C - N 0 ¢ O -U 0 < _016 pp u u O ] O 4 Yv C- F Y G-�L o E Vl _ O O u �f TLNV 0 r Vt E01 O C W 3v 4 .,�/Sb p N_O_ 0 0 4 4 O n � - - U V c Y j L ,. I52 N < C < c C v ' C w o 4 N u I O J 0.! O - ° °c o uc - W Q L ] o °v° __._....T__.— p u vYi.;L J°c N Q 0 0 L N ..0-.1 ..0-.1 �� W c 0- Z Z o Z ¢ v'- am 0 C P 0_ U O W W J_ 2ro N« v Y4 Ow J- G ~ 0 ]U 4 cuQ Po Apr - QFv c u O w NO �L O ¢ Z-O�h „ N 7 °EO co u o✓pi O LL% ]v N .n iN uy N u N♦U C40 EO_O - �'O•_ H O T U N O O]Y C N = v Pcv u Y N 1�VI 9., 6" 1 Ul/2"1" DIA. HOLES B 1/2" 9" BOLTS CIRCLE 4" DIA. HOLE 4" GALV. STEEL PIPE GALV. STEEL PLATE 4" GALV. STEELPIPE 3'-7" 1/4" �1/2" GALV STEEL PLATE 4" BASE PLATE DETAIL ANCHOR BOLTS GALV. STEEL �-5/8"x 2'—O"x 4" 2 GRADE a a' II bl I II f CONDUIT I I L —t l- 2'-6" a II` .4 II �a° CLASS "B" CONCRETE FOUNDATION a 2'-0" S0. OR RD. PEDESTAL MOUNT TYPE 'F'-'G' ADOPTED CPPY OF REN'1'ON t + STANDARD PLANS LS DATE:04/04 I DATE REVISION BY PPR Dl DWG. NAME: J031 SP PAGE:J031 wr +wr wr go r rr KNOCK OUT WEEP HOLE BEFORE INSTALLING MAST ARM BOTTOM VIEW a. tw .o EMERGENCY PRE—EMTION DETECTOR QTY p ADOPTED V CITY OF RmmN « * STANDARD PLANS LST DAM 04/04 a"` DATE I REVISION BY PPR D DWG. NAME: J032 SP PAGE:J032 EV—B 68 69 49 88 62 4 7 31 81 82 �--�6 61 EV—C w w 11 'or1 C 0N �T 5 51 _ 0 EV-A 21 �► 22 42 41 71 I 48 89 LEGEND: 29 3 $ 28 C MOVEMENT EV-D —► VEHICLE HEADS MINOR STREET PEDESTRIAN HEADS STANDARD INTERSECTION MOVEMENTS EMERGENCY AND HEAD` NUMBERS EV VEHICLE rr o1 �— —� 05 2 02 •-�� s-0 06 BARRIER 03 3 L7 07 s 04 08 4 STANDARD EIGHT PHASE OPERATION SIGNAL HEAD LOCATION DETAIL ADOPTED mi 0111 OF RENTON t STANDARD PLANS LST DATE:06/03/04 DATE I REVISION gY pR DWG. NAME: JR-26 Sp PAGE:J033 ws "Mrr i LOOP NUMBERING SYSTEM LOOP RETURN NUMBERING SYSTEM RETURN CABLE TO HAVE SAME MARKING q AS THE FIRST LOOP CONNECTED TO IT. EXAMPLE: # CCOUNTING B (PHASE FROM i 2 (PHASE NUMBER) STOP BAR BACK AND FROM INSIDE ow LANE TO OUTSIDE RETURN CABLE #11 LANE 864 #2 06 863 LOOP 862 #1 DETECTOR 861 852 05 LOOP #2 851 DETECTOR 846 N.B. Yet 44 43 845 #3 04 43 844 S.B. LOOP 843 2 CALL DETECTOR 842 S.B. #1 41 841 #1 CALL `n 822 02 LOOP 42 41 I 821 DETECTOR 21 26 04 22 24 #1 26 #2 02 Lo fop 21 23 25 `O 05 51 52 llf 63 61 06 — #2— #1 Lo 64 62 � E — 04 EACH PAIR OF LOOP WIRES I 45 I 46 AND EACH LOOP RETURN CABLE SHALL BE TAGGED I I IN EACH JUNCTION BOX WITH A DURABLE, MOISTURE aw RESISTANT TAG APPROVED I 47 8 BY THE ENGINEER 3 wo I 49 41 Ow { DETECTOR NUMBERING SYSTEM `ZY p ADOPTED G Cff7C OF RSNTON t t 3fANDARD PI.AN3 LST DATE:04/04 .. DATE REVISION BY PPR D DWG. NAME: J034 SP PAGE:J034 i 2 1/2" ENTRANCE Q WIRE HOLE O O O 0 O GUSSET & SIDE PLATES 0 WELDED TO SHAFT +3 O FLANGE PLATES 2" N.P.S. PIPE TENON 5'-9"R TENON LOCATIONS MEASURED FROM SHAFT END CAP +5 I 2' TENON HANDHOLE 4"X 6-1/2" W/COVER & S.S. SCREWS j TAPERED GALV. STEEL POLE SHAFT HANDHOLE 4"x6 1/2" W/COVER & S.S. SCREWS •G" BASE FLANGE W/BOLT COVERS & S.S. SCREWS I QUANITY POLE MAST ARM TENON LOCATIONS MTG. LUM. MTG. HT •G' LOCATION TYPE LENGTH TYPE ORIENTATION INTERSECTION: TRAFFIC SIGNAL POLE GtiZY p� ADOPTED +�\+ GTfY OF RBNTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY PPR D DWG. NAME: J035 SP PAGE:J035 I� f rw PEDESTRIAN SIGNAL HEAD & MOUNTING MAST ARM ow - 1/4" FILLET WELD wr TOP—MOUNT PLUMBIZER POLE MOUNT TERMINAL BOX 2" PIPE COUPLING +rw TUNNEL VISOR PEDESTRIAN PUSH BUTTON BACKPLATE 10'-0" 8'-4" O5" (TYP.) 3'-6" i 5" (TYP.) r wr 45' rrr — wr 16" VARIABLE VARIABLE VARIABLE �w MAST ARM LENGTH sr TRAFFIC SIGNAL HEAD MOUNTING DETAILS ZY p ADOPTED G� crrf OF REMN (/ + 3lAl1DARD PIAli3 r st DATr.04/04 REVISION BY PPR D DWG. NAME: J036 SP PAGE:J036 2" 0 STD PIPE 2 1/8" 2° MAST ARM II 1/4' ROUND EDGES FOR WIRE �r 7/16" 0 THRU HOLE PROTECTION SIDE MOUNTED SIGNAL COUPLING DETAIL +r NOTE: ALL WELDS SHALL BE EQUAL IN STRENGTH TO THE SIGNAL TENON INSTALLATION BASE METAL AND SHALL CONFORM TO THE CURRENT ��Y ADOPTED SPECIFICATIONS OF AMERICAN WELDING SOCIETY FOR G Ccr4 OF REMON WELDED HIGHWAY AND RAILWAY BRIDGES. STANDARD PLANS LST DAT&:04/04 DATE I REVISION BY PPR D DWG. NAME: J037 SP PAGE:J037 wr �r aw 40 J.B. LL 0 CS o' ow U J.B. TRAFFIC FLOW 0 awr 0 U � \ Li 0 N Q rr rr. TRAFFIC ~ J.B. FLOW LL_ 0 J a� D_ h .. I— U N i w THREE LAYER VINYL ELEC. TAPE & PROTECTIVE COATING 1" (SCOTCHKOTE) Ref: ITE TRAFFIC DETECTOR 1/2" FIELD MANUAL, 1985 ar LEAD—IN CABLE 2/C SHLD. LOOP WIRES wwr METAL TAPE OR SHIELD COMPRESSION AND SOLDER aNr CONNECTION TWO LAYERS OF SPLICING COMPOUND TAPE & ONE LAYER OF FRICTION TAPE INDUCTION LOOP WHUNG AND LOOP SPLICING DETAIIS ADOPTED G CPPY OF RSN'1'ON _ f 3lANDARD PLANS LSP DATE:04/04 �.r DATE REVISION BY PPR D DWG. NAME: J038 SP PAGE:J038 VAR. B B 1' VAR. i t LOOP WIRES 1 1/2" + X ul 1/2" } CRAFCO TYPE RUBBERIZED ASPHALT LOOP SEALANT A-A B-B X = 1/2" OF DEPTH FOR EACH TWISTED PAIR lit NOTE: TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX TO END OF LOOP. —HREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON DETECTOR SCHEDULE, OR AS DIRECTED BY THE ENGINEER. INSTALLATION AND TESTING TO CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL GtiTY p� ADOPTED CITY OF REMN t� t STANDARD PLANS isr Dena 04/04 DATE I REVISION I BY PPR D DWG. NAME: J039 SP PAGE:JO39..__, L E O O T O N ~ lll, oo LG x°o .01 w f c w �`��7 N `ll v+iN wa>i �– ���> 42�6 � N _ i ♦ w Q � tI�Sa U O m Q C O iIM a� ° G o gm Z W e�$3iiQQ¢AgW} r 33 003 +" p i w ap@ aTa D (' �.• J LL + L -0 O W O O U W 0 W u m�+ L < t `o C �� o c m O --- --- - W a m E Q m r d } L a Q ~ N L a a 0 d °� o + E CO, M +Na L >++ N L O =O U N OL 00 am Cm vw o. o n a �, o , •_ �+ �°, do O g ova 00 0 o 0- ro � a c 3v i �v �L W .. Q IMMD 1\ d LL c 4w o O r W j O f d m w CL y W d 30 r o ± 00 ___ d W �- + a _0 I U) L O N 5 L C CL d U C O \\ \ J O C H W L O+ ® O O C mo aL 3 4w C T v I XVH O O O a�- n a � 0 0 „Z Q Q6 N tl�W d w \ ~ ° O � 44y� J cc W uj W N d` W °n d w c+ w a y U oppt� M VI v U 3 LU a Q � x o x LU % L N + Q �0 Z f a °N w F N v '3 v _ v + Q o L o Lw a O = E LU 0 D m + K W — 2 ° v m Q w a m Lc v + D•- c w ° c° m V " O u N .-. C 5 J \ z m ao Q L of � N a } WU O \ F C U L / \ N �- Q LU g o �\ E W ° m 6 0 IL d m O O 9L o a L _ J � v ° � E + U O m C N + D ' Z5 z N o a g `r Q y U,J. + N x � a G1 uW yrli 1�Mr � � >>LL+ L� °•a� a '� m v°�° a ��„ �W d '" nom. y m< c� + 'DNL o� co ° 8 z u1 W cd oN D c-Np 4-._ �E o ��,ofy Q�S� Ja O s °, Ui G N o-c + > o 10,L 00 = N O u O LLD} c}.o N N O L N OO N L �•D� E C a "OD W NU :O + DI W Q r ,,d Uj o L O O C O O N N 'OL TN +L CL TD L N O C U O- O•-U D .0 E Q 3•- LL C L Sl O O 10 N O N O C m N r NU N+ OCD UL Ulo s m OC -'O DO-N oc Nx D AsAs p0 3� LOO dO � i OTC +LO N N C•_ - N S ._O N O L D+m U aO C t E N L N W D LN O '0 N D E OO p 000 C +O N D++O+E G O N C + d p C-0 N L O G O D O N D>N } -+LO O N Q m L L+ L -O O d0 OOL UY 9 + +N L O C:—"a 0- C: N c O L O 3 N O d O o gY F >>R 5� O-f, N U.-O EU 1 L NL O•-• tL d2M O� p d p+ O +4- _ d O N N •-N >- Y "D L: 9-0 OOE• E-DO N N +3 CD C C 7'i NC3 N •� OO -. 3 N •-O+- + O7C- d ON DvO OO L C mH C s O O N S + Q O NN 7N NC EO LNO - •I/1 N+ In NL ON L•- Q +LQ OLQ CO O+ yp w tn3 Sln r E04 In+N dc7Q ..0 S Qg + z c ♦♦ 6 ;may_ ° }p N C N �E-0 O•N[ 0 0 �-N N O - �- _ [+N L~ L L 0 0 0 0 C N d NL O 7D D O C4- 00 �N•C ' NCV Cp t3+ ._ OOD Na a LN 1 x II °U z O O p H� d`� � N O W O L x� DOS '� Z Y EN na ^ _ E II 1\ Z — —_— b �_ N +N'- O D L m O \ C L O ` p mix N to O uado (dA1) rrb�l � p o _ o Ol N N U Q t 0 p XbW N + O O•_D D rr 'O t O _ [3+ N OL O D N 0 3 O U ow v O °U yD + O N U} L E O a 0 I tN 0 J c r _ aQ o � w o a W N J D L U {n I w D V P } C c c - C 0 O O m ON W D - C I Du!WON C O O N C J 3 x O Q Z p v C 0 D Q W � p `p c v N F C J 1 O Q ov U Q u O-v O F- j v C J o m O a m 0 v 2 o � c on H o- U Z 0 N ° O X � 0 o Q 1 L m E C v L) E D E N O o - z CL Fes- 7. a m cm o � � x v D, w o E � � O w c O ry• C+ 1 ° O N d U z O m O _ 0 C ——— O II N O d 0 0 • d ° ; II a Q m v c _ O x E} O+ C O D O J Ol U L N 0 a- - m O vc 1 1 N - _ p } c w U O U O 7 O' Z O n o•°- C C a 10 a W a - Ovo� v F E \ ? W D /1 LD v Z W w 'O N U p O J p LA C O °U °- o �._ 0,., - v L W E I 4 - N _ N E I v' 3 N L O O D D U C O N O - 0 C I N O L O in C� � C O C C U N D U C 7 _ X o O pm 16 r wr ° o c m !' 0 B m is 8 _ $ 3 ° x w Nv� mdd N z E m ° 8 d O N -)Z < N wz � ° :3 D c d r ° n Z E 04 3 wr�r r ° 0EEmm m m ° F �. p, 2 s •�9W O U E CL co-c mn E a �� N eZ OJ d�` ?� 5 ¢ �6 Q a m E ° 8 v po v m u Po o Q 0. b QQOf w Z a O< ow r+ N �m_ m W_ m '� Z T C N 7 C D m 0 m a CJ C > 8 ° E m c'c e�oo a �c3 m N '1►' m m E $ 8 c E O fA x 'C W 3 V f) m.0_ Z w r E h ca . ±!O m 2 O o I- v m 8 rVa° H E t+t v`to $ upj8 a =0 c D- W 2 E a o w °�� m3 q °- w CL a Z CL Im to m yc E 8a auiv 8 m m o oIj $vi C Q t '-a c t m m x V y o' mm❑ N c o'er -� t mL v E t E vtri W�'v m`o m o c o �m m m e y om $ _ x ,v_— m� �$ eE m�� a °_ _ ►W' a E F o m° ¢ m° c°i S N m N N Q Z o O O F f F Z N th e W m ti co M Dix a y tZjt W V tt ° � LL. � �NGN°O H N W LU° W tl F. N o Z z LU •_ � OO tiar �N U � = U a " W ° F IL O W J = ¢ m • J I.- 6 t t n N Lp ° O m n J V- ow W Z N W x pw m 0 O x e w <�±+z G z m m 0 m 00 w O O O Q Z N LL L�LuuW O O t m z z v F ° 5 z Z W -�, 5 z ❑ O O a LL F Ir a ° V 0 o❑ ?J OS °U 9 O 2w0 z m m W 0 w z w e❑ oz Sp !H gZ N r W a z O t F, ° O ~ N fq O ❑ ¢ cc z O O m N LL x 0 w o m H1'J ¢ m U ❑ W LL (7 tl 0.v2 O" JN JN W SSSS t �� m W Y O Z {D 0 m w �. ___________ O N 1(VW.o W m NIW B ll II ❑ � O -z 8 zo a o f W m y1 2 6 U W Z '�_ '! > O - w ti 0 U N O w F- to ppppp0p0pp '- p00000 0 - Z z� C i ¢_ W zN rC OI F a o A ❑ ZL 0 a ¢ �.Yn..wr,curnoen,u�u�+�r�oarn ;�.a NI31SNnua VN313 :A9 WV'dC wW h O D T Z ° c Q mQ ;mom � Om r ° E m o cm o d ca18' €o_ F� r o p v 4 c EE! SL fn In CL CD c E 13 O E o.f mgm= w c$ � �V Omd o c E Wv. d m gW= m❑ O y E LL d tD_-g o -�c=c �m�$ Lr m m❑ 3 vcT❑i�aOa-mT c W RQ F°' x W tN c �W oW �R= `o my �qO m i E m 3 mm $c=ve :g co E ZS Wm F W ; SLVm%x Mai$ .9 .Q M Z W c m 8 c L ► i< E °cm L�o 'oc m Z me UE WN W c ^. ° E a$m W WC jC v m $cko :N CD In c -0 c Eao a ° S ne',m o 3 m c a In m m= ° my —O — �m c Wr -O um mQS v�W �°�. m m vaa�� �E� -' m rwn 4) mkt o.Wm �f0� x3 0 �� mE °�� °c WW E c L m a E m`❑m U c m c y�❑ E .e ❑ v E c m 5 c Z•- rn W fl- m c2 m N =0 W .�� -O m m r N.� c C � .p G C T.)E .�+ m $S vE �Ea cEi �,c t W �cEma t�Wm 2° w c W W C :O C-O L m L SUE L O o Cry o 0 C(p QE aE ��� F-❑.a Qm 1- m CO U$mt F-mo. Q 4�J 2 CV ai < N mi I-� 00 Qi W J N Q N N m W = x T r r O m 0 F N m W Y N M ppa�pC is 6 is Q m m m 4�4�p40 O � V K O g -- 2 WU' L- K W N O W WJ Y H J N J Z �_ V ~ 0 ° W W W U dW W 2 2 = ❑ W W W W 2m w LL LL LL LL 0 i O ❑ m m 7 3 h N H h a Nam 6 m U O 3 x Y N U W F 2 �m W 00 2° W U z Z LL O ❑W ❑ m 2 U _ m N K m I 0 Q W O30VdS AlN3A3 SOMLS S rc ❑o • Z qW m w W Icl •• _ ___ __� II W m PQ � ❑ (aq `� a Z2 w >t w w Zw a O -- - - - -- - y < CO w N IL h ii _ , i„I ,. r.i t° _____ __ •. iii -. G D 00 0 II m °w 2 Z m 2 L) �o L) hm w •� 6 2 U a N131SNk18 vN313 :A9 Nmvua a..� wwurmu LLum"madwmr�:ee�u.i:m�e meaaosu 0 W� 0 n c 2 O m T 0 co Z J m >a w N� O = z h < 24 K S r C CVVVy' Pdd�yd ui ; 5 LU 7 °y m N o w .a a M d Z y tF.. O I U O N '6 Yn F- sy d h OR S OH p�p� w Q Z a K w ® D W m OJ 2 z J ul m J 0 9 d �s Z z O E < Ru < LL �H z J z< �L� ~ F H y fL� LW z r LU D r H N 0 U J F r N F = _ Y J Z J 6 Fw CF- ° Ii 2 H - ya z Fy a t W VAW 5 wJ w 2 W_a Z O m Z� 1m ~ �W ? as yLL��D °C � O Z Z 1 mOJS mi9> w 11=1y �L y D SaSaa nlI I LU 1 __ ______1_i 1 II _ it ____ Ili ---- --------------- F- _ ___________ _____ II I y^} @ aD^ m N=w G to IO 1w, It w m S Y a LL)D �Y A D O°� ly d C Z O Z .� r3 dS N o ¢ Q<3• ti'S t/i y(J w OVw Zy [T3 cV• N�LLOZZ W wy DW i 1 FaO w wi U ii Y F S y O W s YO �W w UL L wg i low O Fy H It- — IJl L _______ W O ar O U iO D Z:a -� - X 4 W IJ__________1 L_________J 1________—JJ L_________________________________ i uru.ola�cw�+. NI31SNnkis VN313 :A6 WAYdO �n*aiaY.v uo muw.vaAiim eaau�.mwa m mao .xmvaaeow. ��lu�euaoe�.ne,ron.awmwas.m low 0 DRAWN BY: ELENA BRUNSMIN y 0 D m i 00 mo m O 03 0� 2-B O mm mz N z mo -- Z0 m ° r -------, A444 rA ° IT! 0 J- - - I , y 5"MIN. Z -----------�-- w a u '? I 0' O o I9 m I I I I I I zz I I °m ITS I i gm I y i I y f7• J .0 x z ��� ° O T 2 0 �D c mg m O ° x z y2 O; S 0 Lyy yo AO 0 °:m q2 C C AC N0 T Z E ° xr c ro 0 Cr MG) Nz O� rn oz O mO 9� y Q O 0 O x go� V1 z 0M Oo IZ4 - m m y Z;K O <A N= mC r p o o yZ a �m oP Q 0 s 5" r-m T.4- � o p a 1/2" < 0 v o �; �'-----'------y r ° z x9 Fn x 1G I k, 40 A I ' v W P A D N zo --- -- L n M m J 00,0 IN -I 3 m-I -4 { > > g L> �c d7 gary° 8 a ns x S � 2.8' EL 2'-7 m °38 g x n a3'p CD CX 0' 0 �r x m R,, O m 4 m c T=3 m N m m Y'n a> jam A m m o m A O m A C O x g� n m� O O PL Q�'N '3p a G z° 0 m m m m m O a cF ! Z o tn� 83a 3 °m °► ma y �C in 3 m y — •JJ --- _• Z lb La I nm a Z m pUd N tm \ mC- om = p x a ?, g =m a ✓d o m 9 v �'� s cf' m O p m�+ m � O a 5 r4 C� m r m� Ao m Z� ° m Tr" w o A C c�m ��a z �i Z. y m oy aO m v N n �o I m cry `"z 9zm v' Dm mg ag C m W N pA T N> bi rm -m 7 m O Cl) 0 m � � o `°2c`Po �y'�^�� yz � mm c SA � =o + o m o '�CBR �� czi z ° n� r m Cl pQp + I C ^m m om CA _ m CL n.. E �aww�w®e.irEev.�w+ow.rro�a nelrmae�rure� DRAM BY: ELENA BRUNSTEIN m e TOc o� ow ,o w VIII m a C) C) C) ill/ a < o m ow c� �A m ma c z F o� 00 I i0y w= rtLI� m my r 0- " r m8 oxr Gtr w O� ow mm� O 0M v p K zo ov ---- ----' -lk Z v m C m � O � FlELD VERIFY II G iii I -- p u of N p mA y pm I N C) p 0 6_ m �Z j'00 � � m= M p a -, o G) p m� �� m Z. MU z A & N v_ m r a Y D S � m m 2 N 6f A m p Z p m o z p o y d m mI my �i= m m m < R low n fD p o m m m m om m z z T mr +ylr -z z ~ > m m A z z m O m C 2r� m . " Z m czi m z r qw o � Z R O m G r n c m A 7 c a c m G ti 0 IY1► 4 m L � 'N`'�'k �'3 i Q Q 81 ; �T m tllY DRAWN BY: ELENA BRUNSTEIN O 0 0 '10 4--6' z o ,0 of MI :0 z wo 0 MC mm MZ Km 2m zo z w m 09 Fn 7=1 m 0 0 T M 1 2 m 0 m L Om 0 mN m 0 z m m z C O 0 0 mm OC 0 z w 0 z z z 2 1: G) N mz G) 0 '0 Z I z a 0 O; 0 m m c G) z 0 m + z om C f7 *> 0 0, M, m F- X Z To M 0 0 Z r_ 2'-0' 74 9) p 41 Ia N 0 o z 3 Cc -.2 o m m z CO. Sl C' L) 4'. MH 0 Qmm mm -f t,2 2: z c z 9c CL 0 m CS,M= s.--- 0 O 0 0 9.0 0 ff.w cn m m co fn 3 m ti z 0 5, 0 C 0 z �5 3'm z M CL ML(D 03 m c x Z9 M x ATP M Z.W, S!0 -3 F,Z > 0 CMD 0 0 cp a to mm z om m -05 C =r 0 Z F. CD 0 a 9s. =Cl mo 0 M- u z z 0 0 5F Z C3 CL Era lw DRAWN BY: ELENA BRUNSTEIN m m° o m� aw 'o 0 N ow 3 1 ° '0 n 0 1 D o m m Q AO rii °c S c=N pm m2 H � rr =°fir or� �o 1 T ti M 9 D ° m� 7CS, O r-O2 $� 2 ° C m S; mcD ; ors zo—I m z C Ow i m 2 °0 ZZZ2 (b ___ _ f------------ 1 ow m ii p it ii ii II 11 II II OO m �T II m o FIELD OVERIFY OO m ell - n n I '---------� - OO m Y mm momm) OO 0OA C °z P p app ml O 2 V ii iP' a q5E Om G ! W mr . EZ Z° my m I �m �RG) g4 TA mZ m ;D yi - m� tlr Q$ mr ° v O > m gp m n O 2 11 mE _n m w T �ii X m C m M C O OT A m 3 A or m g p m a w n m m i 6�g 4C Y Fm p p O T y m o z m 4 m O T x 3 z -o OO C) 08 g 1 O Ow @ to ° N r m o ] F00i o � K r �o Q N ° O 5 C 9F0 !�� 100 C m r.i 'GC ' 4 oz m ` o '�FFB �� m 91x1 I4 Q Z � err W N 2 � c N O W N 0 m z Y o 8g ^o W Q ' h' d W O o a o � Z V) v a ru w O N g m Z �G=) ° ° m� W a w o �o • e � � _ Z o w o z= V Q Q J o V) W W LS • .\ z W d a u= m �� _ ��`its Q 5' D a 4 J 2 Zw r V) = m a C W V) O m Q W z m o 0 > J m o� O u� n N 4 �� F 4 IL p Q V1 J min 3 G 0 OJ V) J F- 2 w W 3 1- Q zQ J W V) J 2 V) Q W m Q L.L. L, W V)V) O 2 V) o Li O z (L V) o r U (.D Vt W W< v x x x t/) O ^U O >m W i x 3 W w z \ n z w m- o o o of O mo ZZ OY [ W ^N o r) 2 Z p Co p. O V1 Q W N n H Jod O HZ z O ZO N U as my O.. w d w ^¢ r Q 0 0 fo d oz a- z y� p p r- ¢ mw ww r oa w N o O •Q ¢> F-W )-� SQC L ma m m3 �Q Z `-2 d3 F- EL �^ U V1 Q Z V tO p � O° �L = o W W )- OLD V)^ Z Q w (.7 o a� o 0 m p N x \ r+ o d U Z r \Z F-z O S p 0 0 o v o C P N Wln rz wo ow 2 Mor- r to 5 W �Q �Q Z C]F- / z o L a a m m m z 5 W> -> WK QW ^Q W W o ] ] ] L m ] C < f� O >O . S J =Of z z �¢ zo¢m a ] Z ao na aao ins v) aoz w o � V)U df0 m f.7W U SW WO Wr z.U-� V)W^ O )' Wr Ym O>J Z O O Sa - z w m z> wma a w k I-3 J o Qo oW Ld Z U N = € O O H f W <O d U r N N¢ o� 3 V) 3 LE Q ^O Z ^WV) HU J o O o o ^z J>Q ZW UO >-WO d LL = < Lu W ZO wod W¢ Z¢ o2G o 1O O L 0 0= UV_ o^ zfr m•-+ �-+) OHO o N o;Q ZO Q- Owm WO ZZ V)OO Q s v - '> w 32 Uo > 00 ^ m a 2 =0 OZ W w Cln OU > c n O W 0o LDr cDw� as m o •U W s w^ z zma c! ao^ o s w= Lnr ^a w min r^ Wa } � o a U 2 HJZ Wln Ow WV)W V) ZW NJ o w(n Qw mow Ln �7 �o QJ ^QJ <>- WQ W o ¢ to -- JQ X2W Qr �� 2W0 O o W om WU Won om U') 3m)- o o Z In lD N _s RR v Q ON cr cr O O a U N m W O Q � V w � a o ¢ � N Q O m N � U t.) � W O y IW O Q W O �W O u ww O r r z Q o N O W \ U o ^ w > O� o W O 2 H Nm F OU Z J z Z HQ W O o Qo Ln K O z V) - Z W z Z 2 Z WO o U O - U oy O U V) H Q\ J O QZ Nm J U d W C7 W H w Q Q W z a v z d^ < o ¢ ^ o a o s r o ^ ^ \ oz0 J 3 0 U w r a o rw c) o m U o d z Z Q O Q o n K� .Z-� o M J o N� 2 O OZ s z w d w z aw om o a zo Q J w r LO W3 F- LO H`- _ NW O x Z wo w o CO J C rrr o� = N NIA U) UZ 00 N ry a o G al�� N W F w y LLI> w o Qo J J °dmy� �� d N Z to a o d= u~ o v a a a C : Q. �, �y z OW a ° o W d r z z mac, o °z co co 0 U� to m U o M o o pQ C2 Z a w x w C� o 0 U PR Q M. O F U0 S J r O' w UQ J •^ U Z C ; w w Q o z U oa W w 2 x . w QH Y NS LL, L7 Q C7� Z H O U O Y�i O m m ; ~p �7 m� 0 m N a may r z ww ¢ w a :D moo me g� NIf1 _ mz mo Nm o z o o $ N o« ag5 00 <Y Q w x 1 O Q O O C w ul o 6 F-^ 310 JW C C p C P% fl> Q H m S Z ^ (n O 0 0 O O__ m ; JQ Lbw JF- 3 3 °'- O m Z N O rc z ¢m a U� ^= Qm S w Wo 2 m� 0 H KKKy m inw -o Q C No w .4m x L:) z r2 J U- �S D n oa °= u o 0 00 32 w2 .- O W f w F n 0 F- N U 0 ow Z M Z�^ ^m _ J 0 ^O J iow J>< ^CD O N M 2 O 0 LLJO = ^OV J O CD s Ln F_CD Q M J 0 o Z O Q N Q�Q M U Z N oCCOO�aa o H = °_� 00= s N �RE 1 z 3 aw �— xz x x UN! a\ Ya m\ ♦ 1S NIVW 1S NIVW s 41W 70c) ~ U T H N LU La r— ♦ ° ✓) O O o (I. Q < Z w U o m Q < M= OV m m U Sm n= J m O Iw O M r J W W Z CL d o r r r � V) 0 ow z w s w J AIM Im J JD WON N3 ' L/) L. a p J �' = er C) z J O p z O w aae N p Z tZ o O w z y d ' m pvZ d °w 0 3°z c : �_ �, � z W t�pCV C o o d d a o x wO ' g ZW o m z = o °'° '��as 5`' W F—am w= o C o� alga V Z " a 0 o z� 4�Q W �F � L W sa 190 m M a c c0 LW > 2 W 2^ ZOW W N • (L r2 OWx V Q Z 4' V! Q Sr NVI r lnW r^O M m N o N ZW z Ln n ']G W Z ZWU 0 O_¢O W H g 0 Q CQ U z0 W r 0 Jd 3i[8�Q#E` > W f Q W V) W O J E •LL 0 U J F W L N n W W O OW OV70 Q �O w> UK d W O ln< Wz Vl d '' OLn Z K C)OO ui UQ: ¢ n o v W o QO r U OQVI LL W W0 W2 W V70 ¢W> m m M m > >om o o D a q6G o !� z N N1 v N w U�J �°•� - 4 N m U J F K O � O O O o F o .n o _ J O W v W x = x V) o N v u O O K p Y 0 Q W L/ O p O 3 z V O V .W_. J Q Q V)ui Q p m L _p N O U L m C N L z 3 S l0 �Q a0^ (n N m N N m p 0 L Z ! r W ,,,, O D D D L L O ! 0 2 U3 dLLU (LO O QOON NWrZ Z K K K m 0 m O F Q WQan Z .r Ln V� NCO QW 9 C _O u�i d co CL JZd O <� W m ° WO rJW N 3 OZ :.. 7[L K O fY m a ] ! �. W In J 2 a ar � Ozo- 0 =ca00 0 U 0 a ' WH VIOZ z U ; w rC�rO v� Q t:lC Q F aw° Nf N x W z° =o00 xre) Ooww- o z W pS NlhW,p�9 WQ p j UW p O V EM C N N W O Z K U NLL A N O ~ OQ r ZU M N Q OWU InJO 'O ° U ax r rro SWZ O J G �a� r00 M C:)U Z c N m 3a WzW O r O 3 NLLS O z U o a a o N U WZ /� 3 r U J�-. 2 a _>Q i� o : zo ° m LL IoN p Q z p+sy pp ,prF \\�\�•\\�\x\ w¢w0 d o p z O a U G e o V) W U Vr I >W 3 Q U U o a Ln z i Z w pp z a o¢d f 3 LX n O W U W a N .I Q 3 N W N G 0 O i C O E O O i N z m� ae� ti A Z O Y-W Q �G ��� zO0 W U 3 JJZ W ♦ ' �d yd OO`� H m a vw zcz,� J ¢ W c : r �t �� < W 'jWZ p o o _ O ~i� zones zQ« QLLW z aw W LL ^ 4 4:0^ H " n H Li QQa o v �W'c W aHp = '1►' O Y W O O Zr y O 3 > OQ n N iv L6e 2 Jm 00 W WTI N LL Q S OZO LLJ Ml LL a tltl V) 2^S lnZ m m m F O HInN OQ U yO U �o li ZUJ Q w m w JLLQ mW lilt ¢W �QLA JO o CL oo w Jf g 0. �- -- W =w o >< X>-M LOU o QQ Q " " CO Z m3J NJ W J zd i ' om rrl/ w w a cD N ° ui W MZM O 7 mesa mm Z ni rn �°.� 0.. g QO OOw §0 or »m 3= rc S Hamm a Q O N 2 QOQ �aW O fm W¢Q My Z } nm 2 wr 000 000 + J licW� NS. K o a-- j a ar OOO a ° 1H913H 'N[W ,91 0 0 r Y N� x ws � 1� N K w W- oz_ wz i W J O V W V lD O O z Q O O <W ry NR V � V UU a o °n N �C Y Q O O t Z O O Z CD U ao waxa a M zW \O N N WZ z U l(1 M N U J^ r + Ca tD2 �W �� O O J Z W O\ LL W 2 W Q O F- W.. Z U Q >LL U Q H� W !n >W N m QO YO U ..D- O� < w U J OOO Z Jo o° WZ Q a 0 0 W Z d p. �aa U U.., xZ Q Ox C Q w ^� WO J C3 O J HU LL LL" d LL 0o= o= O N aQ � c O O a p�, a ow N p r _.x z N 66 r �aa N W=W= F F o y Q j W E �Q ° p C1 IL o Li° C o @. �, "-� c =OOp� ° o 'er 0 z fit, d g 19 w w a �j �'as o��Sh s .W�,1 Z Z N c 3 � e� w ro Im g a -0 't O E' a W m zW p O w W 4 J 3 W Z F J O W U m 3a N S tla W 8 O a J J � 2 3 m a [ Z O O O .U.. U z O O N Q z U In Y O O U•• LLJ Q Q Z W N o ¢ a m L) �y O Q Q a a w S°p � ffll � V aW m> S O O �Q V U O Z �Q Z K fYj U U Q a Z m W z °a¢a ono o O za° U W H m O 2 J K O✓� S U W >W W H z U O G 2 In N �- N: Z O U Z ( O Z O U U W O W m W m UW Z z z U U� Z Z W n N u Q 3 N Z II "u W S u1 O u_ =G K m3 1I1 v1 y1 z Ui Q x W f Q v -, o w K °�w ¢ m Q �F�—/� m z w o> c' o V/ p .-.UQ Y u Q U 1- ti S O 3 Q Q� M Sa m0 3 z3 Z 2Z W� u) oo zi fp Qr Lo Z U W W J Q N Q N a Q W !-W 2 F N =o 3 Z Lf)U o- O Ln O x o 3 W O Qz M .Ln. NJ J N Q W U W Z J y I—n xc1 M O W �°o Z N j ~ C7 F— � m a W o x NN " 1Wn ¢W Or- a^ Z = J a 3 gW J U = � a o <w o 0 w N W IL N t1u x o tow W UJ • (L • ku NI3 0 QWW Q^ t t J O In F-fY p 0 h-V1 W Y = N O F- L/) W W W N p n O O ' E o z W�vO 0 ozz o^ N tae IL M^0 o Z^0 O In WOU U sou 111Z WM F- O d oe ow N a maw Z Oa0 f� �W LLI nm d U= d 0 o aa.z ^ U o JW C : N < p p o w¢ M wQQ wln Jo !"- = 2 @ _o u o f ¢r0 0� wc� �' " o ZW o Q Z Z^ W Qw > C)Z 2 2 ` d �' '� p w W Qow U N3•. to oo x ,� o o �` P '� W a wo Mo Ux wJ mo �` �r 5 p x w I- u-. >+ I I Q ti c°m p4� F� a CL o wW w ¢0Z wo �a m Aw CL z w^w o- o¢•- wx x °� 4R Zp a • JUZ o Q n �� LD ° Min mwa w0 ro O w Jw <a-> I- > OR ww H=U Kti Om �0 U OZ 1-Oc =^ ww0 oQ ,YO 1^. > OQ o G w ww0 wad To y xJ oz >r a n x ¢w Q y m° o� w 0 CL 0 0 rw^ a¢ n 3 « m« ns o I- S^ ZW =0 Z S^ In L ma_y g 0 J3 Q> UUZ W^U OOW v m oy O m O WW J-W �w ^^O Nf^ Q-0= O O 2Cc Z UU Q J I- w2^ TAW fW� Z O Q O O� C N y0 WW W ^Q HZ-+ w w I- JwW WCLIn 0 p 0 0 0 0 C c H » In CJ� WZ <=U QF-Q H O L O l L G y y Nm In x WO Z^ V)< =ow zW¢ lnJ In w W OQ ^ln OJ r-wN Q01 Q^U ¢ j¢m a7 W Y fiw Z -+ N M P Un lD N O sw�d ww — � cli O O w 11 CN N b 3 cr- 3 Q k = E o 0 o X� I g4 ilW H e N Ir°i I°n Z o o I WQ w O P Q v N W J J J «° QOO a vai cl� �v N �n JN W o C W� w O Q v+ N N X I 2^ w n m U Q Q 'III - - X Z °n.s W D W t/1N w Q N C%J J i �2 It1 3 D>O Q sw O O CL p U J O =ZN ✓> z °u v� 0 0 0 O z m O P O qw 2 Q O W w Q P n N 1- p� D Iw- m Z O O I vw z Z O W ¢ w In In •O,I W � 0 o v\ z 2 i ti v W r F DU O WQ Z z z F- Q Z In Z 00 Z I W w N U MU ► > Y Z N Q N O W U^ O J>U -.o UWZ U N o Q Q a i . t/I O C\j D O Cr =WV) wa O z z w z z o a Mz o . °°O U�,0°F g t w o U o wZ Wl/1Q J^Z Q i ° U J O mO UO ^WS Q W O L w 2W x2o Uw 0 U W W3W >, a =d ° S0 °° O Q U. WU L W=n UQ-a a -( - = w W o� W u V o H Q H0 HQU JN w > S W^ Z J Z U U�^ m 4' ° W >3 N O O ° a W W o WZ WZx QZ m Cfl m > o m o 00 °o o C7 Z O �. 02 0�-= 22 N n '.' �'a 0 w LD O M =3 =I O O3 W�111 a Y° °a J F a- aQw a- - S U U U Z C =K C O ¢ O~ d w > IAW N J O Q Q lw Ir r c LU zr rw .;� =F 1` N O ¢ O¢ F� O N J • ¢ U G F o V1 w0 rV) Ow w mw xw J N� ;V Z a z~ w OV) m� J y� O oy ri WZZ ¢ U J¢� ¢ T V)(r W -1 O -> x Q dd �' w i%OW 6 H caw z ¢O� Uw In „� �V� a •p zl- U, uxia� wm wr �W Y J ¢ Z Il.C.7 Z (.7 J • W m '� D V O 2 0 N ¢m InwW rz w ¢ww w Z d �� . J a ¢O o mz� r s In�m �D1 , V�m w LLJ 0 -N< V) J `� .D w OQQ' - W•�O Z N C z m¢� w m XJ 'L n o ° Z�IL wo w ¢¢U SZ r- wOU II �� �° E fW CO mW¢ UZ Jm E W> Ja --¢ o mn.W 2 O° 0 0 0 W Z 'l >O J WUf JS Z ¢dZ nin F , ¢f J )- '-' U W W¢¢ v' CL W ¢ W W U (.] J Z N 2 x m2S Z Y O Z^- W a° - U V) Uf- --•m Z ¢OW o c W zw Z --� Z¢ ¢ SWO -J m V1 OW3 �� U--' UJ Z —0 30 • = Lu--�U w N H v < •-J •- W V)W H O W • J U Z N N N 2 J¢ Y OAF U W -.r mW¢ CL N N U O p p wx m O zoo m2 ¢a> ¢ H N < o $ ZUl ¢ V)0--� --ww rLoo O m O 4 ZtnW ¢K. m ¢ L) ZO mOz m0 OZ w w LDM ¢ wzo mWln wx aim Z) o '-" a Q ° W Z¢ ¢ O-+ -rJ W¢O r m¢ Ol¢n JJ 3 W .. W W t1 a x oO f IU C,O 0 V v x x Nn. OZm ¢ 2 O 1- n 'Q Vf x Of IL-¢ W¢U ¢ U p C -„ N Xd W X¢J OW Z--• v+ n �y o Lu W¢ H wmw OV) ¢m ..V).-• j.� a 0 N It N �j O °•m Z -� N K) P U) tp '9 Um o Z 2u' v w U .c •° n �.3 Q n L �V1 N P N.-•O� K n n m V m m N O L N W = Z 0 L O O n N W �..7 �_ 0 Q Q m n l0 ¢ V) miO P N--O m N Z O o"5 0 0� �Nm ¢w app N a amn w � > > � m � =C ' U f N Q C ¢ ¢ W ¢¢ N l P =OJ= W 2 a = J 10 O K T N...... -..... H K o N s z O m Q w wm m tO1nNPP z ° w a C) Do5 l X X X 8 b zyj pdd € FE L K O h L) N W X z W w D Y O Q o 3 U ¢ L a p 00= n Q �wa V)OO w p 3 N z La n O m OU H W W m J 0) H¢ V)¢ _ < m N N N U a z Z U) m =~ W Z O H - m ZZ p W m-• O f 0 Q ' c N r.~.z ww m O V) V) m C� HOU U w O F U U H W ¢ o V) �1-rw �- O Z W V) <Z-JZ O V7 U m '--' I- of V) W a H>w d W O K O UO W O .. W v J J V Vl J W 3 ' CD- o m a ° z z < W r ¢ U m ¢w LL m N <V) w w< W --O Vl a Z ¢ m Z Ir d._..z LL �y U O N = N O O p m Z S < �!) H w O U O H <z ¢ ¢ W J ^U U W U U m N ¢ m -: m� w d O ¢ U = ¢ H ¢V) JU) W =W W N J d' �-+ W z m m m� 2ao o w o wozaz LLJ n m 1-ut U U ¢ J f O 7 V) x 3 22 o w W m m w W 03 w x a s o N r- r- O r to w" z a W w W T o ® V N L J p, 0 ow N JxtcZ n]•O OdIn o�a r x U Oo to w x Z o- sO Y y aa8�N y WC Z F Z= W 3 > COCA LLJ _Z 14 - MUM 0 o O o L w W a w as I ° nw _ o Z c] O Z ow O<Z N JJO O Z aa w o W > Oma w o :z<V) w U L') X N a CL s 2 EW Z °m zmz c Z m a n o Vl c;Q OK az U C f]ZO W Q 9 W W ° z G `�E§E�I E;£I€`► i On Ln In O_Z In Q O O ZnOZ NU In $ ' O f m f 3 =OWE Z =V) l m a y m m aXw- rw 3 U m to x 2= + m °o OW JW 0 Q O O N C y y X] JO Inx O0 (n ¢ C¢ ¢ C y y C n ow WUJW �� 00 O o 0 'o 03 om p xOQW > OQ ] ]D m 7 N CS In 1-=xd Or JJ O¢ ¢j¢m a ] ■■ W OHInN Qm ww W 3K Z ow N 7 �X Z G y il* LW E 3 N <@> I t-T z o ]u V O N W X L 0 01 W = X N ° Ly W O I _ O O Z ow W N 00_ C I C Y ° 7 O vw \m pZd C I = y O d O Y Q �= Nti� Z I OOx to m 0 o o Z Z dw O I 3 O N N O Z O C P OW M � 0Y°a I m � O Q W z 00= V) N d ow x o O 1- W a p U ° O O 0 a O J go z o LD to z w° I Q a O O z ¢ O O= = w u ;a W a * L m 0 J ow O N u 5�1 N o �uj. My N i = r too Z F E OW w e ' ��" \�' ddb yC) W /J�♦W Id 6 " a a W= D o o d d a Ln w w to aw w !r °m JZ 00 W a T. G Q J Q ° fA to w J = w tnz Jr lip W < � ZQ n Q a Q In a:n J E F-W lnW U .-.Z °3 z Z O Z w Q O `2dSR OSW F-In U F- C f W O Z--� V) Q W zmz �, OZ� 2 Z Q UW Q QX0 QInJ N O=W =ZW =uLn wU 0 UQO IL-+W N ZOJ COM U wxu zwm °am a a Q N I X W 0 O I I o 1 N I I W C Q E 3 N D u°i N M1 u 4 W _ o z W x e ° c m ¢ m 0 11 oo a o n 2 > Z Om ° O U P. 0 Q n- o n` a In m mm Z ° J Ot Z Z O < Nm Z C: Cm u Om (n a° .0 i II W o p W � = CD 0 = U 3 w U Y W I I X (r O W U O ul W W Y 11'1 W O = F" D �o v > Z J F- Q 3 U Q co Il°f ° 00 a w � < NO 2 WIYZ Q C, Uop.. W in in ` 4 Qua w QO Q ° Nw o to u1N to ul�a'"'^u i i cc2 ° w ==W CL � u°iQF l �3Q 3 Zp K >Wli LLJ I.L. ° a r >aw I.L. LL > z p U 1L n w i3 in o o ° a Z O Q UOV) o LLJ W J O m m c) a w m o ° °p in C.LJ z d FW-Z W N w w Q N W U 2 O ". w Cr O3 !lf— m V 3 J w Q F O F ZO~ O 0 a wa Z �n o a a rug $ 6 Ow ■ , 4 ! # ` � | a �� § o© Z ` P : # A§ ( * o fAw IL i ■■ obs2| 0: � / 2 2| / ow ■ � - - � / ■ � @� sz '| ) , \ Cl 0 3 /z r Lr) z | ( -J ° \ ! \ \- - - (| e to ||. u § }.0 \ \ \ J ° < z | a k® E 0 :3: li§ �o | || _ 0 1 , 1w § o LU IM p & % ° x t x , ; ( L , / / 00 , 4 / ! - -- ƒ } _ID ro z I ow LA g § x t /�� �\ f _ ƒ2 j LA uj ow ui _ � ( SS ) § \ � ■ � z CD ° 2 aw LLJ _ // / / u \ \ ui = k $ * c \ } Li = _ � f - \ \ � LD { \ Ld o w CL zs | � f1w _ N T O� m T N W¢ = r U O O P V)LLJ T. �~8 o f m �4 IL LL a 3za C e �4..�, m_ y W W o O o CD a �m� �f e` Sy W 7 C(3 a w a `� - w z P z J pQ W-+Na s + + + a PR a a e ozo 0 0 0 S.t o in o V)< S t1 ) N W ZW U 1` _ O x x = 00 Oww 7- d d IL a,0 =0= o �� Cm jW dpbp fS Ln O OO QZ tlm x Z m f un in [ n W O W O Q M N i C 8 ^ W U Zaw a N+ V m O�w 3 m¢ N m'L N �- 3F O O = +L+ 2 Q 3 Of f V L m Q L =:1 ppyy OK t L O O+ ZZO L+;F Nm- O O C2 C UN w L.0DN Nm N S In K ] L L m —C ; fill CD m N O 3 m X O O W N O J I ♦ Z O I ' O I ' x I � Q I J I ' z z Z Z I i H I i .-�V1 w CZ Z X O Z C9 W Q O m U N U o _ _ �Ln J ocr N H Z m0 O l.,Z d0 x Y'K x W t= N O3 Z i wo a mz L'i LD x Z W F- J aY U Ym o z07 os z a w W O 3 Uj J 3 "' z a x wz N m = W a Lt) 0 I x w o z ~ o _ O _ r N� _ O U N O I � J N O 3 W O � N �- U 3 d W W Q O 7 Z U d mr i Qm m J OW OJ X�y W U Q it W� W W= Q> m O W m W Q H H O W Q y U f >-J rr O w U 0 W W C m 3 3 J m z m o z m a 0-0 w r f U 0 v to w J r 0= L N O ++r 2 21! n = E H� Y o a 7W0 _ Z W W dd ytG W �dJ w y O i O O U � h nw Ovd Q o Q O s "� m Z ° ` g �JW V W z z Q�pQ - F 0 Z a z o J Q .� UQ woz < tr 3 z 3 HAW Ouj � w -ax 0w 0 tl►' V) Q N 3 z/- J O , r o WfL z z Q OEM 2D.E J 3 Z F z F -=3 a ` J Q x OQQ 00 a c� z x F lnZ WQmi V) J 2 Q f.J w Q J UW2 3 •W W 4 W OUIn F-Lei x C J x Z _j< W W Q Z E E Q JCS mJ OW ®a@a@ 2 i J �O_Z Wf2 YZi O O Z U O O U Q > W XF cr zN3 (V QK O J Q Q 3 J O W Z O WJ3 F-00 X,-.>- W x JQ �F-Q m . aL)W o F- M U z U 0•-•0: o U O-- O F-F-Z Q L'i WW O =)<C> 2�x OOw 2S g®K O S Q W ma: 3 F- F- �+ e CL z D_Q • Y 3 Q I F �~ w �F-WW =o� N 7k^yi 3 UCH f W SJ Lo O 2�-+ J 3W~m 3W3 � Q W2 D_ YZ 20 Q x >U f V1Q WN O) w LA Q •-• z m W z V) Z W WO O 30 000 L,OW C) >S W WF-W �Z z �+D_ mF- F-UWW F QW YZ Z Q F-D_ O QZCDU Q m Q UQ rQ OQ X 70 NQS W W w Q F-F-WW F-Z.J 3J0 w J F 0 70 NU •+UJ m N U OF- O O--�ZF V)-+Q D: ZO o<o N2 2 D_W Q • W F-z W Vf W W \U JO (Amin ou O Y > 3Z D_--� OWLO OZW -J OQ SF-mJ x�0 =� Y m F- z �--- o F-z o =3 err o =� xi Z-=o Za< Ln GWl W 3 tom F F- —J F-to .-•3 D_ F- 0 z Z N M v V) O O 3 J F O U Z Q O 2 w m > W F z z Q wo 7 J x U U Q W O W K Q U Q_ z F ow w O YQ 0- W Z 3Q y J O z =W W > Ir J m z O Z w m I m z Q a w w r p a � O Q w Q a z O J N W 4w + d W < Ir 3 a w w 0- o c z J J 2 O D:W 0 O U U U m O Z Q 0 W U > > 3 V N 1 J m Z W O Q m W z O > o Z .2 x z F a W W LLJ m J W W U D Q U d D: Cr Q t., O J N 3 w ~ Q Q > m F- i N W Z !P o� P I I I J o T N o Z W F e W W ? E IL LN O N O 0 �� Z > oolu LLO a: a �Jy� Q a C O c O II N N � s 3 Q ( n N N w 1 om N r N m O O i N N zOQ Js� W uj VI LUW x WKW > U Q W W � = dmZ m dW v? �ZCO >im m C7JV1 K¢O a R> we 2 ZJQ C]J I Zy ^Q Ln K a U n O d JLO= - x ° U 2 W J z z<MO Q o<O V� O O Yl W OU Umf Mrm- V O o o O O w m o O_ ti �--�J x m t0 v F-d a 2O n e I Lj Q N °a UQ n a `an LLI w e V S C 2 -]O:VIW W W O O a O °_ Q .w„WL N r OWf.007 y i c N N W 6 N �UZ W r, ° L.I..I N P J OaNE O Q P O dZ�+J O LA_ O + + + W n N K 2 �J�4 LL O 10 O [D W W W Vf K Q _ 0.0 n NM N J WOf!!1 W x m m 0 m U S� p Z T z>-to '� 3 0 u\t v\i � w'°� p o ao z C)m x yy�a _ O C} N iIl U C N N N O.-i O N ol NQ O 0L ¢,e�O , �' in in vi Cm .. i N OQWz v v1 O,m0 d m r U u a LLI LL H Q o� o z O 8� W V Y d N t1 L mQ mm 4 4 Oaf[ O O oDC LO Lm Nm [ ¢M Q 7 a w � a y, ° w i N �� wow ° Q Q o f° _ �• ° z3Q s ww w OUCF <... ° uj< �Er Z o Lo Oz fill W 00 g� V mu x u ° Y Z W 7 Q N w, ~ O~ Q H� P =LLln O H z H N O U Q �yUj NI d 0 U 3 W3 dO WZ WNQ Q zl UZ� 3 a l LL Lu W i N Q JI Z Q W W3OW z° o O zl O ��, >Vd N >W >ON I: O wo + ' J I I O U d' "d . -= QEr Q U wl Z OQ HN F--QV O O W --.-r W J �3Q a E II d �¢I C:> O HW HW LL, Z d 02 OHof p � x21 I J C9 f CL3 �1-O EL o \ O II O ¢ 3 a Q \ O o cow Igo 16 N O � } N o a a $g c N6 o f J w eIi �F'p Z % m J G O �_ LL H �� O°�6�� c FJ� y = CO m Z0V d Of m ox LL Z W W s +IYr Q v1 .0 4 D Z a < w an mu W 6 W H 3 o x w x m H OY Iru 1� tt m o ao m • J s ® O zF- mm i �z O W Vl W e J tr �� Jf u1�ma Q ow is CL I'M x N W wN a 3 J 00 Nli Ox U dOW z0 o V) In Z ..w ¢ Y Y U kQ n z xQ ¢z o J Qo as q�y m 3 Oa >a0 z _ \a Y W s Y � U dx mQ m: JO = W Ell LLJ 0 OU IW-3 U? NeU x �O p0 d x� 3N Oo v1 cn W rnV WJ w 'min. WO N ¢ I OC,) 0-i MQ N o o N N O pp Z �� O a a: W Cr O +rr 1 ZQ 2 � O Z W W Of in O T ui � O= �W 7 1 N= ¢ �a s s o zo � 3Q aw � 11vm; Qom. % Oi O O SKS d X x � Ux : N: � P • QWO: v • p D2 p Q H O � WmQ � O a= •_� al D_2U NO o0 win I OI 0 a\ °° w 1 II �"° > ° NIW O w o z oa N o Z= ~ IM OW In F- a O O za v_ w LL ,O V^ Q J O°° --' R Q H a: Y � p m o p Z a H O z o � N d w N � W z O fr1 ^ W Z cD �_ f a W w r W O -i v Z 0 a o a o err 0 �" Ip Nlo = N pp � O ^ ZaWF- F 3 yd W f•M 0 WJIL W o � 't {[ (AVZ $ Jz� WWgaWwae W = m e ►` oz za� J O C7 k W Zwr LA c ED n � oxQ o� aw o <¢W —�- in�w xin IM x 00 o o m O 0 Q N = 0 ln S W W W:J 3 J W w SOU O O dWQ 2N 2J Lij V.3 o 0=-1 00 X S S w a w LD 9�5 IL U. (� N N N O C N N X Z w ­0 C In W C7WW WWW m n0� D 3 = O d ZInN Z>•-� O N l OQN m o N x Q .. U QSJ rwU JO Z O m O+ J Nm2 UZ C7 °o<v'CN O N 0 X W W ¢ mm C n ¢ Z Z XJZ Sd~ N O O GOC O n O G U _I1 _ W WJW r�� n nnn Nm = s•- - T r Qi Qi z»rcm a I c m N LL, W �l/10 �tn3 [[ O J r s am o CL r - r z LL)w m b N = ... O Li 14 10 t m 4 4-- J I°z • '. C mII wcg aKW It �� n ¢3< o vo�i m° m m X X X X C9 0 ---0 Z -i Y I no in o .________________________11 _________________________ LAJ o m AL pw Q N N X 1° X I X X < Y 'n b O O � o o m ± � N ¢3< • who � i Z N Js+ _ 3 JcW Y N OU Q rx =)Z s '03 COQ�'Op O U YZ m ar r LLJ ^. U.... m z p r O O r U 00 T o z J a rw w O CD �n u ¢o.. i O im 4 _ o r 2 W UI I < n o i0¢ w f r z r..r N F ZO<m0�nO oo FO 0 off. J Z O 3:UQ O o H <ww Orin.no N No¢ m m 0 O U 3W3 m 6 Q O U d0 " Q m N N o No W -,_• h r a wZ WInQ J- J o F- ° P o w O z .-. U U z x Q W N d r O W O W inN mNm muiP< 1 1 2 "^ W SW 220 Q O O J a E o o Q OOQ O O w x 6 Z Z r Q W W3W J in r wU w=v) LLJ w� x way a s r >w >o LL. w i =� ° z mwo o o z X ova Sao LWi. m > > N O O O Z x d LZ J J .-. = U U O 0 o c� wZ wZx O W m o O o a a o D Z Z U d rW rW M o N v_i o o N ui c W o U Q f Ox 01-1 ^. tJi W �3 Or0 2 a [1 = H d-- dQW a w v s o F w u < O o p¢ p ? y l s o a C K W ® O w v a w d NO o U ¢ ii"Ui* OS O N W > Q? U _ 0:3 Q TYA v O Q C4 Im T C4 EE€ o zwic O ��Z � a` VwO a m = C IL W � MUM °y o = Z ty WWoP.Zg �° �a> � a $ IYr 4R�� x Z 5 W Z o In In LJ u OZ LLI <Z J O 10 0 ct: �+ U0Q pp J t i i N S2< V)M W ..�o 0 0 = a g 6 N Io m W vi n �i�i*� K Z<U o N n N o W !oy j W W J Z LX LL 0 Z x N�'m N O a w W ° u a a i PJ n o n o 0 c c Q w 6 p p N .N N N U m tl x J 02 J Z C Q Z Q w Uv = � 13 It Q m m n o U ^Oo" r° 666 '< N N man mm '� HO In ry m m_- lG M N ° - ZpL }0° O♦ Q d ZV)N V' 0p<In C mm .0 z Q z c cmm cm c p �wcD zp`m o - N N 0 0 0P5 °1q ° wm¢ a] O Z XJZ * ° W WJW N r Q X �Sw w 1nO N •I t■I I N 0 x o 0 0 i � ■ • i i a e = .r w 4 T l 1pT r i y/yOJ Q 2 =Q o q x x x • •�,- ,be ------- ------------- x Q x m x x q••�w Ow o off• • N O �a3 � oW =� i d b*• � o (wa o N aL a •-tl � �, oU LLJ< zr in 0 z 4Tr no' U �U I° Y ti > WO H ^' ¢o i U O H Q z;- m N ON H O z¢0 m O 1 p O-m O Q m0 _ �O p - < I Z 2 O - NO O O O 2 J 2 Q ~ O -+UQ O O U 3dO Q W N Q °p N N U N WZ WInQ r W G N U J^'-� J O U Z .. 3 U uzm a v o avai 6 SNP �v°iP a I°n� ° N O w 0 ^0 w <@> E < < > > N W < = Z H Q M LLJ W 3�Ltl W Cs U KL N tn > Q W �O > ° U n -2 Z O V) <0 m o 0 o o -) N Yt YD N 2 0 O W Z L DW w I h- I�I�I*I� x W U Q m O 02 OF-2 t y o w 4�1 J ^ J w w a3 =HO Ow S 0 Cw Y u < In W H N d dQL W f.1 U~W Y LL N U O p m &N 0 d a z p> Q E p �4 n w a s o v v O TW N W ~ NIa �a a �; o z v O G z y nw ? m z y o o g W zd' o C� � . W a � y z� aWo ¢ gz�� N � �� W J � 5 � a / o ^ �GY¢ o = � W ¢oo= a _ 2Z¢ Iwo w < W C ilil *li 0 gy3 J x I I�i I Q v 0 8 J N X p I I O N O N TWO o m H G E'^ vi o o a _11 a �'Q o i 3 V d x 1 Lr)� @ p z Ln m Q w ¢ U W v Q v v N L) € J m a ¢J 00 o m oN _ ~ w¢ $ lv aQ N N M �f0' x Om W 1° A N x .2 ¢LL M ON N N NQ ID p' OY Q F'— O O an O T Q q I N f o M vi �o m I 490 1 0 3 N O N J ID Ip ••_ I �F- z J I I I I ¢W m z Z I I Q V rLn _ I O N O q O W N M N K Ln Z .+ W LL G W Z J ; V X 000 <� a xa a U < o m V ] II o o $m a i om u : o v\i N 1\ft L ° kn m 3 w Z N m U Zv M N ° P U a 0 0 0 N m N E 0 C 10 W iQ- V M N In J O U o m O r m IZn aO oNo t°} U D N a 1�D 11 Q m m d W H Z W�N ° n- O U N O O 1' m C LQ U _ � 0 o L a+ C7 O Q O�CVI C U C m � ¢C m OD m q , T ov L n jn m j m C K O ¢:Dmm Q ] H(x J Zz p l D N o Z I I W 00 Z I pl ip I U f U > 'CE In U @ —� Wp H O WF- H U =O ou > Ip DI Na N z J ¢ HW QQ w �� o O ^ d N n a z p <} i q ; O H 2Wln {n In 1" OQ m vi O °In 00 x = z F 3 Z;r w Z z z O �w U¢ f0 Q m N N o o w ti to o_ r- v_i o y X li li li O U O U 3 U W Q II d In U W Z WL1¢ JZ N 1 _ 1— tl w O li li vJi 3 U~ UZ= co Q w c n i o p o r o LL ^o --w wo o Q Nw n m P N N v+P W x w =W ==O Uw Z Q W� W3W z-- d v o ¢ p N E P N Z t 2 O ¢ _ >w >--W ¢w N W d cGG ~ d = W ° d o II ;�s Q Q r >W >o`n Uw o H ¢ H U In N¢C.� J V1 LL > W W ° Z O n m w > p o 0 6 p 1 Z J Z i= U » p] m D m o O O O N 1 x W W O LJ Z La ¢Z N In U U O J N _ O y, U C7 Z d 1--W H W H W W U O M 02 OAK y o N W W =3 �i-o 03 w n^ In !- 6.— d¢L� EL IOC yi o Y� w a a O ° o Iw c i i'�*I♦ 3¢ z O pz =¢ Q a 1 I 6 In r Z Y p O p C a U w W > Q PCMS ° D d a an N ww 3 O G p F e 0 Oy 11w W W nF W SQ: 6 LL a = =m °�Q O s Q b z W N W 0 ° ° d o g Zz ° m oQFy - Jl W 0 m a > $ low i r � /1► N pY� I a 40 N n N rvo O O W -------- a pp o b II* * 2 S ry % �! y O Q Ln x 3 � Q WZ � i a Wm >U' p� Z m¢ U o n g# F'o°° �°o x x W L)In �to U gg Win f L)V) oW W W W •-Ld dO y > L, 2 Lv' O O o ¢WUW �> QO L z Uw 2w Xan d m O O UJQ.to Ld NJ II O M =atn¢ > [Lo ¢z zv n N Cm O JWOO� lnJ Z� F _ o W J O Z H W Q•-- h V .. y p ZmInWO 2z 3 i4 Q m e� Ow O¢ mo C,Z 11 Uutn m ^�Q mz O fm+ GL m Y ¢J JS OLD tn(Lm<V) UU Lnv) Lo0 or rtLW2O zY L U¢�tnd CC lnW Z Cm ! W ¢ Z¢ to C C9C Pm O o22 NW < w 0 N L O ONN Nm Q p OWWl.Dm Q W F- L Lm7 300 LL� S OJYJ U W Stn p 7Jm2¢ Zoz ow _ m OQS �-+W J WO fN Ztn to W I-Z2 So¢ z2 W + p * UV>°mz mwr LLJ ¢o zoo<LD m2 2 p OzW2^; >- U Wd ` j >Oln OJT 2m YOd ¢Jz H J N oawwz �i� w� WM=F < tno< .. LLD n } Z O v O O O® J W Aw J o z n N ~ O N •O m K m O Y 2 _ O I ow 2 ^ ^ x m � < N O <=w O^ N x . J � Ci II N OU WQ WS a = z m Z f- & x to >z W 00 U m U �W� J Z II y¢ N > Y Z LLI law O Z O L) � y4jU¢ N � 1- U SO u ¢ y = O Z J ¢ -w n F <4� x f O O 2 v' n N = m pp o 2 F- 2WN p Y O W a U F-• Z Q _ - - - * t ate¢ J z z o -- ¢ Q 00 ��� II ooI o m o t o U 3w3 2 ry ¢ O U (Lo d. to WZ WLn¢ O U ry J W W L N N N < O (Y 3 U U^ �z2 d 0 0 CH E O r v'O,v pv Wu d F- O w '-�O W �. Z 2 w 2W 220 W N j Z Z 2 < WI•-. W3t.J Ld LL m I o O O Q >� >`-'tL Li w n i 4 o H J WU Wmtn VAW Z3 W inn o ¢ Q Q >- >w >o v) o 0 o d z U U ¢ ..d �x m m o m °. °o °o o W O O ¢ H N H-<0 W Q W- ry - t] J J z 2 U L) Ua H W O WZ WZS i o o W 7 OS off= w =! =,C) to N to !- cL d¢LL a r =w w r u Y O p N W > v o ry a c ® E c 4 0 TMA 0 c MM4 1 O °q „d W VAC d r Zz o LL � gg�z � � Wa z Ch 1-10 s a�> _ IIt SW3d TH �l aES 4 14P L~ =i p x U wZ & i Lij 3 Q O Q >U LL s a I N W cr $� �U to �di x m U 5 cliU o ao It it L N O N O NW Q r Q O E N IN t°D ^i� �mm rZ-� 2W = I V)~ f- m N O O d In J a N N n m m n n x? � o U4, ✓I o N IJ O Q Q Q N U� z M J p Q- O O O 0- N N M .� d mom- J W Q m Z EL F LLJ N Z h1 O� O K z 0 0- O U1 Q n ¢ Q ~3N W!S b=CI OY V1W ~ n m �mc ¢ 4 Io N 7o ^� 3 O =3 r N O N R O U Z In Q Z x to 2 nW WFt Y 4 Q m 2 W r J W d Q3 zm z In J p aw wm z rz xs w z-- r r ..in o + + + W x Q O M o 0 o d w sm W0 W "N N d N z N M c r _° Q �- W Z I �} I J O � tW, Lov d a NL L m .N.. L " X d d CL U m f Z r b D O LD w t 0 W Z C U I I vNi o O om a d d N r� N m \ \ \ Ct (L " N N �� I �*1 01 � ZQM N o� `W—' a ° on°. 1 4 9 4 (L a O w m0 p"N W H H z N N m U z x U _ o vc' 1 N t L+ D3 J -- 0 J U O L mQ N mm Z.- d \Q \ 1 la C " + "L p0 LL O Zv L �� Ot NM N 3 U' O 00 -C U.) O S m 0 C ¢C0m C" U ? W m m m (n o 0 0 0 v c oaui s L .0 Ln"w 6m 7 l 7 L m 7 =C m m m J O mnmm Q7 N I P 9 9 W Z U L'1 I 1 I Q 4 m > Y N m J Z p = r wr = yy,, O r m U <U Z J r m Inm O m 2 r Nr W < an d w m r r Z W Z zz.. n ¢ J Z Z ; O 20 ° O N m p p 3 U U W LJ m Z J Z U J O— m ° O m 3 Ur Q f N O_ r Om LWL 2=� U v °w P a m� 3 Z Z m Q Li Z.... Q W W O O of O Q O N W x O O Q >Ww QW a v O o N E Inv N v z Q 1 .... r r.. 2�-. LLI !n J F t x r r J WrU UL)m 1 1 Q Q a r >Qw w IL- W n g = N O I i Z O O r Q r C)N J 1 II O L J Z J Z Z Ur W Z W m O O O O LO N w W O WrQr Z C3 3 =) d d C)=3 �x _ J m03 0W 3 i *I• In V) r CL M a_ .. oYQ W O O O¢7 a N 3 ® S PCM C ¢ N f d a z > ° " o a O W 0 n I� N = N �'aa 8 py F Ow w d, a LD z w O ° p d E o as m j � H H J Q �' '� tV5 ¢ Q h O LLI ooLU0 mv> >z =ate Pll�� x a ` w ow •w �a x� J to xJZ QO --x utn< O C:IUO < U d I1. WU N J W p W 2 •N O_^• ]4 w J oz 0< 0< ® O- h-= m -i v UU� k�f QW N O •J • b W W m 2 -a: z- L) aaQ- cxaa �o ua� Ow EM: Zw W Q U)V) J CCN ']gym y DIn N o w u°i n t0�1 Z W J O Q= O W W 2 E LD Ln NC W �-+O L,CO� d O J • �� O vOi u0i N b ^ O2UW ZW z SJmO>00= Cr V) JZ K OW U �N O vt c V d d a m z QQ CL' dH QO ZJ WO N W VP v v N = -000 m OUQ N 3 [C<r- HZmO u m x In oP o,� H^� z w Oxa I O ¢ q o In N wNOW LDCO mtn Ln W W OQ m to ZOOM c u vw Loma r.-W 0zLu P 00 a WCYW Ln 2JH OOCJ J->J FF �1- V) QU ]L 0-i W QO rz N ut •N c N m d N o }m+ OO m LLJ OW H V Jx Q W 0 m S z �J L�Vf Nf irV W<OP0M0 N g■ b O • • • • L mQ_m L 0 iGi wo Z .^ N M Q U A Q Q N C N N O yJ S v n Z d\\\ WF+ O O :Ys Poi Z 2 0 In Ifl °W Ow _•.. K 7�Sm Q] N 2 M\ W H O Z � O W Z W O N to N ae \ r C7 6 y4j � Km O ¢ = o s °s 4w N Ix * ° ____I I J O I I In U I I I « u I W¢ i is■■ � t 1 ¢ 11 I II ■ I � II ■ � ■■ � I I . I I + N II 11 ■ I W w I I Lti 1 ry21 > ^ I n\I I H W O J SKI I —» z o z a --_----� r 0 z Z O J W z £ W F 0 % X % 1 L/t � J Z Z W m O LD N O 4 z a n z o o Q 0 U W K N CC O 3 Y � 01 ~ d W Q O = Q 2 O P N O N Q'2 (,� Z Z Q •-� Ct f L) O O CC K C i OfCQ °< N WQ H F Q J W Q LD 0 Q Q r CO O Q F- CD'°'c W;a �� Uo Uo a ~ O J J CC M) z W O O Z O W - W N u = C7 U U g a_ O J z W -- w r w m Q J to Ln I- H V) O 4. o � 0 iYIfO Nf N N la W C o 5 W V z H a m o C sQ nF < W j�� 6 p 0 d�� d jd�Das e5� W J'�Z � W'o m 7 a im LLJ W. FH J Q Q OQ WW (.7J2 dz �J 5� ~Y w rr-a �-_� dEfi �U QO - 2 UtnQ 3d�W , 00 Q U p. WCL WU In JWp ; rZF- rCr S= zmd M gg< cC CL[LW HO U-< OQW � Y Q0w ,..Q .-m UCH V)H[L CO J m O O O In F- U1 O 'J • m L u+ O N n N W LL to [L Z U W 1-Y z t- Ind O '� E'^ Ic •o S H-[L W Www �Q --o L) -00 0 0 0 p ZJO f ZW W Q m Q VI Uf- 3 V)W n O In z '^ O Z z Lu S CL Z V)Jo O OCOE C) . ° x V'Uf v n cm ` z Z U Z LLI Z •-� J Cf]0 ¢ 4 p O N N n Q Z O p CL W ON '-•JZ K OW a a°P N N ^ v N Lc z O •Z <=) Z J W O S n O P 6 O 3 HZO N N N v N < } Y OZW 2Q m C, U VO O fl D n j N H U 1 0 0 0 [DH .-.� • r^W OZOWm rL O IC m V y OU p y W F v h N ^+W 2J1 OOU J�-+>J 7 - N O t0t a3 O SOLE V)O2 QU•-+ ]C OJ - _. L m<y L U OZW QOE LLI 0CL2Q In In N y m m-o mL z V1 002 JS•-• F =3m L Q N O v L }o or taN1� LLJ CLU) WV)Z Lo LL MCL)n oO< NC. y° Za \QM • • • • W''� O O omm D C P N zz 2 O 1(1 N i0mF N L a a y y =0 Z < N O N _ C] Q N p J O 3 N N O N O O N oyf�< ���yyygeee Z0 V< < W� X X O _ N 7 X X O Z II I I r W l VWi �o I II v v a wz Fm v e v ra _ I , I I w l l W 111 Mme= > LLJ w Z 0 Q N - O J O �(XtlW 005)J )- O r X } % ` w n xi Q U 3 O Ci I Oi N )n W ° 0- a o a R O W r I Z Z Q (r U i * O O Q LL 0 c F f Q J Q U U r CO .- O O Q O ~ V J J = M Z O W z z d w O F a s w w r w < J In In H H N R m ®s ° ° . p C4 err a C o N N Ia V) w z 0z a ocwno G a 't o Z w w a U x r^W o y g = � rr rr 3� '� dd W g g m ON o a a w¢ d n w min �w zio C f I� �� z > >d 1612 0 o arw y o o g fA _ c d UU xU rOS cr ° U.. n j d���s ��5' o OR w a W w> >x .. .in o D QF, X v.00 m rc N P O m= a ° 0 >o "> °<^ It W W'F�� 'a p `s o o r w raJ o m Vo ao �=Z a m P �r _ o x N =Z w �a� o � �n LD O m W Q r. ^U m0' rYr tan n m � J JO QW� 8 do U QQ U OLD W OSQ Q N3 o- >_ .Z.w r Lu c W N N W W C, w L.)Ln mind ZQ QQx w - 3 a rx m mm wx w m o v)w ar ww w r m a '-'x 3Y �Ln a�� N rn. xwo ° w w za a w\ W U Uz .-.f zLD ram N z z W . lnMz > W �O 2r0 orQ m OW mr 3WW �(�tn W> O W oz= O tl(� o< YW o S^w i Z K "I O^ W n U 6 Q� wr >OU w w u)w Lr)m O» mma e¢® w w ono inm wtnf mow zy r m l z ""' N I4 V In at < < �W Q all x I Y O N Q Z C) Z p a�Q wm O iml g w c,LLj= x I O clj z Q O X i W z x on M 4 V 0 0 Q Z ° c N3r z R 1 \\ u M�co 3 � a W � U d M N W ox o U O Q O N 3 Z LL ,-.� O z \ OC,w O J d Q \ O~ _ n N Q IL Q 3 3 M C�m O Ln m w U � r W w ,h z_ O o >< = x Q Z O X i Z ma cc J o W g m r 11 x Cm Q O z x A N N r o M'U-' �Q N OU J CD W GG r Z om d� O (� O uj G .s ° >-Q 3 w z a m u m r m i ^ U m p U o n z Q Z .. 8 � mm D3 O S m N C min mm r Q S � �n m° N O OX p U m o m c cmm 6. i D 3 O Q Z O Q z J N ° 002.5 mm O wo tn� W J = = n s>>ca aC ` ♦ W cza g U-) a w J Y J in r w r O Co a o 13 N OQ N No �O F W Zro s „m W d a y COLL ��' S d�lp�f R�65 v+ Z; a O Zrn a >O< OYQ y Io3 @a� I o I N X 1 I ga N I a m g pp�F I"' II I LL W WO @i < O J Q U n N CL yyn p X W O p ti va 0 W K m p O C W LL = N N n nln u0i � O> LL z�a m M n p p Z w CO x w w o a w Q 0 o a N p p 1 @, p p u w > 13 p > d v o J I L [ L W O W = O w Q w O O oz i cD Q J o z Q [ 0 J u E � Q o (L � > Q M N n Q w H m O v O p c x z a N N In M n � p � 2 , z n N n n p z n Q , c , u n n n n w a Q V) n n p n ~ U LU r_ p n w p n N �m > 5p �- o Z J O C) O O O Z � w 10(f M N I !] u LLJ a LL U x x w a ° z a X x O II Z v n F- N n N OP U r Z om o Z o a N W 0 U �� Um ; C) Q �U ON c Z d O N m L d 3 p p Y Q W x IL- L w uj N t mom 00 iw°¢ i 1 : y ¢;Q J N ~ p Q V I N y 0 Q S 1 N o 0 o°C °� II O L a nmw Hm win m=m Q] 0 N O CY o�< 3c �a o zN6 c°be o & a � G���� � JW�z R a II Ti W5 E N n y i d LL C zw jpoog oa N 0 W s QRO ;Vtz < t + r I wx ¢ E � �U z w ° i W ti II =i r0 � err o o w x 4°a asC _ N � 0 O Q z ow S Q Q ui N � a I O p Ln� Q:J I 7Ea6 a— N E a LL �Z x ap O p N O zw O e LA =a0 O p _ Q 3 wU p u O W ZQ O U, QJ N > >LL p p ¢ Q 0 }� O UJ v W LL 1q H pll p Z N 4W I I i 0 I w z CIp O O 2 U O O V Q U Q Z CL N p l O S w K .: t M N O Q LD 0 N ° U D = I w d P \ of Q Z Q X p c=J O = N W U Q W Z 0 CD aWr CD o 4 �— LL.i o X z � a s a o � � U d o Wrl (x P Q j > v 0« ZII O w� ;F Q C h O o Z Gm ~ N N Q r U _U O< 7Q W= Z O W>+ D L J J Z �" W Ot cr 0 _j wo Cm 4 N o voo a o � mJ C 2 m �¢m a O ono a � p 0 r N W W N N I3 N o O 16 Z o e W O Z W •.•�� o� yd NJGF.gHm � W 6 z ma Z�MO z w E w �� der Q" 5 g W ~ c Q o - awUw pQ x HZZ LL LL U U J (L z FR W If.O�� a a- �c wz CDJaL/) W 9 �w sN r< ?<V)¢ J Y •w rx rxQO mU QO —U ULn W OO Q �-. Z VI LL d WE V)Y JWOO k rzF rm xa zminw b8 • mxW rm c��o o¢ m U) r V) r W •J J ^ C Wr Ln r]C I, W NdOQ m C o 0 6 ULL xm zoZ rlLW2 F ON N �M tOV ep� Www U c •-W UQrV) .. E - ZJO '--•f ZV)V) W Q .. J moQ �mxln .. 00 O O O InW V1 O • Q OWW(7 ¢N I.7r0 3Wr mc�rz C:,Z Z W m 2 d Z•-•^-� O N O S 2 S p4 Ln J o 00 U C7 O J Y y=j O Q v v in 3 3 3 w W 0 0 0 x ZU Z W W Z O�--� Jmm J m x p n OV =m 0 v W mU)W JZ m OQ O N Cm V < O •Z ¢'OZ ZO W O W DO Oti p, n \ \ \ OO = V)C) 3 mor rzm a s N O v M N pC V Z wUl =,= OY N S P < E—V) UmQ mLn C:1 U1 m ro i CH Z V) ZOOQ N N N d OD mr~ ^C] >^W ozWm •�a Y IWj y000 «-•W xJr DOU J�>O 7� xox V) x QUA YOL f O u0 m N OU pN > <Q p V) Ozw <OC1 Wr> mmss Z .- V) 0 19m =Ox J2'--' rOW OQWW mab L A � C.U)- LLV)z Info LLmm N 0 N N O O m00 Of N g 55 N O Q N N O J O M Z •-• N M WF•' ¢ C CD PN Z 2 O N N O O 02.C QO l Iwo J < N O N p N N Q Z N = N U �00 V K i Q O N V Q N P_ sz O 7 W �� X O< .009 --I inS , X N x N X N a VI VI VI a we e �► r w � �X 7 z 0 Q o J o yy zi K o a r Q t Xj I j X oa� m O O z 3 U O lii a g N m O U n o o zo o d a LL ; Q 6 C I a¢¢[Q N m LL G 03 a * 00= W¢ U z r Q m U O m m V- LL < r a Q ¢ r Y J m u m ¢ r O O ¢ Iz 7 J W N O O w r N s c7 z 7 O ? U W W ¢ N N H V) n- 77 z � w ® 4 ° � F w J W� 0 C' o N G aaN� - 216,,O p Z Q ' e z m a J 0 m m arr w Ew pF ` i WMWd o o HB � w R. z g Z�W� o a LL o cv as m a z j d�`� ���h IL w > Q~ OQ WZ l.D JdN ` 9 OQ�y x Z=� y w ' K' mH m CL ZJ Q 4' F W N TQ QN PA W =O R Q 00 Q - zN L CL WE NY JWO=) • a. O LL J O >ZF- >� 2Q ZmNw . Q=w L'i f O U F-Q C] 0 N m N f-cr m JOO •-+QJ [� N H N F-W •J J &&0 W F-N H Y C] W N CL < Uw :I- zcz Hd W2 W W W Q W U Q N o 0 0 ! ZJO 2 ZNN W < J COQ N N � Y NWN O Q O W 1 W-(Z 7 C� O w�-<V)z z�w 3 cc)x =0 O Lt az -- NJO ^00 0 U OJY zU ZWW ZOO .. m W mNW •-.JZ x OQ ° M •Z QOZ ZO WO f 22 3 "T3 m w W 0 0 0 ENO 3 0,0 17ZO �+ O Z WN O2Q ON X .0 0 LOO 4 m m v SON Zm< MNN LD V) OP Y^W Oz Wm Z v n O•m aL• W 2JH OOU J�>O a q xOd' N°x <L) YOd y D of rc jig N Oz aOC� wi--> MM7 '" 'gym c"m uoW,000 W =0 3: J2•-• HOW OQWW m OV �!� dUt- wNZ Nf0 LLm y� p �mL D3 0 ~v L+ L Z .-. N M Q D mp0 O+ ° £� N O Q C N N 0 S c n C C O O O.__ L D Dmtl! mm i N"�N 6»2m Q] U Aw O: O Q p Q O O p NW Z 3 W°a y0. W O sz -fE w Q x I x J X N C I N Y N 1 �� V N 1♦t ° • w z ♦ p O N U J mw a ♦ N X y ♦ ° o J H a a Z i x Z 0 0 IIIr X x� I Q o0 ° °m a U W O m 0 LL 0 N w Q m Q c �z s U H U N G I «oQ IW C O Q U. Z; a * 0:iQ 5 U ~ � I Q i Q v i.W z m z K rvJj O O 0 W a w o a z Z N W > C7 Q 3 1- N d W o Q CD W O J 0 N�o �N N O� o P 19 0 41 J _ o € p 3 C s W Z p o Z C o d 3& C o 'o OC�. o d 00= �°dD1 p�SS 5DOQ = o Cm 3 Q ` s 4�OFF w Z Z N a 6 40 O Z� 11� LLJ C) Q ua"i 3 O cc p w w cams p S m i Lw co 3 1 r z > cn �� � wnao Z Xa 3m ' w J T = N x ' a o u a gsE w w e@ Q Q U W Q � I �'•J ¢ 00 J QNnt p Q O¢ w Q m J 3 N U w O a w U U^O W W 'O uN¢ W¢^ O F O Q zz WQU O � ° J W=W N J I wnao N a o ° U P N N IW Z a I Qo N I N • W � 83jjnB.-.� 4_1_1T wnao�I I I W w a 1 YI LLJ a ¢ li H J ICI �^z � � i • N I O I ¢^ 0 0 O W I¢I W Q W DJ u F- • X w S Z 2 X X d 3 3 m w w 3 p � I °m a °o C9 Q N op Z Om ~IN WAN m NOl D3 ° Z oar o No I O 3 i' c� W J V) w O Lo D D »mm o c� > � a zm Ld V J Z o J M = O Z O J I x O O Z O ¢ ti O Z O z Z (r w oo a o a w Z 3 N u 3 a °m I x w W X= �r a U ~ W Q X .-.m LL-� 2 m a as Z J 3 O O G X ¢ Q w V H Er LL Q a o o o x G Q r 0 E O Q M N p p o o a r a Ld ° I j W W NS � J J Ow: Q w V Z Z dLL W O > Z O d 2 N m W CU U) Q d m < W N Q m J �^W In r O = N of If1 O ` In In 1- V- 1- U Q � I w d O N _ 2 Q �°Ya OOw ,^ t a • co o G 3 a 0 N 3 vv 6 lb m 13 e z b8g .n ° F d Q r < irr { $ Um ' �' N = pox 4 L o x F ►: W. d a $ 22 O NV O N N � v Q $5 s d C)� s a �. x 0 'we wo » �m� u « R�O�F x �_ N < b< F W N,�W J ~ � WO x x x x x x x S x _ ; H N > J p W d d 6 d 6 O C r � "E� km O ~ & w F ao° �7S z y a W O N U U' J J W �pZ Z7 z ZWD j U 7 GW U U �yaj 'it Z ]Z aZ d W N N d W a z Oz H o O H6 l 1 m j W � w O w ZZ) z r Oa M b d z p z U a Q O N Ill/ 7 l W w 2 -- s w z w uj w w Z1- w ZZ z c gz °� i w Ow = F-uj C 0 LL 3 �_ O O O Z O w V= a WLL a vF W= z p W pp C w k 6 Z J Q Z K Q a z Za =Z >d =Z cwi o V z w gi v z w o O� o z �9 �3 Z�LU H Ya f.0 o.. W h-Q o., pJ ( O w W� WH ..� __ �W �a m Aw aj Ol.B Olb U.0: m W H l l l l J.wj, � z to lw 'b 'kw 'b (rjOZ Uow UOw ~ uo� l__Q� ozo o=�Q ow UwK w O WOO W¢O wRw 8 WLLw g l xw sW LL LL o� og o =z —��Tiz� zz� U 0 on zri CD, zW E!H 4 W C J vri SN9NnG lll9 :AB NMVd(3 vari h r CD m CL G E CL z v i� Co m y ° =fA N z ^ 8 t % y� yo W O U y mC O OiQ� S m O �.N U C oD m E N F r z H= 2 u i ~_A0 V G w m ¢ a o 0 m m w= d E wz O Z J W z lm s C a S o EEE$ < ` LLI-!� o O cm�+ 3 N a = 3 �m m 1� w z t=i oo f cLi E y F p FT CL WW� 7i I 1 W j C d M n m LL, O W CJ -- � Ir1, ASS C Y W <~ I W 11 W d' C1 J J y EEE O 1 J O z= N b in b F O Qn _ ow IL aF W- w < ?a C _ wx K W C 6 6 d 1 6 O oz nw w `g�F J 7d z a °� w Q d m cr y } W o � z a I m / Z= = 1 l =1 w J Qz F aw z O w W w z I n Z z N K w = IW- w c J z J W J w W ¢ w V K F~ U. 2 $ W J w = W !�K l 1 O�zu r 3�Fmu LL x Z ? iLL OZ� 3 rc �$ w as �o H Z W H mm E OZ Z o g,. W-1� RE o Npa g w f m J9 Za a o wa OqU a ZU W.Jf y LL ¢ °d N w Z o S = � ZQO C J O W Z V a 048 < W 11 F a =Q< Zrp LL�i F- z 1 Qy,SFa �az LL=m ��� =SS 1 ZN I l WI.- V N J J Z W zw Z 1 Q'm 1 WN �J< — 0.11 H Q Z w J d t I~Ld� w W� F� JgS �' o U 00 LL Lu O V w N1b W �LLw W W �LLw VLLOZ Q' Q "OW �i �zFg 1 l p 1z Ow zcw7 p � � ��� O z b = ��� Woo_ vw1roo NOy a l NO N l Ti I� �OZ oz oz 0 LL LL Oa� z z� z� aW iJ aJ O O o � N m m SN3H381118 :A8 WAY60 0 W o g wr Em Fo= 0 ^a �a� o W0 1 w § b z 5 z N m g �m$ U NZ or i ZVE" g N L O Ow � Of �1 a°a° EE PR�e l9 z 0 mv� ~ ~Z < ; w o c1Qa, 3 N o J J 0 a 0 a U. fl►' W J �gS Vl` W n W EB � �O m O j" l � < K 9- � ^ $ ° $ $ t 1 ILW yyyytyty N N N L : O� µ_,• _ _ _ _ _ �_L = 8�s5, i i W i dip iip p� i 'i dip 'i a 9L �p f ♦ egi eQi 11' PV 'i i K w O J ZW Z o O 4O $ b z N I W oW ° a mJ ZU w Z� �o =W N� V F ZZ Z ° w zz F O jW �� r�ez r fA lV O J dr im w LL•..� z < U W W 5 � Z z� Q a Ou 10 I W U a 1 W w =J a z ° >rz = V OO ! O F WZ qm y U F 2 W Iy WW O $ U� r.0 H 1 1 ra� m ;Ho j I o`u f-Y J m J J ° 1 b Z W U J W rr an x l vZ c ¢ K O O vw l 1 SN3N36 1116 :.16 WYd(2 YY m 5- ; Q Ey v Q = C !•a v d' Z z N 8 am cv 5.6 W J e c� d c �v 'dd A 1639 z '^ N O W Q a Op U a 3 r s r my < < aul3 R W � 'Wd 0 m' m!� toz o w a y N Nov O F- T.O. V QRO W s0 Z o 6 �< g �' W .N t T V Z �„ ; H O m' r �� C O C R Z ► b c E n b F=-0»U a pp 8 Oy p uj Wi� t7 t '1 N N b N N 2•IONIW_ _.—___ Y2 �Z LU SWJ SWSJ o pp oo oo Yp Sg O ~ N z U z pO,W n o OJ lu r � � w o LD 22 Ll U y N U a °w p m o O Z j Z_ t�LU I N� 12 L Z w a w d U z z Z Y N �Z J Fa 3 z 1 1 I ao 6 LL –– 0 w O N J WZ 40 z} w O H z s b LL Z i q Z LU- z W LU � 3 W v w W Z Y w UOk O W M z a wa Yaa sZ` a aO O �� W Nz z o... oz z J wo zw Z z U, W w �a Z< j Q w ui3 wiz 1'-Z o �01.9 I 3019 O � °U� 1~L I YY ul CO wo, 1 q o ui o zz =Z oVOassotio aorow a OD z �w OJ aW wz N N �z SN3N381119 :J.9 WV'dG �� ao.•w.emr wou.�w,s,..v.o wn.�e.om�wn �r`�•. 3 0 4w E om N m No�z 1!2 U z�_ (7 J Qm• Z ° ° U N A O Q I avg O LLW p � 25N 4LL m W 0 W m m Z V C J 01 a E n g z Uj Z C 6 p444 c g N 7 v Dam Q a G 3 o n ° oa z$ Cho mc�� " $ g w F 2 `F O - J c� a W NE$ N Q Q O C.8 Em 4 N Z Cr CD m m m lK N � W Qi � � qp x x x yx y x x x @ � G 91.UA C9 N C6 i S ¢i S a S' c N IL �b U Z U LL l l �� g r V - - z -- - uj O w O Co�g ° ° a j x F G w Q i6 w m H w p W ,rr µ z U� OF d �o ?� DW wo OC I ( O ZC Z> �r I WwW HJ K ' C ;I U W a LL z U< g I z 9 ��W � Z a z Z aw w o M aW w f= I 'u5 t- tl U O z N = z W W p K � z J � i° z W~ g g W w ao z I F�F z 5 O Q d p 5 W r- 01% ( N Z ; Z W OK co 1 > U.x ~ a f LU LU zo W� = W Zlu °� Z J Z W r N ew ( l = = l g = z m ZG Aw ON b'bib — 414'blb F� as w U.a -b z y W a $ I I I W -1° w J W o I I z �I Z LL UJ m o w N w z z a r I s U ? pp�uu o =WCa z o w � I ? F I I dlbb g ddbb so W mj�K , ors oW . �z =Z Z° _ a0� — SNaH3S MIS :AS NMVNQ 1� am �a Nc 6 < O5 o> z r z N S N M � <'J �� H z m m m 3U' �•Q N mdFy� T a Wa Oqd y:p �c� WOi F-f ~ E. o � ' o O i w m❑ >. H..L �y ❑ W N �° C�hw ° m .c� =W' c Q C m :f. S p W OZ Z S w d W m I� d W N E C N N. , iv so o ~O c ao�rn E Tway N Z m ma cl- 5 U X ;Q m W L n Wn m L QC� J I i'i Z F GAF FQ.rJ W Z W !11($$ W I W C7 ( j � r V W Z ZCZC i s ❑ W W CD W w z W Z ° i � W I z , I y w ❑ W W g w 2 , 0 ° ? ° 0 ` Q J a ° y d n ° i 0 J U= No Z ° _0 U ° 0 ok Fa 4 a N O 1 U ° W 2 H Uzi Z N ° = z (J ° ° ❑v Q W .l G =0 F uj Z d Z vo _ Z W z w N W^ Q ;W z W a F Z r �w 2 W d N m Z V '$� m L c Z r U d; d >* W z w w w Z did Y W 8 z 0 I w z l l O I + SN3H38,118 'A9 NMVUG Nrr O o O O O m n z c 0 0 0 E mF a ZOgLL � � IL A-.£ o tJ r� Q 5 W w f 91rt � quo � C CL a _v Z Wpi b m ~ tl►' J ZW CD go E 00 � I IT o A 9 C) m E v c IM c W LU 1 it ... to In to iq Xs W W ow L y. G O � i i I i i 1. I E c T� I • I II 1 m C _ C {1 _ W A-.9 Jco y o 'a E m E mY(> Cn v LU It io O pax x x Z m m N m W� Y O O O l LL2 W� A-.9 w N M � J O dui (Q Z O J V V m i 7 w 0 vNrns Num '),9 Nmvdo yraA.r auaz.. •nxn.o vrrunawwarvwuwnwumarms�a�rearr.ouowve.0 uon ow .0 .o 0 s o I Z T Z c $ 0 °7 Z LU IL a 45 m l �3 O vJ��D�s p�SS a Q C x o g iQQ� J a k is � �a9 EEB (318V133S) j _I O � 8l AZ 6Z W N Z 22� I 0 I 0 a z a WOZ O w¢W 'K LL IL IL IL it LL t it IL N�U m C Si g Xi M i�S z C z 7 C .0 O N IL r �i a Si u wWW oz ma C � OQai 8 3 C'� W N ID. %` E m a m NN r,-:9 'D_' N� : E s E E cc g o A•B U 10 E m E r.m W .m z a>i $. c°° ? J W N C O L Z d o co c $ i. -- - .... _ ....;.. 0 O v C' � n ui (D > N ��5 d m ui O N Y 0 00 0 .0-AZ .9•.l A-.9 J_ a D W 61 w O _ _ _ _ _ _ g� - - b m � J O m N O (319V1 33S) O Q � W i bl AZ EZ Q W F O 5 I 0 Z Joy CL O� z UJ YNMS NWW '-AS NMY80 y g�0 0 uii O o w = F N +Nr O 3 p Z c b��Ni wr 'NIW o = a N s o m N Y z N a y H N� o N a IL ° g d s _ _ _ \ L •• 'a d a s s a- & -� o 0 � oaI .w n 2 c�n w. -- 5 y w ?Fwoa 3 a ice' v z$� Z z gS � N O y7Z{ S J W Q 3 =u�r Z W U pwwa ° j�� 00 H .0 a�QUW �Of w N NOpN apwo O 2 LL a W€0 OmLL wl� w7 w° Ir iN U W O O_ N Q K O Z C y O U U LL 00 rf Wo .I 11 J ��`f�i � 3 _ W � N tw o s m 9L a ww 4 �' W o (0 O 1 W y LU iu iu G N �w � CG W w ZO O U � q O r2u C9 N W wr SNM3911113 :A0 WAYUG w m Q m m fA LL0U W . c C ~ O $3 0 W .�D c m m 0 Z t=o O ° C CO) o m m e °' �'� N'� ° 5 F Nv� v� �� � W d' d LL M Z o a L$ mm Laq J d�`�f p = o a r' i.Y ami r m PQ`s u' Z a a �Z mS aW J2 r p < B ci' �Izo N w E= m m p!_ E 0 _ S Zv c$ d 5 m a Y ECO W `m c $ U N Q Z zw 0° m C m V 7 d S• E < mm m W N n o 1 a0 ` k C1 m C $ N a a QO �. p.w < Zw cc $r '1 m Ea= 2<F c G�j N C N o d LL o m w� wz owi Q ca �$ cm —O Z � co >Z °S� m m a'n° �j;° N m g a 7 N oR SZ $� mG= Cep m rJ f3 m y J � $� ��$ � '3� ti a v � C Z $ N Lu it 0 co Z a, r P! lh N J f2 m x N W< b N (WVj ivC A".8t / bg� ; LL Z_ � - - Q .0' J 5 _ o _Y g bd N -� S A-.8L f b JG� .0-Z J b o y z� m sn y m o C�_ ° b cW-- b Q� N U) Q b 3N� �b b �Z < P,5 2m< 2 W7 XI- a m CL U) $$i. a�°n N N Vo rcz z A J < 2 Q z g4 f O< LLO o ww ? 3d �' W )Z Z N a m� W < b�I wa wo°— �i � mmb� � m Q UN O <R LL Um Z O wz ° c� b Y� 'o' 3 / UOa U Y2 �Yil� U N in O �J� c z Jw J ° A-�B l J f, ° b y tw7 J j A U) Z m< °� W p n d i W ZS a N� mom c 31-- b Z m< m 4!m / M a m a 5 W9 22 °Z W am V Zi V z Q 9 Qg N w0<a Qm "'s W 0 a ro i W° � o 3 N � Z$ < W Q= N O 1� m ~ N cwZ 1•~ Z Qd \ I »ernsNym:AeNmvaa O o� z ^� 10 Zo IY �� o -o w o t p o y W = m o 1w N4 r dy u d'Z Z X g �, oN a LL IY Z IL IL oIM w 4 O „* �'f e�oQ� W °O Q y a —a l l 0 z e > �Q} OWWU 6 zxga QU W 2 z J C Wk 9 W y y o pill z0 i a U W m W W z° � � � 9 =�- C7 wo o _ a Q o z_ UU V < 13 V-C ow to 4 W b a b W WM z z > v CY g W LL N n Q ..0'.B ui SN3N38 1118 :AB NNPdNO low o 0 y Ip C3 � N°o Z O 1 y c 0 v 3 SE>1 Nov od��y�' a Z ZZ N � a 6 o w F �. (� y3 Y ° KE 13nVLiL U ddp� @�yh ¢ p c Lu 4 m » IN d0 NOLL03HI0 J' 9 Q�OQ� w a N a < ~ FA I lit CA cc —0i W 2 U) j`dgs n m LL! } b b HO NOLL03HICI t0 C. F w b b J O f � r V) .8 .V-,Z .B ��w a oZ b a I ? SO I. H< m b m.�y O IL o di y<O b `m L-u r U) w _ 13ntl21.L =tV�O .6 .30 NOLL03810 ymFEj t) „TJL LL .S-,E .7JL LL 0 W W S ,f yO� a� QO Jty 4 ,Z U_ .�a 2Z _ _ - 2Z y<ZO yi b y �f b N Yla- b 6 W=u 1 6'(a V ~ v _ H y <J _. 7 Z tL 0 K T m G V _... W <O m .. Q �___:_ .__._ .... Q N 7 W 6 •* amp x w3� U < a SN3H38 1119 :AS WAVHO v.► ow 0 Poo J G h o p L LL C n y. O~ •PE4 .vow PA aMo pq W ;O w �,p I o a � U X11► 2 E O .�.d � 12 "Now op-4 Sk d Poo E P= LA W �CL PC 0 �A �■ O • W i o � � PC tz AM own" N low iii +rf1 r„ e xt ! { F i � e q. r r; i k 4 Y� �t k .> s .a { T" axe 30[ AKC W OV, IMA N ROADWAY A9PAO � R0' C3T7f c�PRBNfON ' a ANtIO b -3 ppes 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 arw PAG-06-001 +�w LICENSE AGREEMENT aw THIS LICEN E AGREEMENT ("License"), is made and entered into this day of r 2006, by and between The Boeing Company, a Delaware corporation ("Licensor"), and City of Renton, a municipal corporation of the State of ,o Washington ("Licensee"). For and in consideration of the mutual benefits to be derived and other valuable aw consideration the sufficiency of which is hereby acknowledged, the parties hereby agree as follows. aw 1. THE LICENSE Licensor does hereby grant to Licensee a non-exclusive license to use, subject to the aw terms and conditions of this License the real property known as Parking Lot 10 as depicted in Exhibit A (the"Licensed Property"), such property to be used by Licensee solely for the purposes described in Section 2 of this License. Licensee hereby accepts this License and agrees that Licensee's use of the Licensed Property shall conform to the terms and conditions of this License. The license granted by this License is personal to Licensee and may not be assigned or sublicensed by Licensee in any way. Licensee shall not grant permission to any other person to use the Licensed Property, PROVIDED that Licensee may grant permission to "' any contractor hired by Licensee and/or any subcontractor of any such contractor(in either case, a"Contractor") to use the Licensed Property subject and pursuant to the terms of this License. a 2. USE Licensee shall use the Licensed Property solely as a staging area for construction materiel, subject to the following limitations: ow (a) Licensee shall use the Licensed Property in common with Licensor and all other licensees and tenants of Licensor; (b) Licensee shall exercise all reasonable efforts to assure any activities on the Licensed Property pursuant to this License shall not result aw in any damage or injury to the Licensed Property. Licensee shall be responsible for any damage arising from the activity of Licensee on the Licensed Property in the exercise of the rights of Licensee hereunder, and wr shall repair such damage or, in lieu thereof if mutually agreed by Licensor and Licensee, make a cash settlement therefor. w (c) Licensee shall not make any improvements or alterations to the Licensed Property. Licensee shall hold Licensor and the Licensed is License Agreement—City of Renton 7/1/06 to 9/30/07 Page 1 of 13 aw >i Property harmless from and against any liens of contractors, subcontractors, or other persons supplying goods, services, equipment, materials, or labor to or on behalf of Licensee at the Licensed Property. At the request of Licensor, Licensee shall discharge any such liens. (d) In its use of the Licensed Property, the Licensee shall not violate any applicable law, ordinance, deed, restriction or regulation affecting the Licensed Property or any part thereof. Licensee is solely responsible for obtaining all necessary permits, licenses, and approvals required from any governmental authority or agency and shall conduct its business at the Licensed Property strictly in conformance with all requirements of any applicable permits, licenses, and approvals; (e) Licensee will erect, at its own cost, signs, fences or barricades on the Licensed Property. On or before 11:59 p.m., September 30, 2007, or upon the earlier termination of this License, Licensee will quit the Licensed Property,having first removed all signs, fences, barricades and debris from the Licensed Property and having restored the Licensed Property as nearly as possible to the same condition it was in at the commencement of Licensee's use thereof,normal wear and tear excepted. Licensee understands that any damage to the Licensed Property asphalt caused by Licensee shall be promptly repaired by Licensee at Licensee's sole cost and expense at anytime necessary during the term of this License Agreement. > 3. TERM This License shall commence on 12:01 a.m. on July 1, 2006 (the "Commencement Date") and shall continue (unless sooner terminated pursuant to this License) until 11:59 p.m. on September 30, 2007,PROVIDED that either Licensor or Licensee may terminate this iii► License effective on any date prior to September 30,2007 by giving to the other party not less than ten days notice of such termination. The date on which this License shall terminate is referred to here as the "Termination Date" and the period of time commencing on the Commencement Date and ending on the Termination Date is referred to here as the "Term". 4. LICENSE FEE The License is granted without charge. 5. SERVICES AND UTILITIES Licensor shall have no responsibility to provide any services or utilities to the Licensed Property. Licensee is responsible, at its sole risk and expense, to supply all services in connection with Licensee's use of the Licensed Property. Licensee shall pay when due License Agreement—City of Renton 7/1/06 to 9/30/07 Page 2 of 13 ,w all charges for utilities and other services provided to or on behalf of Licensee at the Licensed Property. ,rw ..w 6. CONDITION; "AS IS"; DISCLAIMER 10 6.1 Warranty. Licensor warrants that it is the owner of the Licensed Property and that Licensor has the power and right to grant the License hereunder to Licensee. 40 6.2 DISCLAIMER AND RELEASE. EXCEPT FOR THE WARRANTY IN PARAGRAPH 6.1, THE LICENSED PROPERTY, AND ALL OTHER GOODS OR SERVICES PROVIDED OR TO BE PROVIDED IN CONNECTION WITH THIS CONTRACT ARE BEING PROVIDED TO THE LICENSEE"AS IS, WHERE IS"WITH ALL FAULTS AND WITHOUT WARRANTY OF ANY KIND. THE WARRANTIES,OBLIGATIONS AND LIABILITIES OF LICENSOR AND THE REMEDIES OF THE LICENSEE SET FORTH IN THIS CONTRACT ARE EXCLUSIVE AND IN SUBSTITUTION FOR, AND EACH PARTY HEREBY WAIVES,RELEASES AND RENOUNCES ALL OTHER 1W WARRANTIES, OBLIGATIONS AND LIABILITIES OF LICENSOR AND ALL OTHER RIGHTS, CLAIMS AND REMEDIES OF THE LICENSEE AGAINST LICENSOR, EXPRESS OR IMPLIED, ARISING BY LAW OR OTHERWISE,WITH RESPECT TO ANY NONCONFORMANCE OR DEFECT IN THE LICENSED PROPERTY, ANY SERVICES, OR ANY OTHER ITEM PROVIDED UNDER THIS CONTRACT, INCLUDING BUT NOT LIMJTED TO: 6.1.1 ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS; 6.1.2 ANY IMPLIED WARRANTY ARISING FROM COURSE OF PERFORMANCE, COURSE OF DEALING OR USAGE OF TRADE; .r 6.1.3 ANY OBLIGATION, LIABILITY, RIGHT, CLAIM OR REMEDY IN TORT,WHETHER OR NOT ARISING FROM THE NEGLIGENCE OF ANY PARTY (WHETHER ACTIVE, PASSIVE OR IlvIPUTED); AND 6.1.4 ANY OBLIGATION, LIABILITY, RIGHT, CLAIM OR REMEDY FOR LOSS OF OR DAMAGE TO ANY PROPERTY. ,W EXCLUSION OF CONSEQUENTIAL AND OTHER DAMAGES. NEITHER PARTY SHALL HAVE ANY OBLIGATION OR LIABILITY TO ANY OTHER PARTY, License Agreement—City of Renton 7/1/06 to 9/30/07 Page 3 of 13 WHETHER ARISING IN CONTRACT (INCLUDING WARRANTY), TORT (INCLUDING ACTIVE, PASSIVE OR IMPUTED NEGLIGENCE) OR OTHERWISE, FOR LOSS OF USE, REVENUE OR PROFIT OR FOR ANY OTHER INCIDENTAL OR CONSEQUENTIAL DAMAGES. 7. MAINTENANCE Licensee, at Licensee's sole cost and expense, shall be responsible throughout the Term for preventing damage to the Licensed Property as a result of the use of the Licensed Property by Licensee. 8. LICENSOR'S ACCESS Licensor shall have the continuing right of access to the Licensed Property PROVIDED that Licensor shall not interfere with Licensee's use of the property, so long as Licensee is not in default hereunder. wr 9. CONDITION AT SURRENDER At the termination of the Term of this License, Licensee shall surrender the Licensed Property to Licensor in the same condition as at the Commencement Date, including replacing all underground utilities,excepting normal wear and tear, casualty, condemnation,and alterations permitted by Licensor, and damage caused by other tenants or licensees of Licensor. 10. INDEMNIFICATION AND INSURANCE A. Indemnity. wig Licensee and every Contractor of Licensee that enters the Licensed Property will indemnify,defend, and hold harmless,Licensor,its subsidiaries, and their respective directors, officers,employees, agents, attorneys, and assigns (hereinafter"Indemnitees")from and against all actions, causes of action, liabilities, claims, suits,penalties,fines,judgments, liens, awards and damages of any kind whatsoever(hereinafter"Claims"), for injury to or death of any person (including without limitation claims brought by employees or invitees of Licensee or employees or invitees of any Contractor) or damage to or loss of any property or clean up of any discharge or release by Licensee or any Contractor, and expenses, costs of litigation, and reasonable attorneys' fees related thereto, or incident to establishing the right to indemnification, to the extent such Claims arise out of or are in any way related to this License or the presence on the Licensed Property by Licensee, any Contractor or their respective employees or invitees. Licensee expressly waives any immunity under industrial insurance whether arising from Title 51 of the Revised Code of Washington or any other at License Agreement—City of Renton 7/1/06 to 9/30/07 Page 4 of 13 10 ;wr statute or source, to the extent of the indemnity set forth in this paragraph. In the event that Licensee is successful in proving that the foregoing indemnity is limited by RCW 4.24.115, Licensee shall defend, indemnify and hold harmless so the Indemnitees to the full extent allowed by RCW 4.24.115. In no event shall Licensee's obligations hereunder be limited to the extent of any insurance available to or provided by Licensee. Licensee shall require each Contractor who go desires access to the Licensed Property to provide an indemnity, enforceable by and for the benefit of the Indemnitees, to the same extent required of the Licensee. tw B. Licensee shall ensure that any Contractor that enters the Licensed Property carries and maintains during the Term of this License, Commercial General Liability Insurance with available limits of not less than One Million Dollars o ($1,000,000) per occurrence for bodily injury, including death, and property damage combined, One Million Dollars ($1,000,000) general aggregate. Such insurance shall be in a form and with insurers acceptable to Licensor and shall +.w contain coverage for all premises and operations, broad form property damage and contractual liability(including without limitation,that specifically assumed herein). Any policy which provides the insurance required under this paragraph +�► shall: (a) be endorsed to name The Boeing Company and its subsidiaries and their respective directors, officers, employees, agents, attorneys and assigns" as additional insureds (hereinafter"Additional Insured") with respect to any liability arising out of Licensee's or Contractor's presence on the Licensed Property, (b) be endorsed to be primary t6any insurance maintained by The Boeing Company and Boeing Commercial Airplane Group, (c) contain a severability of interest V' provision in favor of the Additional Insured and(d)contain a waiver of any rights of subrogation against the Additional Insured. A certificate evidencing such insurance coverage shall be delivered to Licensor not less than fifteen (15) days No prior to the commencement of the Term. Such certificate of insurance will provide for fifteen (15) days advance notice in the event of cancellation. aw If licensed vehicles will be used in connection with this License, Licensee shall ensure that any Contractor who uses licensed vehicles in connection with this License carries and maintains, Automobile Liability insurance covering all 4W vehicles, whether owned, hired,rented, borrowed or otherwise, with limits of liability of not less than One Million Dollars ($1,000,000)per occurrence combined single limit for bodily injury and property damage. Licensee shall ensure that any Contractor covers or maintains, insurance in accordance with the applicable laws relating to workers' compensation, with respect to all of their respective employees working on or about the Licensed Property, regardless of whether such coverage of insurance is mandatory or 1. merely elective under the law. 11. Licensee hereby waives any governmental immunity it may otherwise have with respect to any claims, liabilities, or obligations pursuant to or arising out of this License. +trr License Agreement—City of Renton 7/1/06 to 9/30/07 Page 5 of 13 +r 4 12. ENVIRONMENTAL MATTERS , A. Compliance with Laws and Requirements. Except as otherwise agreed by Licensor in writing, Licensee shall be solely responsible at its expense for obtaining any permits, licenses or approvals, and for preparing, maintaining and submitting any records or reports, as required under applicable Environmental Laws and Requirements for its operations hereunder. Licensee shall comply with any and all Environmental Laws and Requirements and shall not cause,permit or allow the presence of and shall not generate, release, store, or deposit any Hazardous Substances on or about the Licensed Property in violation of any Environmental Laws and Requirements, or in a manner which may give rise to liability for environmental cleanup, damage to r� property, or personal injury to Licensor,or any other person. Licensee shall not release any Hazardous Substances into the soil,water(including groundwater) or air of the Licensed Property or onto any other adjoining property in violation of 40 Environmental Laws and Requirements, or in a manner which may give rise to liability for environmental cleanup, damage to property, or personal injury to Licensor or any other person. In the event of a spill or other release of Hazardous Substances caused by Licensee, its agents, employees, contractors or invitees at or from the Licensed Property,Licensee shall undertake.immediate response as required by law, including but not limited to reporting to appropriate agencies, and shall notify Licensor of same as soon as possible. B. Definitions. As used herein, the term "Hazardous Substances" means any hazardous,toxic, chemical, or dangerous substance,pollutant,contaminant, waste or material, including petroleum, which is regulated under any and all federal, state, or local statute, ordinance, rule,regulation,or common law relating to chemical management,environmental protection,contamination, or cleanup including, without limitation, the Comprehensive Environmental Response,Compensation, and Liability Act of 1980 as amended(42 U.S.C. § 9601 et seq.),the Resource Conservation and Recovery Act as amended(42 U.S.C. § 6901 et seq.) or any other federal, state, county, or city law,or any other ordinance or regulation existing or which may exist. rr As used herein the term "Environmental Laws and Requirements" means any and all federal,state, local laws, statutes (including without limitation the statutes referred to in the first paragraph of this Paragraph 12 (B) above), ordinances, rules,regulations and/or common law relating to environmental protection, contamination, the release, generation, production, transport, treatment, processing, use, disposal, or storage of Hazardous Substances, and the regulations promulgated by regulatory agencies pursuant to these laws, and any applicable federal, state, and/or local regulatory agency-initiated orders, requirements, obligations, directives, notices, approvals, licenses, or permits, including but not License Agreement—City of Renton 7/1/06 to 9/30/07 Page 6 of 13 ,r limited to those for the reporting, investigation, cleaning, or remediation of Hazardous Substances on the Licensed Property. C. Remediation. Should Licensee fail to perform any of its obligations pursuant to this License or ..r to any and all Environmental Laws and Requirements, Licensee shall at its own expense promptly remedy such noncompliance. Licensee shall at its own expense remove or remediate any unsafe condition that Licensee has caused to occur and +r• clean up or remediate any Hazardous Substance which Licensee has caused to be released at or from the Licensed Property. Should Licensee fail so to do, Licensor shall have the right, but not the duty, to enter the Licensed Property personally or through its agents, consultants, or contractors to perform the same. Further, Licensee shall hold Licensor harmless from any losses, including claims of third parties,resulting from any noncompliance with Environmental Laws and aw Requirements,or from any unsafe condition or release of Hazardous Substances caused by Licensee. "" D. Documentation and Right to Ins ct. Licensee shall provide copies to Licensor of any reports regarding its operations VW at the Licensed Property which are submitted to governmental agencies pursuant to any Environmental Laws and Requirements. Licensee shall also make available to Licensor upon request all permits and approvals, and all records maintained by Licensee pursuant to any Environmental Laws and Requirements. During the Term of this License, Licensor and/or its agents or employees shall have the right to periodically inspect the Licensed Property at reasonable times to .. confirm that Licensee is in compliance with the terms of this License, including compliance with any and all Environmental Laws and Requirements. Further, if Licensor at any time should have any cause to believe that any Hazardous Substances are or at any time during the term of this License have been released at or from the Licensed Property without strict compliance with all Environmental Laws and Requirements or in a manner which may give rise to liability for environmental cleanup,damage to property, or personal injury to Licensor or any other person, Licensor shall have the right at its discretion, but not the duty,to enter, at any reasonable time, and conduct an inspection of the Licensed Property including invasive tests to determine whether, and the extent to which, Hazardous Substances have been released. Licensee hereby grants to Licensor, and its ,,W employees, agents, employees, consultants, and contractors the right to enter the Licensed Property upon reasonable notice to Licensee and to perform such tests on the Licensed Property as are reasonably necessary in the opinion of Licensor to conduct such investigations. Licensor may retain any independent qualified professional consultant to enter the Licensed Property to conduct such inspections. Such consultant's reasonable fee shall be payable by Licensee if such consultant determines that Licensee's activities constitute a material violation of Environmental Laws and Requirements or have resulted in the release License Agreement—City of Renton 7/1/06 to 9/30/07 Page 7 of 13 r.. of Hazardous Substances into the environment which may give rise to liability for environmental cleanup, damage to property, or personal injury to Licensor or any other person; otherwise such fee shall be payable by Licensor. r�lir E. Indemnification. Licensee and every Contractor shall indemnify, hold harmless, and defend Licensor, and its directors, officers, employees, agents, assigns, and attorneys from any and all claims, losses, damages, response costs, and expenses arising out of or in any way relating to the violation of any Environmental Laws and Requirements, or to the generation, release, storage, deposit or disposal of Hazardous Substances, to the extent caused by Licensee,its agents, employees, contractors and invitees at any time during the term of this License, including but not limited to: (1)claims of third parties,including governmental agencies, for damages (including personal injury and/or property damage), response costs, fines,penalties, injunctive or other relief; (2)the cost,expense, or loss to Licensor of any injunctive relief, including preliminary or temporary injunctive relief, applicable to the Licensor or the Licensed Property; and(3)the expense of reporting the existence of Hazardous Substances to any agency of any state ww government or the United States as required by applicable laws or regulations, before and after any trial or appeal therefrom whether or not taxable as costs; all of which shall be paid by Licensee when accrued. 13. DEFAULT OF LICENSEE The following shall constitute events of default by Licensee: (a) Licensee failure to pay the License Fee when due. (b) Licensee's failure to maintain in force or pay the premium for any policy of insurance required to be obtained or maintained by Licensee pursuant to this License; or (c) Any default by Licensee of its obligations under Section 12 (Environmental Matters); or (d) Licensee's failure to observe and perform any other provision, term or condition in this License within thirty (30) days after Licensor delivers written notice of the failure to Licensee,or if the cure cannot reasonably be concluded within thirty (30) days,then if Licensee fails to commence to cure the failure within such thirty (30) day period and thereafter proceed diligently to complete the cure. License Agreement—City of Renton 7/1/06 to 9/30/07 Page 8 of 13 14. REMEDIES OF LICENSOR A. Termination and Removal by Licensor. In the event of a Licensee default, Licensor may in addition to all other legal or �.. equitable remedies, (a) terminate this License and Licensee's right to possession of the Licensed Property by delivering written notice of termination to Licensee, and that action shall concurrently terminate the rights of Licensee under this .• License, or(b) with or without terminating this License, re-enter the Licensed Property by summary proceedings,proceedings in unlawful detainer, eviction, or otherwise, and may dispossess Licensee. rr B. Payment of Costs. fm Licensee agrees to be liable for and to pay Licensor all costs incurred by Licensor in connection with the enforcement of Licensor's rights hereunder,including the reasonable fees and disbursements of Licensor's attorneys. Such liability shall survive the termination of this License, the re-entry into the Licensed Property by Licensor, and the commencement of the action to secure possession of the Licensed Property. All amounts not paid to Licensor when due shall bear interest at the annual rate of twelve percent(12%) or,if less, the maximum rate permitted by law. 15. ENFORCEMENT r A. Nonwaiver. No failure by either party to insist upon the strict performance of any agreement, term,covenant or condition hereof or to exercise any right or remedy consequent upon a breach thereof, and no acceptance of full or partial rent by Licensor during the continuance of any such breach, shall constitute a waiver of any such breach +wr or of such agreement, term, covenant, or condition. No agreement,term, covenant, or condition hereof to be performed or complied with by either party, and no breach thereof, shall be waived, altered or modified except by a written instrument executed by the parties. No waiver of any breach shall affect or alter this License,but each and every agreement, term, covenant and condition hereof shall continue in full force and effect with respect to any other then existing or ,w subsequent breach thereof. B. Remedies Cumulative. Each right and remedy provided for in this License shall be cumulative and shall be in addition to every other right or remedy provided for in this License or now or hereafter existing at law or in equity or by statute or otherwise, and the exercise or beginning of the exercise by either party of any one or more of the rights or +rr License Agreement—City of Renton 7/1/06 to 9/30/07 Page 9 of 13 wr remedies provided for in this License or now or hereafter existing at law or in equity or by statute or otherwise shall not preclude the simultaneous or later exercise by such party of any or all other rights or remedies provided for in this License or now or hereafter existing at law or in equity or by statute or otherwise. 16. MISCELLANEOUS A. Successors and Assigns. Subject to the provisions of this Paragraph 16, all of the provisions of this License shall bind and inure to the benefit of the parties and their respective heirs, legal representatives, successors and assigns, but Licensee shall not assign this License nor grant any right of possession of the Licensed Property in whole or in part without the prior written consent of Licensor, which Licensor may withhold in its sole discretion. B. Notices. Where provision is made herein for notice of any kind, it shall be deemed ar sufficient, if such notice is addressed as shown below: Licensor: Jan V. Fedor The Boeing Company P.O. Box 3707, M/C 9U-LW Seattle,WA 98124-2207 Phone: 425-237-2623 Licensee: Robert Lochmiller, P.E. Project Manager City of Renton 1955 South Grady Way Renton,WA 98055 Phone:425-430-7303 All such notices shall be given either by hand or by recognized overnight delivery service, with all fees for next business day delivery prepaid. Notices shall be deemed given when delivered if given by hand or 24 hours after delivery to an overnight delivery service with next business day delivery charges prepaid. C. Severability. If a court of competent jurisdiction shall determine, to any extent, that any provision, term or condition of this License shall be invalid or unenforceable, that License Agreement—City of Renton 7/1/06 to 9/30/07 Page 10 of 13 +ern t, determination shall not affect the remainder of this License, and each provision, term or condition in the remainder of this License shall be valid and enforceable to the extent permitted by law. D. Licensee's Interest. Holdover. Licensee has no right in the Licensed Property other than the license to use the Licensed Property as set out in this License. Licensee has no right to hold over after the end of the Term and agrees that Licensor may use all legal means to remove Licensee and its property and all Licensee Vehicles from the Licensed Property at and following the end of the Term, and that Licensee shall reimburse Licensor for all of Licensor's reasonable out-of-pocket expenses in so doing. E. Attorneys' Fees and Disbursements. •► If either party brings an action to enforce the provisions,terms,conditions in this License or to declare rights hereunder, the substantially prevailing party in that action shall be entitled to reimbursement for reasonable attorneys' fees and costs to be paid by the other party. F. Cations. +irrr The marginal headings or titles to the sections of this License are not a part of the License but are inserted only for convenience. They shall have no effect on the "" construction or interpretation of any part of this License. G. Time is of the Essence. .r Time is of the essence in the performance of all covenants and conditions of this License in which time is a factor. +rr H. Counterparts. "r This License may be executed in any number of counterparts, each of which when executed and delivered shall constitute an original License, but all of which together shall constitute one and the same License. I. Choice of Law. This License shall be governed by the Laws of the State of Washington, without reference to its choice of law rules. J. Agents and Brokers. "0 Each party represents that it has hired or retained no agent or broker in connection with this License and shall hold the other party harmless from any claim by any to License Agreement—City of Renton 7/1/06 to 9/30/07 Page 1 1 of 13 ■w agent or broker claiming payment of any commission, finders' fee or the like in connection with this License. K. No Recording. to Neither party shall record this License, nor any memorandum of this License. rr L. Complete Agreement. This License, including Exhibit A, contains the entire and complete agreement between the parties hereto, with all previous negotiations, warranties, covenants, conditions and promises being merged herein. Licensor and Licensee further agree that no alteration, amendment or modification to this License shall be binding upon Licensor or Licensee unless same is first reduced to writing and signed by both Licensor and Licensee. to Executed in duplicate as of the date first written above. LICENSOR: LICENSEE: The Boeing Company City of Renton 121-11 W&Y By: 1 C_ By: wr Title: ��1.��►cs Der cvt Title: PlahTg�ildi Works Administrator err rr License Agreement—City of Renton 7/1/06 to 9/30/07 Page 12 of 13 DVC;11'JU k UIVIIVICnt-,IML MIIIrLMIVC GROUP RENTON, Exhibit "A" WA The Licensed Pro rty Lakes Washington 44$3 q-82 A CD 1 •1 -AA 4.81 i' ! 0 / 10-45 4804 K-9 1 N 4-20 � ......................100 > 1 _ 10-120 .I 1 A ____•'"--""- -' , A ..............: i 1 g o f 10-110 Lot 11 t o A , 'I 1w � - 4-2t � � i l 4-79 0 I 1 ; I 1x11 q_77 D-14 4.89 � i ................. :� �......: . 1 � �47t .. K-21 11 I N STREET A- 10 70 LOT 17 LOT 7 i LOT% v ' 10.80 I RI q I 4.74 I •1 LOT 1s 1"7 10.77 aa�oe .........r D-30 10.33 10,471 ......... ., K•33 10.72 1120 1 + D5 c H ow I I Z — — — m :....::..••. 10-16 ;I I t I < •.•...:: z ............. m z li see 0,r Wi Wit rirw Wi rrir +r S. Lake Washington Roadway Improvements Issuance Date: November 16, 2005 �w WAR-007039 WAR006 Effective Date: December 16, 2005 Expiration Date: December 16, 2010 CONSTRUCTION STORMWATER GENERAL PERMIT National Pollutant Discharge Elimination System (NPDES) and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity ` State of Washington Department of Ecology Olympia, Washington 98504-7600 In compliance with the provisions of The State of Washington Water Pollution Control Law Chapter 90.48 Revised Code of Washington and The Federal Water Pollution Control Act (The Clean Water Act) MW Title 33 United States Code, Section 1251 et seq. .r Until this permit expires, is modified or revoked,Permittees that have properly obtained coverage under this general permit are authorized to discharge in accordance with the special and general conditions which follow. rr w. ;.David C. Peeler, Manager Water Quality Program Washington State Department of Ecology Page 2 of 46 TABLE OF CONTENTS SUMMARY OF PERMIT REPORT SUBMITTALS.....................................................................3 SUMMARY OF REQUIRED ON SITE DOCUMENTATION.....................................................3 SPECIAL CONDITIONS S1. PERMIT COVERAGE........................................................................................................4 wr S3. COMPLIANCE WITH STANDARDS...............................................................................9 S4. MONITORING REQUIREMENTS..................................................................................10 S5. REPORTING AND RECORDKEEPING REQUIREMENTS.........................................15 S6. PERMIT FEES...................................................................................................................18 S7. SOLID AND LIQUID WASTE DISPOSAL ....................................................................18 S8. DISCHARGES TO 303(d) OR TMDL WATERBODIES................................................18 S9. STORMWATER POLLUTION PREVENTION PLAN...................................................21 S10. NOTICE OF TERMINATION..........................................................................................29 GENERALCONDITIONS ...........................................................................................................30 G1. DISCHARGE VIOLATIONS ...........................................................................................30 go G2. SIGNATORY REQUIREMENTS....................... G3. RIGHT OF INSPECTION AND ENTRY.........................................................................31 G4. GENERAL PERMIT MODIFICATION AND REVOCATION......................................31 G5. REVOCATION OF COVERAGE UNDER THE PERMIT G6. REPORTING A CAUSE FOR MODIFICATION............................................................32 G7. COMPLIANCE WITH OTHER LAWS AND STATUTES.............................................32 G8. DUTY TO REAPPLY.......................................................................................................32 G9. TRANSFER OF GENERAL PERMIT COVERAGE.......................................................32 G10. REMOVED SUBSTANCES.............................................................................................33 Gl 1. DUTY TO PROVIDE INFORMATION...........................................................................33 G12. OTHER REQUIREMENTS OF 40 CFR...........................................................................33 G13. ADDITIONAL MONITORING........................................................................................33 G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS .............................................33 G15. UPSET...............................................................................................................................34 G16. PROPERTY RIGHTS........................................................................................................34 rr G17. DUTY TO COMPLY........................................................................................................34 G18. TOXIC POLLUTANTS.....................................................................................................34 G19. PENALTIES FOR TAMPERING.....................................................................................35 G20. REPORTING PLANNED CHANGES..............................................................................35 G21. REPORTING OTHER INFORMATION..........................................................................35 �r .w Page 3 of 46 *W G22. REPORTING ANTICIPATED NON-COMPLIANCE.....................................................35 G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT..........36 G24. APPEALS..........................................................................................................................36 G25. SEVERABILITY...............................................................................................................36 G26. BYPASS PROHIBITED....................................................................................................36 APPENDIX A—DEFINITIONS...................................................................................................39 APPENDIXB—ACRONYMS .....................................................................................................46 SUMMARY OF PERMIT REPORT SUBMITTALS Refer to the Special and General Conditions for additional submittal requirements. Permit Submittal Frequency First Submittal Date Section S5.A High Turbidity/Transparency Phone As Necessary Within 24 hours Reporting S5.B Discharge Monitoring Report Monthly Within 15 days after the applicable monitoring ow period S5.F Noncompliance Notification As necessary Immediately S5.F Noncompliance Notification—Written As necessary Within 5 Days of non- Report compliance G2. Notice of Change in Authorization As necessary G6. Permit Application for Substantive As necessary Changes to the Discharge aw G8. Application for Permit Renewal 1/permit cycle No later than 180 days before expiration G9. Notice of Permit Transfer As necessary G20. Notice of Planned Changes As necessary G22. Reporting Anticipated Non-compliance As necessary SUMMARY OF REQUIRED ON SITE DOCUMENTATION Permit Conditions Document Title Conditions S2, S5 Permit Coverage Letter Conditions S2, S5 Construction Stormwater General Permit Conditions S4, S5 Site Log Book Conditions S9, S5 Stormwater Pollution Prevention Plan SWPPP woo Page 4 of 46 �i► SPECIAL CONDITIONS Sl. PERMIT COVERAGE A. Permit Area This general permit covers all areas of Washington State, except for federal and tribal lands specified in S1.D.3. B. Operators Required to Seek Coverage Under this General Permit: 1. Operators of the following construction activities are required to seek coverage under , this permit: a. Clearing, grading and/or excavation which results in the disturbance of one or more acres, and discharges stormwater to surface waters of the state; and clearing, grading and/or excavation on sites smaller than one acre which are part of a larger common plan of development or sale, if the common plan of development or sale will ultimately disturb one acre or more, and discharges stormwater to surface waters of the state. i. This includes forest practices that are part of a construction activity that will result in the disturbance of one or more acres, and discharges to surface waters of the state (i.e., forest practices which are preparing a site for construction activities); and b. Any size construction activity discharging stormwater to waters of the state which the Department of Ecology(Ecology): i. Determines to be a significant contributor of pollutants to waters of the state of Washington, or ii. Reasonably expects to cause a violation of any water quality standard. No 2. Operators of the following activities are not required to seek coverage under this permit,unless specifically required under Condition S 1.B.Lb. (Significant � Contributor): a. Construction activities which discharge all stormwater and non-stormwater to ground water, and have no point source discharge to surface water or a storm sewer system that drains to surface waters of the state; b. Construction activities covered under an Erosivity Waiver(Condition S2.Q; c. Routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, or original purpose of a facility. "W Page 5 of 46 C. Authorized Discharges: 1. Stormwater Associated with Construction Activity. Subject to compliance with the terms and conditions of this permit,Permittees are authorized to discharge stormwater associated with construction activity to surface waters of the state or to a storm sewer system that drains to surface waters of the state. 2. Stormwater Associated with Construction SuDoort Activity. This permit also authorizes stormwater discharges from support activities related to the permitted •.i construction site (e.g., off-site equipment staging yards, material storage areas, borrow areas, etc.)provided: a. The support activity is directly related to the permitted construction site that is required to have an NPDES permit; and .w b. The support activity is not a commercial operation serving multiple unrelated construction projects, and does not operate beyond the completion of the construction activity; and .. c. Appropriate controls and measures are identified in the Stormwater Pollution Prevention Plan (SWPPP)for the discharges from the support activity areas. 3. Non-Stormwater Discharges. The categories and sources of non-stormwater discharges identified below are conditionally authorized,provided the discharge is consistent with the terms and conditions of this permit: a. Discharges from fire fighting activities; b. Fire hydrant system flushing; c. Potable water including uncontaminated water line flushing(de-chlorinated); d. Pipeline hydrostatic test water; e. Uncontaminated air conditioning or compressor condensate; f. Uncontaminated ground water or spring water; g. Uncontaminated excavation de-watering(in accordance with S9.D.10) 1W h. Uncontaminated discharges from foundation or footing drains; �.• i. Water used to control dust; j. Routine external building wash down that does not use detergents; and Ow k. Landscape irrigation. ow MW Page 6 of 46 All authorized non-stormwater discharges, except for discharges from fire fighting activities, shall be adequately addressed in the SWPPP and comply with Special Condition S3. D. Limitations on Coverage The Director may require any discharger to apply for and obtain coverage under an individual permit or another more specific general permit. Such alternative coverage will be required when Ecology determines that this general permit does not provide adequate assurance that water quality will be protected; or there is a reasonable potential for the project to cause or contribute to a violation of water quality standards. The following stormwater discharges are not covered by this permit: 1. Post-construction stormwater discharges that originate from the site after construction activities have been completed and the site has undergone final stabilization. 2. Nonpoint source silvicultural activities such as nursery operations, site preparation, reforestation and subsequent cultural treatment, thinning,prescribed burning,pest and fire control,harvesting operations, surface drainage, or road construction and maintenance from which there is natural runoff as excluded in 40 CFR Subpart 122.27. r 3. Stormwater from any federal project or project on federal land or land within an Indian Reservation except for the Puyallup Reservation. Within the Puyallup Reservation,any project that discharges to surface water on land held in trust by the federal government may be covered by this permit. 4. Stormwater from any site covered under an existing NPDES individual permit in which stormwater management and/or treatment requirements are included for all stormwater discharges associated with construction activity. 5. Where an applicable Total Maximum Daily Load (TMDL) specifically precludes or prohibits discharges from construction activity, the operator is not eligible for coverage under this permit. S2. APPLICATION REQUIREMENTS A. Permit Application Forms 1. Notice of Intent Form/Timeline a. Operators of new or previously unpermitted construction activities shall submit a complete and accurate permit application form [Notice of Intent(NOI)] to Ecology. Applicants are encouraged to use Ecology's internet-based electronic NOI to apply for permit coverage. b. The NOI shall be submitted on or before the date of the first public notice (see Condition S2.B below) and at least 60 days prior to the discharge of stormwater w. Page 7 of 46 ow from construction activities. The 30-day public comment period required by WAC 173-226-130(5)begins on the publication date of the second public notice. Unless Ecology responds to the complete application in writing, based on public aw comments, or any other relevant factors, coverage under the general permit will automatically commence on the thirty-first day following receipt by Ecology of a completed NOI, or the issuance date of this permit, whichever is later; unless a •� later date is specified by Ecology in writing. c. Applicants that discharge to a storm sewer system operated by Seattle,King aw County, Snohomish County, Tacoma, Pierce County, or Clark County shall also submit a copy of the NOI to the appropriate jurisdiction. 2. Transfer of Coverage_Form Current coverage under this permit may be transferred to one or more new operators, including operators of sites within a Common Plan of Development, by submitting "' a Transfer of Coverage Form in accordance with Condition G9. Transfers do not require public notice. No B. Public Notice For new or previously unpermitted sites,the applicant shall publish a public notice at least one time each week for two consecutive weeks, with a 7-day time span between dates, in a newspaper that has general circulation in the county in which the construction is to take place. The notice shall contain the following: 1. A statement that"The applicant is seeking coverage under the Washington State Department of Ecology's Construction Stormwater NPDES and State Waste Discharge General Permit' 2. The name,address and location of the construction site; 3. The name and address of the applicant; 4. The type of construction activity that will result in a discharge, (e.g.,residential construction,commercial construction, etc.) and the number of acres to be disturbed; 5. The name of the receiving water(s)(i.e.,the surface water(s)that the site will discharge to), or if the discharge is through a storm sewer system,the name of the operator of the storm sewer; and 6. The statement: "Any person desiring to present their views to the Department of Ecology regarding this application, or interested in the Department's action on this application may notify the Department of Ecology in writing within 30 days of the last date of publication of this notice. Comments can be submitted to: Department of Ecology,P.O. Box 47696, Olympia, WA 98504-7696,Attn: Water Quality Program, ew Construction Stormwater". ow Page 8 of 46 C. Erosivity Waiver Operators may qualify for a waiver from the permit if the following conditions are met: 1. The site will result in the disturbance of less than 5 acres; and the site is not a portion of a common plan of development or sale that will disturb 5 acres or greater. 2. Calculation of Erosivity "R" Factor and Regional Timeframe: a. The project's rainfall erosivity factor("R" Factor) must be less than 5 during the period of construction activity, as calculated using the Texas A&M University online rainfall erosivity calculator at: h":Hel.tamu.edu/. The period of construction activity begins at initial earth disturbance and ends withfinal stabilization; and, in addition: b. The entire period of construction activity must fall within the following timeframes: i. For sites west of the Cascades Crest: June 15—September 15; or ii. For sites east of the Cascades Crest, excluding the Central Basin: June 15 — October 15; or iii. For sites east of the Cascades Crest, within the Central Basin*: no additional timeframe restrictions apply. Dili *Note: The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. 3. Operators must submit a complete Erosivity Waiver Certification Form at least one week prior to commencing land disturbing activities. Certification must include: a. A statement that the operator will comply with applicable local stormwater requirements; and b. A statement that the operator will implement appropriate erosion and sediment control BMPs to prevent violations of water quality standards. 4. This waiver is not available for facilities declared a significant contributor of pollutants as defined in Condition S LB.Lb. 5. This waiver does not apply to construction activity which includes non-stormwater discharges listed in S1.C.3. 6. If construction activity extends beyond the certified waiver period for any reason, the operator shall either: +�i wr Page 9 of 46 �,. a. Recalculate the rainfall erosivity "R" factor using the original start date and a new projected ending date and, if the "R" factor is still under 5 and the entire project falls within the applicable regional timeframe in S2.C.2.b, complete and submit an amended waiver certification form before the original waiver expires; or b. Submit a complete permit application to Ecology in accordance with Condition S2.A and B before the end of the certified waiver period. S3. COMPLIANCE WITH STANDARDS A. Discharges shall not cause or contribute to a violation of surface water quality standards (Chapter 173-201A WAC), ground water quality standards (Chapter 173-200 WAC), sediment management standards (Chapter 173-204 WAC), and human health-based criteria in the National Toxics Rule (40 CFR Part 131.36). Discharges that are not in compliance with these standards are not authorized. B. Prior to the discharge of stormwater and non-stormwater to waters of the state,the Permittee shall apply all known, available, and reasonable methods of prevention, control, and treatment(AKAR7). This includes the preparation and implementation of an adequate Stormwater Pollution Prevention Plan(SWPPP), with all appropriate best management practices(BMPs) installed and maintained in accordance with the SWPPP and the terms and conditions of this permit. C. Compliance with water quality standards shall be presumed,unless discharge monitoring data or other site specific information demonstrates that a discharge causes or contributes to a violation of water quality standards,when the Permittee is: wr 1. In full compliance with all permit conditions, including planning, sampling, monitoring,reporting, and recordkeeping conditions; and 2. Fully implementing stormwater BMPs contained in stormwater management manuals published or approved by Ecology,or BMPs that are demonstrably equivalent to BMPs contained in stormwater technical manuals published or approved by Ecology, including the proper selection,implementation, and maintenance of all applicable and appropriate BMPs for on-site pollution control. D. For sites that discharge to both surface water and ground water, all ground water discharges are also subject to the terms and conditions of this permit. Permittees who discharge to ground water through an injection well shall comply with any applicable requirements of the Underground Injection Control (UIC) regulations, Chapter 173-218 WAC. .r. wn rr Page 10 of 46 S4. MONITORING REQUIREMENTS The primary monitoring requirements are summarized in Table 3 (below): Tale . Summary of 11 0111 'an,ng Requirements� Sizef Soil Disturbance Weekly Weekly Weekly Weekly Site Sampling!u!I Sampling w/ pH Inspections Turbidity Meter Transparency sampting3 Tube Sites which disturb less than 1 Required Not Required Not Required Not acre Required Sites which disturb 1 acre or Required Sampling Required—either Required ww more, but less than 5 acres method Sites which disturb 5 acres or Required Required Not Required Required more A. Site Log Book The Permittee shall maintain a site log book that contains a record of the implementation of the SWPPP and other permit requirements including the installation and maintenance of BMPs, site inspections, and stormwater monitoring. B. Site Inspections 1. Site-inspections shall include all areas disturbed by construction activities, all BMPs, and all stormwater discharge points. Stormwater shall be visually examined for the 1 Additional monitoring requirements may apply for: 1)discharges to 303(d)listed waterbodies and waterbodies with applicable TMDLs for turbidity,fine sediment,high pH,or phosphorus-see Condition S8;and 2)sites required to perform additional monitoring by Ecology order—see Condition G13. 2 Soil disturbance is calculated by adding together all areas affected by construction activity.Construction Activity means clearing,grading,excavation,and any other activity which disturbs the surface of the land,including ingress/egress from the site. 3 Beginning October 1,2006,if construction activity involves significant concrete work or the use of engineered soils,and stormwater from the affected area drains to a stormwater collection system or other surface water,the Permittee shall conduct pH sampling in accordance with Condition S4.D. 4 Beginning October 1,2008,sites with one or more acres,but less than 5 acres of soil disturbance,shall conduct turbidity or transparency sampling in accordance with Condition S4.C. 5 Beginning October 1,2006,sites greater than or equal to 5 acres of soil disturbance shall conduct turbidity sampling using a turbidity meter in accordance with Condition S4.C. �r Page 11 of 46 +•� presence of suspended sediment, turbidity, discoloration, and oil sheen. Inspectors shall evaluate the effectiveness of BMPs and determine if it is necessary to install, maintain, or repair BMPs to improve the quality of stormwater discharges. Based on the results of the inspection, the Permittee shall correct the problems identified as follows: +• a. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the inspection; and b. Fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, but no later than 10 days of the inspection; and c. Document BMP implementation and maintenance in the site log book. 2. The site inspections shall be conducted at least once every calendar week and within 24 hours of any discharge from the site. The inspection frequency for temporarily stabilized, inactive sites may be reduced to once every calendar month. 3. Site inspections shall be conducted by a person who is knowledgeable in the principles and practices of erosion and sediment control. The inspector shall have the skills to: a. Assess the site conditions and construction activities that could impact the quality of stormwater, and b. Assess the effectiveness of erosion and sediment control measures used to control rr the quality of stormwater discharges. 4. Beginning October 1,2006, construction sites one acre or larger that discharge stormwater to' ace waters of the state, shall have site inspections conducted by a Certified Erosion-and_Sediment Control Lead(CESCL). The CESCL shall be identified in the SWPPP and shall be present on-site or on-call at all times. Certification shall be obtained through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology (see BMP C 160 in the Manual). 5. The inspector shall summarize the results of each inspection in an inspection report or checklist and be entered into, or attached to,the site log book. At a minimum, each inspection report or checklist shall include: a. Inspection date and time. b. Weather information; general conditions during inspection and approximate amount of precipitation since the last inspection, and within the last 24 hours. c. A summary or list of all BMPs which have been implemented, including .o observations of all erosion/sediment control structures or practices. d. The following shall be noted: "" i. locations of BMPs inspected, Page 12 of 46 ii. locations of BMPs that need maintenance, iii. the reason maintenance is needed, iv. locations of BMPs that failed to operate as designed or intended, and v. locations where additional or different BMPs are needed, and the reason(s) why. e. A description of stormwater discharged from the site. The inspector shall note the presence of suspended sediment, turbid water, discoloration, and/or oil sheen, as applicable. f. Any water quality monitoring performed during inspection. g. General comments and notes, including a brief description of any BMP repairs, maintenance or installations made as a result of the inspection. h. A statement that,in the judgment of the person conducting the site inspection, the site is either in compliance or out of compliance with the terms and conditions of the SWPPP and the permit. If the site inspection indicates that the site is out of compliance,the inspection report shall include a summary of the remedial actions required to bring the site back into compliance, as well as a schedule of implementation. i. Name,title, and signature of the person conducting site inspection; and the following statement: "I certify that this report is true, accurate, and complete, to the best of my knowledge and belief'. C. Turbidity/Transparency Sampling Requirements 1. Sampling Methods/Effective Dates a. Beginning October 1,2006, if construction activity will involve the disturbance of 5 acres or more,the Permittee shall conduct turbidity sampling per Condition S4.C. b. Beginning October 1,2008, if construction activity will involve greater than or equal to 1 acre,but less than 5 acres of soil disturbance,the Permittee shall conduct transparency sampling or turbidity sampling per Condition S4.C. 2. Sampling Frequency a. Sampling shall be conducted at least once every calendar week,when there is a discharge of stormwater(or authorized non-stormwater) from the site. Samples + shall be representative of the flow and characteristics of the discharge. b. When there is no discharge during a calendar week, sampling is not required. c. Sampling is not required outside of normal working hours or during unsafe conditions. If a Permittee is unable to sample during a monitoring period, the Discharge Monitoring Report(DMR) shall include a brief explanation. Page 13 of 46 3. Sampling Locations a. Sampling is required at all discharge points where stormwater(or authorized non- stormwater) is discharged off-site. b. All sampling point(s) shall be identified on the SWPPP site map and be clearly marked in the field with a flag, tape, stake or other visible marker. 4. Sampling and Analysis Methods a. Turbidity analysis shall be performed with a calibrated turbidity meter (turbidimeter), either on-site or at an accredited lab. The results shall be recorded in the site log book in Nephelometric Turbidity Units (NTU). b. Transparency analysis shall be performed on-site with a 1 3/4 inch diameter, 60 centimeter(cm) long Transparency Tube. The results shall be recorded in the site log book in centimeters (cm). Transparency Tubes are available from: hn://watermonitoringeguit).com/pa2es/stream.html �.nal�ir mp .ng 3enc it �lIle Turbidity NTU SM2130 or Weekly, if 25 NTU EPA180.1 discharging Transparency cm Manufacturer Weekly, if 31 cm instructions, or discharging Ecology Guidance aw 5. Turbidity/Transparency Benchmark Values jW The benchmark value for turbidity is 25 NTU(Nephelometric Turbidity Units); and the benchmark value for transparency is 31 cm. a. Turbidity 26—249 NTU, or Transparency 30—7 cm: r If discharge turbidity is greater than 25 NTU,but less than 250 NTU; or if discharge transparency is less than 31 cm,but greater than 6 cm, the CESCL shall: i. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the discharge that exceeded the benchmark; and ii. Fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible,but within 10 days of the discharge that exceeded the benchmark; and iii. Document BMP implementation and maintenance in the site log book. .r b. Turbidity 250 NTU or greater, or Transparency 6 cm or less: Page 14 of 46 If discharge turbidity is greater than or equal to 250 NTU; or if discharge transparency is less than or equal to 6 cm, the CESCL shall: i. Notify Ecology by phone in accordance with Condition S5.A.; and ii. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the discharge that exceeded the benchmark; and iii. Fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, but within 10 days of the discharge that exceeded the benchmark; ar iv. Document BMP implementation and maintenance in the site log book; and v. Continue to sample discharges daily until: 1. turbidity is 25 NTU(or lower); or 2. transparency is 31 cm(or greater); or 3. the CESCL has demonstrated compliance with the water quality standard for turbidity: a. no more than 5 NTU over background turbidity, if background is less than 50 NTU, or b. no more than 10% over background turbidity, if background is 50 NTU or greater; or 4. the discharge stops or is eliminated. D. pH Monitoring: Sites with Significant Concrete Work or Engineered Soils Beginning October 1, 2006, if construction activity will result in the disturbance of 1 acre or more, and involves significant concrete work or the use of engineered soils, and stormwater from the affected area drains to surface waters of the state or to a storm sewer system that drains to surface waters of the state, the Permittee shall conduct pH monitoring as set forth below: 1. For sites with significant concrete work, the pH monitoring period shall commence when the concrete is first exposed to precipitation and continue weekly until stormwater pH is 8.5 or less. a. "Significant concrete work"means greater than 1000 cubic yards poured concrete or recycled concrete. 2. For sites with engineered soils, the pH monitoring period shall commence when the soil amendments are first exposed to precipitation and shall continue until the area of engineered soils is fully stabilized. Page 15 of 46 ., a. "Engineered soils" means soil amendments including,but not limited, to Portland cement treated base (CTB), cement kiln dust(CKD), or fly ash. 3. During the pH monitoring period, the Permittee shall obtain a representative sample of stormwater and conduct pH analysis at least once per week. 4. The Permittee shall monitor pH in the sediment trap/pond(s) or other locations that receive stormwater runoff from the area of significant concrete work or engineered soils prior to discharge to surface waters. �+r 5. The benchmark value for pH is 8.5 standard units. Any time sampling indicates that pH is 8.5 or greater, the Permittee shall: a. Prevent the high pH water(8.5 or above) from entering storm sewer systems or surface waters; and b. If necessary, adjust or neutralize the high pH water using an appropriate treatment BMP such as CO2 sparging or dry ice. The Permittee shall obtain written approval from Ecology prior to using any form of chemical treatment other than CO2 sparging or dry ice. 6. The Permittee shall perform pH analysis on-site with a calibrated pH meter,pH test kit, or wide range pH indicator paper. The Permittee shall record pH monitoring results in the site log book. S5. REPORTING AND RECORDKEEPING REQUIREMENTS A. High Turbidity Phone Reporting Any time sampling performed in accordance with Special Condition S4.0 indicates turbidity is 250 NTU or greater(or transparency is 6 cm or less)the Permittee shall notify the appropriate Ecology regional office by phone within 24 hours of analysis. +► B. Discharge Monitoring Reports 1. Permittees required to conduct water quality sampling in accordance with Special Conditions SA.0 (Turbidity/Transparency), S4.D(pH) and/or S8 [303(d)/TMDL sampling] shall submit the results to Ecology monthly on Discharge Monitoring Report(DMR) forms provided by Ecology. " Permittees are authorized and encouraged to submit electronic DMRs using the"B- DMR Form"on Ecology's Construction Stormwater web site: http://www.ecy.wa.gov/programs/Wq/storrnwater/construction/. 2. The Permittee shall submit DMR forms electronically or by mail to be received by Ecology within 15 days following the end of each month. If there was no discharge during a given monitoring period, the Permittee shall submit the form as required with the words "no discharge" entered in place of the monitoring results. If the Permittee is unable to submit discharge monitoring reports electronically, the Permittee may mail reports to the address listed below: Page 16 of 46 Department of Ecology Water Quality Program- Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 C. Records Retention The Permittee shall retain records of all monitoring information (site log book, sampling results, inspection reports/checklists, etc.), Stormwater Pollution Prevention Plan, and any other documentation of compliance with permit requirements during the life of the construction project and for a minimum of three years following the termination of permit coverage. Such information shall include all calibration and maintenance records, and records of all data used to complete the application for this permit. This period of retention shall be extended during the course of any unresolved litigation regarding the discharge of pollutants by the Permittee or when requested by Ecology. D. Recording of Results For each measurement or sample taken, the Permittee shall record the following information: ' + 1. Date,place,method, and time of sampling or measurement; 2. The individual who performed the sampling or measurement; 3. The dates the analyses were performed; 4. The individual who performed the analyses; 5. The analytical techniques or methods used; and 6. The results of all analyses. E. Additional Monitoring by the Permittee If the Permittee monitors any pollutant more frequently than required by this permit using test procedures specified by Condition S4 of this permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the Permittee's DMR. F. Noncompliance Notification In the event the Permittee is unable to comply with any of the terms and conditions of this permit which may cause a threat to human health or the environment, the Permittee shall: 1. Immediately notify Ecology of the failure to comply. 2. Immediately take action to prevent the discharge/pollution, or otherwise stop or correct the noncompliance, and, if applicable, repeat sampling and analysis of any noncompliance immediately and submit the results to Ecology within five (5) days after becoming aware of the violation. Page 17 of 46 • 3. Submit a detailed written report to Ecology within five (5) days, unless requested earlier by Ecology. The report shall contain a description of the noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; and the steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. Compliance with these requirements does not relieve the Permittee from responsibility to maintain continuous compliance with the terms and conditions of this permit or the resulting liability for failure to comply. G. Access to Plans and Records 1. The Permittee shall retain the following permit documentation(plans and records) on- site, or within reasonable access to the site, for use by the operator; or on-site review by Ecology or the local jurisdiction: a. General Permit; b. Permit Coverage Letter; aw c. Stormwater Pollution Prevention Plan(SWPPP); and aw d. Site Log Book 2. The Permittee(s) shall address written requests for plans and records listed above (Condition S5.G.1) as follows: a. A copy of plans and records shall be provided to Ecology within 14 days of receipt of a written request from Ecology. b. A copy of plans and records shall be provided to the public when requested in writing. Upon receiving a written request from the public for the Permittee's plans and records,the Permittee shall either: „ i. Provide a copy of the plans and records to the requestor within 14 days of a receipt of the written request; or ii. Notify the requestor within 10 days of receipt of the written request of the location and times within normal business hours when the plans and records may be viewed, and provide access to the plans and records within 14 days of .r receipt of the written request; or iii. Within 14 days of receipt of the written request, the Permittee may submit a copy of the plans and records to Ecology for viewing and/or copying by the requestor at an Ecology office, or a mutually agreed upon location. If plans and records are viewed and/or copied at a location other than at an Ecology office,the Permittee will provide reasonable access to copying services for "` which a reasonable fee may be charged. The Permittee shall notify the Page 18 of 46 requestor within 10 days of receipt of the request where the plans and records ` may be viewed and/or copied. S6. PERMIT FEES The Permittee shall pay permit fees assessed by Ecology. Fees for stormwater discharges covered under this permit shall be established by Chapter 173-224 WAC. Permit fees will continue to be assessed until the permit is terminated in accordance with Special Condition S 10 or revoked in accordance with General Condition G5. S7. SOLID AND LIQUID WASTE DISPOSAL Solid and liquid wastes generated by construction activity such as demolition debris, construction materials, contaminated materials, and waste materials from maintenance activities, including liquids and solids from cleaning catch basins and other stormwater facilities, shall be handled and disposed of in accordance with: 1. Special Condition S3, Compliance with Standards, and 2. WAC 173-216-110, and other applicable regulations. +w S8. DISCHARGES TO 303(D) OR TMDL WATERBODIES A. Sampling and Numeric Effluent Limitations For Discharges to 303(d)-listed Waterbodies 1. l.Permittees that discharge to water bodies listed as impaired by the State of Washington under Section 303(d) of the Clean Water Act for turbidity, fine sediment,high pH, or phosphorus, shall conduct water quality sampling according ,rr to the requirements of this section. 2. All references and requirements associated with Section 303(d) of the Clean Water Act mean the most current listing by Ecology of impaired waters that exists on November 16, 2005, or the date when the operator's complete permit application is received by Ecology,whichever is later. B. Discharges to 303(d)-Listed Waterbodies (Turbidity. Fine Sediment, or Phosphorus) 1. Permittees which discharge to waterbodies on the 303(d) list for turbidity, fine sediment, or phosphorus shall conduct turbidity sampling at the following locations to evaluate compliance with the water quality standard for turbidity: a. Background turbidity shall be measured in the 303(d)-listed receiving water immediately upstream(upgradient) or outside the area of influence of the discharge; and b. Discharge turbidity shall be measured at the point of discharge into the 303(d) listed receiving waterbody, inside the area of influence of the discharge; or Wr. Page 19 of 46 �► Alternatively, discharge turbidity may be measured at the point where the discharge leaves the construction site, rather than in the receiving waterbody. 2. Based on sampling, if the discharge turbidity exceeds the water quality standard for turbidity (more than 5 NTU over background turbidity when the background turbidity is 50 NTU or less, or more than a 10% increase in turbidity when the background turbidity is more than 50 NTU), all future discharges shall comply with a numeric effluent limit which is equal to the water quality standard for turbidity. 3. If a future discharge exceeds the water quality standard for turbidity, the Pemttee shall: a. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the discharge that exceeded the standard; b. Fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible,but within 10 days of the discharge that exceeded the standard; c. Document BMP implementation and maintenance in the site log book; d. Notify the appropriate Ecology Regional Office by phone within 24 hours of analysis; e. Continue to sample daily until discharge turbidity meets the water quality w� standard for turbidity. C. Discharges to waterbodies on the 303(d) list for High nH 1. Permittees which discharge to waterbodies on the 303(d) list for high pH shall conduct sampling at one of the following locations to evaluate compliance with the water quality standard for pH(in the range of 6.5—8.5): a. pH shall be measured at the point of discharge into the 303(d)listed waterbody, inside the area of influence of the discharge; or b. Alternatively,pH may be measured at the point where the discharge leaves the construction site, rather than in the receiving water. 2. Based on the sampling set forth above, if the pH exceeds the water quality standard for pH(in the range of 6.5—8.5), all future discharges shall comply with a numeric effluent limit which is equal to the water quality standard for pH. 3. If a future discharge exceeds the water quality standard for pH,the Permittee shall: a. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the discharge that exceeded the water quality standard; Page 20 of 46 b. Fully implement and maintain appropriate source control and/or treatment BMPs +w► as soon as possible, but within 10 days of the discharge that exceeded the standards; c. Document BMP implementation and maintenance in the site log book; d. Notify the appropriate Ecology Regional Office by phone within 24 hours of analysis; and e. Continue to sample daily until discharge meets the water quality standard for pH (in the range of 6.5 —8.5) or the discharge stops or is eliminated. uramto3r idemtxfec ParamotelUz� s Analytcalm Wtr Quality g3(dj listing ecd Frequn timed ,r Turbidity Turbidity/NTU SM2130 or Weekly, if If background is 50 Fine Sediment EPA180.1 discharging NTU or less: 5 NTU Phosphorus over background; or If background is more than 50 NTU: 10% over background High pH pH/Standard pH meter Weekly, if In the range of Units discharging 6.5 -8.5 D. Sampling and Limitations For Sites Discharging to Applicable TMDLs 1. Discharges to a waterbodies subject to an applicable Total Maximum Daily Load (TMDL) for turbidity, fine sediment, high pH, or phosphorus, shall be consistent with the assumptions and requirements of the TMDL. a. Where an applicable TAML sets specific waste load allocations or requirements for discharges covered by this permit, discharges shall be consistent with any specific waste load allocations or requirements established by the applicable TMDL. " ii.The Permittee shall sample discharges weekly, or as otherwise specified by the TMDL, to evaluate compliance with the specific waste load allocations or requirements. iii.Analytical methods used to meet the monitoring requirements shall conform to the latest revision of the Guidelines Establishing Test Procedures for the Analysis of Pollutants contained in 40 CFR Part 136. Turbidity and pH methods *. Page 21 of 46 .. need not be accredited or registered unless conducted at a laboratory which must otherwise be accredited or registered. b. Where an applicable TMDL has established a general waste load allocation for construction stormwater discharges, but no specific requirements have been identified, compliance with Conditions S4 (Monitoring) and S9 (SWPPPs) will be assumed to be consistent with the approved TMDL. c. Where an applicable TMDL has not specified a waste load allocation for construction stormwater discharges, but has not excluded these discharges, compliance with Conditions S4 (Monitoring) and S9 (SWPPPs) will be assumed to be consistent with the approved TMDL. d. Where an applicable TMDL specifically precludes or prohibits discharges from construction activity,the operator is not eligible for coverage under this permit. 2. Applicable TMDL means a TMDL for turbidity, fine sediment,high pH, or phosphorus,which has been completed and approved by EPA prior to November 16, 2005, or prior to the date the operator's complete permit application is received by �• Ecology,whichever is later. TMDLs completed after the operator's complete permit application is received by Ecology become applicable to the Permittee only if they are imposed through an administrative order by Ecology, or through a modification of permit coverage. S9. STORMWATER POLLUTION PREVENTION PLAN An adequate Stormwater Pollution Prevention Plan (SWPPP) for construction activity shall be prepared and implemented in accordance with the requirements of this permit beginning WA with initial soil disturbance and until final stabilization. A. The SWPPP shall meet the following objectives: 1. To implement Best Management Practices (BMPs) to prevent erosion and sedimentation, and to identify,reduce, eliminate or prevent stormwater contamination and water pollution from construction activity. 2. To prevent violations of surface water quality, ground water quality, or sediment management standards. 3. To control peak volumetric flow rates and velocities of stormwater discharges. B. General Requirements 1. The SWPPP shall include a narrative and drawings. All BMPs shall be clearly referenced in the narrative and marked on the drawings. The SWPPP narrative shall include documentation to explain and justify the pollution prevention decisions made for the project. Documentation shall include: a. Information about existing site conditions (topography, drainage, soils, vegetation, etc.); Page 22 of 46 b. Potential erosion problem areas; as c. The 12 elements of a SWPPP in S9.D.1-12, including BMPs used to address each element; d. Construction phasing/sequence and general BMP implementation schedule; sir e. The actions to be taken if BMP performance goals are not achieved; and f. Engineering calculations for ponds and any other designed structures. 2. The Permittee shall modify the SWPPP if,during inspections or investigations conducted by the owner/operator, or the applicable local or state regulatory authority, it is determined that the SWPPP is, or would be, ineffective in eliminating or significantly minimizing pollutants in stormwater discharges from the site. The Permittee shall take the following actions: a. Review the SWPPP for compliance with Condition S9 and make appropriate revisions within 7 days of the inspection or investigation; b. Fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, but no later than 10 days from the inspection or investigation; and rr c. Document BMP implementation and maintenance in the site log book. 3. The Permittee shall modify the SWPPP whenever there is a change in design, construction,operation, or maintenance at the construction site that has, or could have, a significant effect on the discharge of pollutants to waters of the state. C. Stormwater Best Management Practices (BMPs) BMPs shall be consistent with: 1. Stormwater Management Manual for Western Washington (most recent edition), for sites west of the crest of the Cascade Mountains; 2. Stormwater Management Manual for Eastern Washington (most recent edition), for sites east of the crest of the Cascade Mountains; or 3. Other stormwater management guidance documents or manuals which provide an equivalent level of pollution prevention and are approved by Ecology; or 4. Documentation in the SWPPP that the BMPs selected provides an equivalent level of pollution prevention, compared to the applicable Stormwater Management Manuals, including: Page 23 of 46 a. The technical basis for the selection of all stormwater BMPs (scientific, technical studies, and/or modeling)which support the performance claims for the BMPs being selected; and �. b. An assessment of how the selected BMP will satisfy AKART requirements and the applicable federal technology-based treatment requirements under 40 CFR part 125.3. D. SWPPP—Narrative Contents and Requirements The Permittee shall include each of the 12 elements below in S9.D.1-12 in the narrative of the SWPPP and ensure that they are implemented unless site conditions render the element unnecessary and the exemption from that element is clearly justified in the SWPPP. 1. Preserve Vegetation/Mark Clearing Limits a. Prior to beginning land disturbing activities, including clearing and grading, clearly mark all clearing limits,sensitive areas and their buffers, and trees that are to be preserved within the construction area. b. The duff layer,native top soil,and natural vegetation shall be retained in an aw undisturbed state to the maximum degree practicable. 2. Establish Construction Access ' a. Construction vehicle access and exit shall be limited to one route,if possible. b. Access points shall be stabilized with a pad of quarry spalls,crushed rock,or other equivalent BMP,to minimise the tracking of sediment onto public roads. c. Wheel wash or tire baths shall be located on site,if the stabilized construction entrance is not effective in preventing sediment from being tracked onto public roads. d. If sediment is tracked off site,public roads shall be cleaned thoroughly at the end of tw each day, or more frequently during wet weather. Sediment shall be removed from roads by shoveling or pickup sweeping and shall be transported to a controlled sediment disposal area. e. Street washing is allowed only after sediment is removed in accordance with S9.D.2.d. Street wash wastewater shall be controlled by pumping back on site or otherwise be prevented from discharging into systems tributary to waters of the state. 3. Control Flow Rates a. Properties and waterways downstream from development sites shall be protected from erosion due to increases in the velocity and peak volumetric flow rate of stormwater runoff from the project site,as required by local plan approval authority. Page 24 of 46 b. Where necessary to comply with S9.D.3.a., stormwater retention or detention facilities shall be constructed as one of the first steps in grading. Detention facilities shall be functional prior to construction of site improvements (e.g., impervious surfaces). c. If permanent infiltration ponds are used for flow control during construction,these facilities shall be protected from siltation during the construction phase. 4. Install Sediment Controls a. Stormwater runoff from disturbed areas shall pass through a sediment pond or other appropriate sediment removal BMP, prior to leaving a construction site or prior to discharge to an infiltration facility. Runoff from fully stabilized areas may be discharged without a sediment removal BMP,but shall meet the flow control performance standard of S9.D.3.a. b. Sediment control BMPs(sediment ponds,traps,filters, etc.) shall be constructed as one of the first steps in grading. These BMPs shall be functional before other land disturbing activities take place. c. BMPs intended to trap sediment on site shall be located in a manner to avoid interference with the movement of juvenile salmonids attempting to enter off- channel areas or drainages. 5. Stabilize Soils a. Exposed and unworked soils shall be stabilized by application of effective BMPs that prevent erosion. Applicable BMPs include,but are not limited to: temporary and permanent seeding, sodding,mulching,plastic covering, erosion control fabrics and matting, soil application of polyacrylamide(PAM),the early application of gravel base on areas to be paved,and dust control. b. Depending on the geographic location of the project,no soils shall remain exposed and unworked for more than the time periods set forth below to prevent erosion: West of the Cascade Mountains Crest During the dry season(May 1 - Sept. 30): 7 days During the wet season(October 1 -April 30): 2 days East of the Cascade Mountains Crest, except for Central Basin* During the dry season (July 1 - September 30): 10 days During the wet season(October 1 -June 30): 5 days The Central Basin*, East of the Cascade Mountains Crest During the dry Season (July 1 - September 30): 30 days During the wet season(October 1 -June 30): 15 days *Note: The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. �r Page 25 of 46 The time period may be adjusted by a local jurisdiction, if the jurisdiction can show that local precipitation data justify a different standard. c. Soils shall be stabilized at the end of the shift before a holiday or weekend if needed based on the weather forecast. d. Soil stockpiles shall be stabilized from erosion,protected with sediment trapping 4W measures, and where possible,be located away from storm drain inlets,waterways, and drainage channels. No 6. Protect Slopes a. Design and construct cut and fill slopes in a manner that will minimize erosion. Applicable practices include,but ate not limited to,reducing continuous length of �"" slope with terracing and diversions,reducing slope steepness,and roughening slope surfaces (e.g.,track walking). 40 b. Off-site stormwater(run-on)or groundwater shall be diverted away from slopes and disturbed areas with interceptor dikes,pipes,and/or swales. Off-site stormwater should be managed separately from stormwater generated on the site. c. At the top of slopes,collect drainage in pipe slope drains or protected channels to prevent erosion. w. i. West of the Cascade Mountains Crest: Temporary pipe slope drains shall handle the peak 10-minute velocity of flow from a Type 1A, 10-year,24-hour frequency storm for the developed condition. Alternatively,the 10-year, 1- +�. hour flow rate predicted by an approved continuous runoff model, increased by a factor of 1.6,may be used The hydrologic analysis shall use the existing land cover condition for predicting flow rates from tributary areas outside the •+� project limits. For tributary areas on the project site,the analysis shall use the temporary or permanent project land cover condition,whichever will produce the highest flow rates. If using the WWHM to predict flows,bare soil areas should be modeled as "landscaped area." ii. East of the Cascade Mountains Crest: Temporary pipe slope drains shall handle the expected peak flow velocity from a 6-month, 3-hour storm for the developed condition,referred to as the short duration storm. d. Excavated material shall be placed on the uphill side of trenches, consistent with safety and space considerations. e. Check dams shall be placed at regular intervals within constructed channels that �w. are cut down a slope. 7. Protect Drain Inlets a. All storm drain inlets made operable during construction shall be protected so that stormwater runoff does not enter the conveyance system without first being filtered or treated to remove sediment. Page 26 of 46 b. Inlet protection devices shall be cleaned or removed and replaced when sediment ► has filled one-third of the available storage(unless a different standard is specified by the product manufacturer). 8. Stabilize Channels and Outlets a. All temporary on-site conveyance channels shall be designed, constructed, and stabilized to prevent erosion from the following expected peak flows: i. West of the Cascade Mountains Crest: Channels shall handle the peak 10 minute velocity of flow from a Type IA, 10-year, 24-hour frequency storm for Wr the developed condition. Alternatively,the 10-year, 1-hour flow rate indicated by an approved continuous runoff model, increased by a factor of 1.6,may be used. The hydrologic analysis shall use the existing land cover condition for predicting flow rates from tributary areas outside the project limits. For tributary areas on the project site,the analysis shall use the temporary or permanent project land cover condition,whichever will produce the highest flow rates. If using the WWHM to predict flows,bare soil areas should be modeled as "landscaped area." ii. East of the Cascade Mountains Crest: Channels shall handle the expected peak flow velocity from a 6-month, 3-hour storm for the developed condition, referred to as the short duration storm. b. Stabilization,including armoring material, adequate to prevent erosion of outlets, adjacent stream banks, slopes,and downstream reaches shall be provided at the outlets of all conveyance systems. 9. Control Pollutants a. All pollutants,including waste materials and demolition debris,that occur onsite shall be handled and disposed of in a manner that does not cause contamination of stormwater. err b. Cover,containment, and protection from vandalism shall be provided for all chemicals,liquid products,petroleum products,and other materials that have the potential to pose a threat to human health or the environment. On-site fueling tanks ' shall include secondary containment. c. Maintenance,fueling, and repair of heavy equipment and vehicles shall be conducted using spill prevention and control measures. Contaminated surfaces shall be cleaned immediately following any spill incident. d. Wheel wash or tire bath wastewater shall be discharged to a separate on-site treatment system or to the sanitary sewer with local sewer district approval. e. Application of fertilizers and pesticides, shall be conducted in a manner and at 26 application rates that will not result in loss of chemical to stormwater runoff. Manufacturers' label requirements for application rates and procedures shall be followed. aw Page 27 of 46 "W f. BMPs shall be used to prevent or treat contamination of stormwater runoff by pH modifying sources. These sources include,but are not limited to: bulk cement, cement kiln dust, fly ash,new concrete washing and curing waters,waste streams ow generated from concrete grinding and sawing, exposed aggregate processes, dewatering concrete vaults, concrete pumping and mixer washout waters. Permittees shall adjust the pH of stormwater if necessary to prevent violations of water quality standards. g. Permittees shall obtain written approval from Ecology prior to using chemical .r treatment, other than COZ or dry ice to adjust pH. 10. Control De-Watering aw a. Foundation,vault, and trench de-watering water,which have similar characteristics to stormwater runoff at the site, shall be discharged into a controlled conveyance system prior to discharge to a sediment trap or sediment pond. �. b. Clean,non-turbid de-watering water, such as well-point ground water, can be discharged to systems tributary to, or directly into surface waters of the state, as specified in S9.D.8,provided the de-watering flow does not cause erosion or flooding of receiving waters. Clean de-watering water should not be routed through stormwater sediment ponds. +� c. Other de-watering disposal options may include: i. infiltration ii. transport offsite in a vehicle, such as a vacuum flush truck, for legal disposal in a manner that does not pollute state waters, w.. iii. Ecology-approved on-site chemical treatment or other suitable treatment technologies, A. iv. sanitary sewer discharge with local sewer district approval, if there is no other option, or v. use of a sedimentation bag with oq(all to a ditch or swale for small volumes of "" localized de-watering. d. Highly turbid or contaminated dewatering water shall be handled separately from or stormwater. 11. Maintain BMPs "W a. All temporary and permanent erosion and sediment control BMPs shall be maintained and repaired as needed to assure continued performance of their aw intended fimction in accordance with BMP specifications. b. All temporary erosion and sediment control BMPs shall be removed within 30 days after final site stabilization is achieved or after the temporary BMPs are no longer ,u needed. go aw Page 28 of 46 12. Manage the Project a. Development projects shall be phased to the maximum degree practicable and shall take into account seasonal work limitations. b. Inspection and Monitoring All BMPs shall be inspected, maintained, and repaired as needed to assure continued performance of their intended function. Site inspections and monitoring shall be conducted in accordance with S4. c. Maintaining an Updated Construction SWPPP The SWPPP shall be maintained, updated, and implemented in accordance with Conditions S3, S4 and S9. E. SWPPP—Map Contents and Requirements The SWPPP shall also include a vicinity map or general location map (e.g. USGS Quadrangle map, a portion of a county or city map, or other appropriate map) with enough detail to identify the location of the construction site and receiving waters within one mile of the site. The SWPPP shall also include a legible site map (or maps) showing the entire r► construction site. The following features shall be identified,unless not applicable due to site conditions: 1. The direction of north,property lines, and existing structures and roads; ' +rr 2. Cut and fill slopes indicating the top and bottom of slope catch lines; 3. Approximate slopes, contours, and direction of stormwater flow before and after major grading activities; 4. Areas of soil disturbance and areas that will not be disturbed; 5. Locations of structural and nonstructural controls (BMPs) identified in the SWPPP 6. Locations of off-site material, stockpiles, waste storage,borrow areas, and VA vehicle/equipment storage areas; 7. Locations of all surface water bodies, including wetlands; 8. Locations where stormwater or non-stormwater discharges off-site and/or to a surface water body, including wetlands; 9. Location of water quality sampling station(s), if sampling is required by state or local permitting authority; and w aw Page 29 of 46 •• 10. Areas where final stabilization has been accomplished and no further construction- phase permit requirements apply. 'o S10. NOTICE OF TERMINATION A. The site is eligible for termination when either of the following conditions have been met: 1. The site has undergone final stabilization, all temporary BMPs have been removed, and all stormwater discharges associated with construction activity have been "' eliminated; or 2. All portions of the site which have not undergone final stabilization per S10.A.1 have been sold and/or transferred(per Condition G9), and the Permittee no longer has operational control of the construction activity. B. When the site is eligible for termination, the Permittee shall submit a complete and accurate Notice of Termination(NOT) form, signed in accordance with General Condition G2, to: Department of Ecology Water Quality Program-Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 C. The termination is effective on the date the NOT form was received by Ecology,unless the Permittee is notified by Ecology within 30 days that termination request is denied because the eligibility requirements in Condition S 10.A have not been met. w► VW go rr .. .. Page 30 of 46 GENERAL CONDITIONS G1. DISCHARGE VIOLATIONS as All discharges and activities authorized by this general permit shall be consistent with the terms and conditions_of this general permit. Any discharge of any pollutant more frequent than or at a level in excess of that identified and authorized by the general permit shall constitute a violation of the terms and conditions of this permit. G2. SIGNATORY REQUIREMENTS A. All permit applications shall bear a certification of correctness to be signed: 1. In the case of corporations,by a responsible corporate officer of at least the level of vice president of a corporation; 2. In the case of a partnership, by a general partner of a partnership; 3. In the case of sole proprietorship,by the proprietor; or 4. In the case of a municipal, state, or other public facility,by either a principal to executive officer or ranking elected official. B. All reports required by this permit and other information requested by Ecology shall be wi signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only if: 1. The authorization is made in writing by a person described above and submitted to the Ecology. err 2. The authorization specifies either an individual or a position having responsibility for the overall operation of the regulated facility, such as the position of plant manager, superintendent,position of equivalent responsibility, or an individual or position at having overall responsibility for environmental matters. C. Changes to authorization. If an authorization under paragraph G2.13.2 above is no longer accurate because a different individual or position has responsibility for the overall operation of the facility, a new authorization satisfying the requirements of paragraph G2.13.2 above shall be submitted to Ecology prior to or together with any reports, ' information, or applications to be signed by an authorized representative. D. Certification. Any person signing a document under this section shall make the following ► certification: "I certify under penalty of law, that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated Page 31 of 46 AW the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering information, the information submitted is, to the best of my knowledge and +• belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." aw G3. RIGHT OF INSPECTION AND ENTRY VW The Permittee shall allow an authorized representative of Ecology, upon the presentation of credentials and such other documents as may be required by law: A. To enter upon the premises where a discharge is located or where any records shall be kept under the terms and conditions of this permit. B. To have access to and copy- at reasonable times and at reasonable cost-any records required to be kept under the terms and conditions of this permit. C. To inspect- at reasonable times - any facilities,equipment(including monitoring and control equipment), practices,methods, or operations regulated or required under this permit. D. To sample or monitor- at reasonable times-any substances or parameters at any location for purposes of assuring permit compliance or as otherwise authorized by the Clean Water Act. G4. GENERAL PERMIT MODIFICATION AND REVOCATION �. This permit may be modified,revoked and reissued, or terminated in accordance with the provisions of Chapter 173-226 WAC. Grounds for modification,revocation and reissuance, or termination include,but are not limited to,the following: A. When a change which occurs in the technology or practices for control or abatement of pollutants applicable to the category of dischargers covered under this permit; B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA or Chapter 90.48 RCW, for the category of dischargers covered under this permit; C. When a water quality management plan containing requirements applicable to the category of dischargers covered under this permit is approved; or wr D. When information is obtained which indicates that cumulative effects on the environment from dischargers covered under this permit are unacceptable. ow G5. REVOCATION OF COVERAGE UNDER THE PERMIT Pursuant with Chapter 43.21B RCW and Chapter 173-226 WAC, the Director may terminate coverage for any discharger under this permit for cause. Cases where coverage may be terminated include,but are not limited to, the following: Page 32 of 46 A. Violation of any term or condition of this permit; ► B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all relevant facts; irr C. A change in any condition that requires either a temporary or permanent reduction or elimination of the permitted discharge; D. Failure or refusal of the Permittee to allow entry as required in RCW 90.48.090; E. A determination that the permitted activity endangers human health or the environment, or contributes to water quality standards violations; F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and Chapter 173-224 WAC; G. Failure of the Permittee to satisfy the public notice requirements of WAC 173-226- 130(5),when applicable. The Director may require any discharger under this permit to apply for and obtain coverage go under an individual permit or another more specific general permit. Permittees who have their coverage revoked for cause according to WAC 173-226-240 may request temporary coverage under this permit during the time an individual permit is being developed,provided the request is made within ninety (90) days from the time of revocation and is submitted along with a complete individual permit application form. G6. REPORTING A CAUSE FOR MODIFICATION The Permittee shall submit a new application, or a supplement to the previous application, whenever a material change to the construction activity or in the quantity or type of discharge is anticipated which is not specifically authorized by this permit. This application shall be submitted at least sixty(60)days prior to any proposed changes. The filing of a request by the Permittee for a permit modification,revocation and reissuance, or termination, or a ' notification of planned changes or anticipated noncompliance does not relieve the Permittee of the duty to comply with the existing permit until it is modified or reissued. G7. COMPLIANCE WITH OTHER LAWS AND STATUTES Nothing in this permit shall be construed as excusing the Permittee from compliance with any applicable federal, state, or local statutes, ordinances, or regulations. G8. DUTY TO REAPPLY The Permittee shall apply for permit renewal at least 180 days prior to the specified expiration date of this permit. G9. TRANSFER OF GENERAL PERMIT COVERAGE Coverage under this general permit is automatically transferred to a new discharger, including operators of lots/parcels within a common plan of development or sale, if: �r Page 33 of 46 A. A written, signed agreement(Transfer of Coverage Form)between the current discharger (Permittee) and new discharger containing a specific date for transfer of permit responsibility, coverage,and liability is submitted to the Director; and B. The Director does not notify the current discharger and new discharger of the Director's intent to revoke coverage under the general permit. If this notice is not given,the transfer is effective on the date specified in the written agreement. When a current discharger(Permittee)transfers a portion of a permitted site, the current wr discharger shall also submit an updated application form(NOI)to the Director indicating the remaining permitted acreage after the transfer. When a current discharger(Permittee) transfers all portions of a permitted site to one or more new dischargers, the current �r discharger shall also submit a notice of termination (NOT)form to the Director. G10.REMOVED SUBSTANCES 4M Collected screenings, grit, solids, sludges, filter backwash,or other pollutants removed in the course of treatment or control of stormwater shall not be resuspended or reintroduced to the ow final effluent stream for discharge to state waters. G11.DUTY TO PROVIDE INFORMATION The Permittee shall submit to Ecology,within a reasonable time, all information which Ecology may request to determine whether cause exists for modifying,revoking and reissuing, or terminating this permit or to determine compliance with this permit. The Permittee shall also submit to Ecology upon request, copies of records required to be kept by this permit [40 CFR 122.41(h)]. G12.OTHER REQUIREMENTS OF 40 CFR All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by reference. %W G13.ADDITIONAL MONITORING Ecology may establish specific monitoring requirements in addition to those contained in this permit by administrative order or permit modification. w. G14.PENALTIES FOR VIOLATING PERMIT CONDITIONS Any person who is found guilty of willfully violating the terms and conditions of this permit shall be deemed guilty of a crime, and upon conviction thereof shall be punished by a fine of up to ten thousand dollars ($10,000) and costs of prosecution, or by imprisonment in the discretion of the court. Each day upon which a willful violation occurs may be deemed a separate and additional violation. o. Any person who violates the terms and conditions of a waste discharge permit shall incur, in addition to any other penalty as provided by law, a civil penalty in the amount of up to ten 1 Page 34 of 46 thousand dollars ($10,000) for every such violation. Each and every such violation shall be a separate and distinct offense, and in case of a continuing violation, every day's continuance shall be deemed to be a separate and distinct violation. G15.UPSET Definition—"Upset"means an exceptional incident in which there is unintentional and temporary noncompliance with technology-based permit effluent limitations because of factors beyond the reasonable control of the Permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance,or careless or improper operation. An upset constitutes an affirmative defense to an action brought for noncompliance with such technology-based permit effluent limitations if the requirements of the following paragraph are met. A Permittee who wishes to establish the affirmative defense of upset shall demonstrate, through properly signed, contemporaneous operating logs or other relevant evidence that: 1) an upset occurred and that the Permittee can identify the cause(s) of the upset; 2)the permitted facility was being properly operated at the time of the upset; 3)the Permittee submitted notice of the upset as required in condition S5.F; and 4)the Permittee complied ► with any remedial measures required under this permit. In any enforcement proceeding,the Permittee seeking to establish the occurrence of an upset ■r has the burden of proof. G16.PROPERTY RIGHTS This permit does not convey any property rights of any sort, or any exclusive privilege. G17.DUTY TO COMPLY The Permittee shall comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the Clean Water Act and is grounds for enforcement action; for permit termination, revocation and reissuance, or modification; or denial of a permit renewal application. G18.TOXIC POLLUTANTS The Permittee shall comply with effluent standards or prohibitions established under Section ' 307(a) of the Clean Water Act for toxic pollutants within the time provided in the regulations that establish those standards or prohibitions, even if this permit has not yet been modified to incorporate the requirement. 40 Page 35 of 46 .r. G19.PENALTIES FOR TAMPERING The Clean Water Act provides that any person who falsifies, tampers with, or knowingly ., renders inaccurate any monitoring device or method required to be maintained under this permit shall, upon conviction, be punished by a fine of not more than $10,000 per violation, or by imprisonment for not more than two years per violation, or by both. If a conviction of .. a person is for a violation committed after a first conviction of such person under this Condition,punishment shall be a fine of not more than $20,000 per day of violation, or imprisonment of not more than four(4)years, or both. r. G20.REPORTING PLANNED CHANGES The Permittee shall, as soon as possible, give notice to Ecology of planned physical alterations, modifications or additions to the permitted construction activity,which will result in: A. The permitted facility being determined to be a new source pursuant to 40 CFR 122.29(b); B. A significant change in the nature or an increase in quantity of pollutants discharged, including but not limited to: for sites 5 acres or larger, a 20%or greater increase in acreage disturbed by construction activity; C. A change in or addition of surface water(s)receiving stormwater or non-stormwater from 1W the construction activity; or D. A change in the construction plans and/or activity that affects the Permittee's monitoring Im requirements in Special Condition S4. Following such notice,permit coverage may be modified, or revoked and reissued pursuant to 40 CFR 122.62(a)to specify and limit any pollutants not previously limited. Until such modification is effective, any new or increased discharge in excess of permit limits or not specifically authorized by this permit constitutes a violation. G21.REPORTING OTHER INFORMATION Where the Permittee becomes aware that it failed to submit any relevant facts in a permit application, or submitted incorrect information in a permit application or in any report to Ecology, it shall promptly submit such facts or information. G22.REPORTING ANTICIPATED NON-COMPLIANCE The Permittee shall give advance notice to Ecology by submission of a new application or supplement thereto at least forty-five (45) days prior to commencement of such discharges, of any facility expansions,production increases, or other planned changes, such as process modifications, in the permitted facility or activity which may result in noncompliance with "' permit limits or conditions. Any maintenance of facilities,which might necessitate aw Page 36 of 46 unavoidable interruption of operation and degradation of effluent quality, shall be scheduled during non-critical water quality periods and carried out in a manner approved by Ecology. G23.REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT ' Any discharger authorized by this permit may request to be excluded from coverage under the general permit by applying for an individual permit. The discharger shall submit to the Director an application as described in WAC 173-220-040"or WAC 173-216-070, whichever is applicable, with reasons supporting the request. These reasons shall fully document how an individual permit will apply to the applicant in a way that the general permit cannot. Ecology may make specific requests for information to support the request. The Director shall either issue an individual permit or deny the request with a statement explaining the reason for the denial. When an individual permit is issued to a discharger otherwise subject to the construction stormwater general permit,the applicability of the construction stormwater general permit to that Permittee is automatically terminated on the effective date of the individual permit. G24.APPEALS A. The terms and conditions of this general permit, as they apply to the appropriate class of dischargers, are subject to appeal by any person within 30 days of issuance of this general permit, in accordance with Chapter 43.21B RCW, and Chapter 173-226 WAC. ,rr B. The terms and conditions of this general permit, as they apply to an individual discharger, are appealable in accordance with Chapter 43.21B RCW within 30 days of the effective 46 date of coverage of that discharger. Consideration of an appeal of general permit coverage of an individual discharger is limited to the general permit's applicability or nonapplicability to that individual discharger. ► C. The appeal of general permit coverage of an individual discharger does not affect any other dischargers covered under this general permit. If the terms and conditions of this general permit are found to be inapplicable to any individual discharger(s),the matter shall be remanded to Ecology for consideration of issuance of an individual permit or permits. G25.SEVERABILITY The provisions of this permit are severable, and if any provision of this permit, or application of any provision of this permit to any circumstance, is held invalid, the application of such provision to other circumstances, and the remainder of this permit shall not be affected thereby. G26.BYPASS PROHIBITED A. Bypass Procedures Bypass, which is the intentional diversion of waste streams from any portion of a treatment facility, is prohibited for stormwater events below the design criteria for wr Page 37 of 46 stormwater management. Ecology may take enforcement action against a Permittee for bypass unless one of the following circumstances (1, 2, 3 or 4) is applicable. 1. Bypass of stormwater is consistent with the design criteria and part of an approved management practice in the applicable stormwater management manual. 2. Bypass for essential maintenance without the potential to cause violation of permit limits or conditions. Bypass is authorized if it is for essential maintenance and does not have the potential to cause violations of limitations or other conditions of this permit, or adversely impact public health. ow 3. Bypass of stormwater is unavoidable,unanticipated, and results in noncompliance of this permit. This bypass is permitted only if: a. Bypass is unavoidable to prevent loss of life,personal injury, or severe property damage. "Severe property damage"means substantial physical damage to No property, damage to the treatment facilities which would cause them to become inoperable, or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass; .. b. There are no feasible alternatives to the bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes,maintenance during normal m periods of equipment downtime(but not if adequate backup equipment should have been installed in the exercise of reasonable engineering judgment to prevent a bypass which occurred during normal periods of equipment downtime or •• preventative maintenance), or transport of untreated wastes to another treatment facility; and c. Ecology is properly notified of the bypass as required in Special Condition S51 of this permit. 4. A planned action that would cause bypass of stormwater and has the potential to result in noncompliance of this permit during a storm event. The Permittee shall notify Ecology at least thirty(30)days before the planned date of WV bypass. The notice shall contain: a. a description of the bypass and its cause; �. b. an analysis of all known alternatives which would eliminate,reduce, or mitigate the need for bypassing; *' c. a cost-effectiveness analysis of alternatives including comparative resource damage assessment; d. the minimum and maximum duration of bypass under each alternative; e. a recommendation as to the preferred alternative for conducting the bypass; Page 38 of 46 f. the projected date of bypass initiation; g. a statement of compliance with SEPA; h. a request for modification of water quality standards as provided for in WAC 173- 20 1 A-110, if an exceedance of any water quality standard is anticipated; and i. steps taken or planned to reduce, eliminate, and prevent reoccurrence of the bypass. 5. For probable construction bypasses, the need to bypass is to be identified as early in the planning process as possible. The analysis required above shall be considered during preparation of the Stormwater Pollution Prevention Plan (SWPPP) and shall be included to the extent practical. In cases where the probable need to bypass is irr determined early, continued analysis is necessary up to and including the construction period in an effort to minimize or eliminate the bypass. No Ecology will consider the following prior to issuing an administrative order for this type bypass: a. If the bypass is necessary to perform construction or maintenance-related go activities essential to meet the requirements of this permit. b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment facilities,retention of untreated wastes, stopping production, maintenance during normal periods of equipment down time, or transport of untreated wastes to another treatment facility. c. If the bypass is planned and scheduled to minimize adverse effects on the public and the environment. After consideration of the above and the adverse effects of the proposed bypass and any other relevant factors, Ecology will approve, conditionally approve,or deny the request. The public shall be notified and given an opportunity to comment on bypass �" incidents of significant duration, to the extent feasible. Approval of a request to bypass will be by administrative order issued by Ecology under RCW 90.48.120. B. Duty to Mitigate The Permittee is required to take all reasonable steps to minimize or prevent any discharge or sludge use or disposal in violation of this permit that has a reasonable likelihood of adversely affecting human health or the environment. rr J Page 39 of 46 APPENDIX A—DEFINITIONS AKART is an acronym for"all known, available, and reasonable methods of prevention, control, and treatment."AKART represents the most current methodology that can be reasonably required for preventing, controlling, or abating the pollutants and controlling pollution associated with a discharge. ` 1„ Applicable TAML means a TMDL for turbidity, fine sediment, high pH, or phosphorus, which has been completed and approved by EPA prior to November 16, 2005, or prior to the date the operator's complete permit application is received by Ecology, whichever is later. �r Applicant means an operator seeking coverage under this permit. .. Best Management Practices(BMPs)means schedules of activities,prohibitions of practices, maintenance procedures, and other physical, structural and/or managerial practices to prevent or reduce the pollution of waters of the state. BMPs include treatment systems, operating procedures, and practices to control: stormwater associated with construction activity, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Bu ye means an area designated by a local jurisdiction that is contiguous to and intended to protect a sensitive area *W By-pass means the intentional diversion of waste streams from any portion of a treatment facility. Calendar Week(same as Week)means a period of seven consecutive days starting on Sunday. Certified Erosion and Sediment Control Lead(CESCL)means a person who has current certification through an approved erosion and sediment control training program that meets the mum training standards established by Ecology(see BMP C 160 in the SWMM). Clean Water Act(CWA)means the Federal Water Pollution Control Act enacted by Public Law ,,w 92-500, as amended by Public Laws 95-217, 95-576, 96-483, and 97-117; USC 1251 et seq. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a 10 storm sewer, and into which inflow is allowed by local ordinance. Common plan of development or sale means a site where multiple separate and distinct .r construction activities may be taking place at different times on different schedules,but still under a single plan. Examples include: 1)phased projects and projects with multiple filings or lots, even if the separate phases or filings/lots will be constructed under separate contract or by we separate owners (e.g., a development where lots are sold to separate builders); 2) a development plan that may be phased over multiple years,but is still under a consistent plan for long-term development; and 3)projects in a contiguous area that may be unrelated but still under the same .. contract, such as construction of a building extension and a new parking lot at the same facility. Page 40 of 46 If the project is part of a common plan of development or sale, the disturbed area of the entire plan shall be used in determining permit requirements. Composite Sample A mixture of grab samples collected at the same sampling point at different times, formed either by continuous sampling or by mixing discrete samples. May be "time- composite" (collected at constant time intervals) or "flow-proportional" (collected either as a constant sample volume at time intervals proportional to stream flow, or collected by increasing the volume of each aliquot as the flow increases while maintaining a constant time interval between the aliquots. Construction Activity means land disturbing operations including clearing, grading or excavation which disturbs the surface of the land. Such activities may include road construction, construction of residential houses, office buildings, or industrial buildings, and demolition ft activity. Demonstrably Equivalent means that the technical basis for the selection of all stormwater BMPs is documented within a SWPPP, including: 1. The method and reasons for choosing the stormwater BMPs selected; 2. The pollutant removal performance expected from the BMPs selected; r 3. The technical basis supporting the performance claims for the BMPs selected, including any available data concerning field performance of the BMPs selected; 4. An assessment of how the selected BMPs will comply with state water quality �r standards; and 5. An assessment of how the selected BMPs will satisfy both applicable federal technology-based treatment requirements and state requirements to use all known, available, and reasonable methods of prevention, control, and treatment(AKART). Department means the Washington State Department of Ecology. Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow rate of discharge. ' De-watering means the act of pumping ground water or stormwater away from an active construction site. Director means the Director of the Washington Department of Ecology or his/her authorized representative. " Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48 RCW or the Federal Clean Water Act. Domestic Wastewater means water carrying human wastes, including kitchen,bath, and laundry wastes from residences,buildings, industrial establishments, or other places, together with such ground water infiltration or surface waters as may be present. rr MW Page 41 of 46 AW Engineered soils The use of soil amendments including, but not limited,to Portland cement treated base(CTB), cement kiln dust(CKD), or fly ash to achieve certain desirable soil characteristics. go Equivalent BMPs means operational, source control, treatment, or innovative BMPs which result in equal or better quality of stormwater discharge to surface water or to ground water than BMPs selected from the SWN M. Erosion means the wearing away of the land surface by running water, wind, ice, or other ++� geological agents, including such processes as gravitational creep. Erosion and Sediment Control BMPs means BMPs that are intended to prevent erosion and sedimentation, such as preserving natural vegetation, seeding, mulching and matting,plastic covering, filter fences, sediment traps, and ponds. Erosion and sediment control BMPs are synonymous with stabilization and'structural BMPs. Final Stabilization (same as full y stabilized or full stabilization)means the establishment of a permanent vegetative cover, or equivalent permanent stabilization measures (such as riprap, " ' gabions or geotextiles) which prevents erosion. Ground Water means water in a saturated zone or stratum beneath the land surface or a surface water body. Iniection well means a"well"that is used for the subsurface emplacement of fluids. (see Well) wr Jurisdiction means a political unit such as a city,town or county; incorporated for local self- government. National Pollutant Discharge Elimination System (NPDES)means the national program for issuing,modifying, revoking and reissuing, terminating,monitoring, and enforcing permits, and r. imposing and enforcing pretreatment requirements,under sections 307, 402, 318, and 405 of the Federal Clean Water Act, for the discharge of pollutants to surface waters of the state from point sources. These permits are referred to as NPDES permits and, in Washington State, are administered by the Washington Department of Ecology. r Notice oflntent(NOI)means the application for, or a request for coverage under this general permit pursuant to WAC 173-226-200. ow Notice of Termination (NOT) means a request for termination of coverage under this general permit as specified by Special Condition S 10 of this permit. ,,,,, Operator means any party associated with a construction project that meets either of the following two criteria: 1. The party has operational control over construction plans and specifications, including the ,r„ ability to make modifications to those plans and specifications; or aw Page 42 of 46 2. The party has day-to-day operational control of those activities at a project which are go necessary to ensure compliance with a SWPPP for the site or other permit conditions (e.g., they are authorized to direct workers at a site to carry out activities required by the SWPPP or comply with other permit conditions). Out all means the location where stormwater leaves the site. It also includes the location where stormwater is discharged to a surface waterbody within a site,but does not include discharges to on-site stormwater treatment/infiltration devices or storm sewer systems. Permittee means individual or entity that receives notice of coverage under this general permit. pH means a liquid's acidity or alkalinity. A pH of 7 is defined as neutral. Large variations above or below this value are considered harmful to most aquatic life. 46 pH Monitoring Period means the time period in which the pH of stormwater runoff from a site shall be tested a minimum of once every seven days to determine if stormwater is above pH 8.5. 16 Point Source means any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel,tunnel, conduit, well, discrete fissure, and container from go which pollutants are or may be discharged to surface waters of the state. This term does not include return flows from irrigated agriculture. (See Fact Sheet for further explanation.) Pollutant means dredged spoil, solid waste, incinerator residue, filter backwash, sewage, garbage, domestic sewage sludge (biosolids), munitions, chemical wastes,biological materials, radioactive materials,heat,wrecked or discarded equipment, rock, sand, cellar dirt, and industrial, municipal, and agricultural waste. This term does not include sewage from vessels within the meaning of section 312 of the CWA, nor does it include dredged or fill material discharged in accordance with a permit issued under section 404 of the CWA. Pollution means contamination or other alteration of the physical, chemical, or biological properties of waters of the state; including change in tem p erature taste color,turbidi ty, or odor of the waters; or such discharge of any liquid, gaseous, solid,radioactive or other substance into any waters of the state as will or is likely to create a nuisance or render such waters harmful, detrimental or injurious to the public health, safety or welfare; or to domestic, commercial, industrial, agricultural, recreational, or other legitimate beneficial uses; or to livestock, wild animals, birds, fish or other aquatic life. 40 Receiving Water means the waterbody at the point of discharge. If the discharge is to a storm sewer system, either surface or subsurface,the receiving water is the waterbody that the storm sewer system discharges to. Systems designed primarily for other purposes such as for ground water drainage, redirecting stream natural flows, or for conveyance of irrigation water/return flows that coincidentally convey stormwater are considered the receiving water. rr Representative means a stormwater or wastewater sample which represents the flow and characteristics of the discharge. Representative samples may be a grab sample, a time- proportionate composite sample, or a flow proportionate sample. Ecology's Construction Stormwater Monitoring Manual provides guidance on representative sampling. Page 43 of 46 Sanitary Sewer means a sewer which is designed to convey domestic wastewater. ow Sediment means the fragmented material that originates from the weathering and erosion of rocks or unconsolidated deposits, and is transported by, suspended in, or deposited by water. IM Sedimentation means the depositing or formation of sediment. Sensitive area means a waterbody,wetland, stream, aquifer recharge area, or channel migration �" zone. SEPA (State Environmental Policy Act)means the Washington State Law, RCW 43.21 C.020, "�" intended to prevent or eliminate damage to the environment. Significant Amount means an amount of a pollutant in a discharge that is amenable to available "" and reasonable methods of prevention or treatment; or an amount of a pollutant that has a reasonable potential to cause a violation of surface or ground water quality or sediment management standards. tow Sienifcant Concrete Work means greater than 1000 cubic yards poured concrete or recycled concrete. Si—anificant Contributor o Pollutants means a facility determined by Ecology to be a contributor of a significant amount(s) of a pollutant(s)to waters of the state of Washington. Site means the land or water area where any "facility or activity" is physically located or conducted. Source Control BMPs means physical, structural or mechanical devices or facilities that are intended to prevent pollutants from entering stormwater. A few examples of source control BMPs are erosion control practices,maintenance of stormwater facilities, constructing roofs over storage and working areas, and directing wash water and similar discharges to the sanitary sewer or a dead end sump. Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as, temporary and permanent seeding,vegetative covers,mulching and matting,plastic covering and sodding. See also the definition of Erosion and Sediment Control BMPs. Storm Drain means any drain which drains directly into a storm sewer system,usually found "` along roadways or in parking lots. to Storm Sewer System means a means a conveyance, or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, manmade channels, or storm drains designed or used for collecting or conveying stormwater. This does not include systems which are part of a combined sewer or Publicly Owned Treatment Works (POTW) as defined at 40 CFR 122.2. l. Page 44 of 46 Stormwater means that portion of precipitation that does not naturally percolate into the ground or evaporate,but flows via overland flow, interflow,pipes, and other features of a stormwater drainage system into a defined surface water body, or a constructed infiltration facility. Stormwater Management Manual(SWMM or Manual means the technical manual published by Ecology for use by local governments that contain descriptions of and design criteria for BMPs to prevent, control, or treat pollutants in stormwater. Stormwater Pollution Prevention Plan (SWPPP) means a documented plan to implement measures to identify,prevent, and control the contamination of point source discharges of stormwater. Surface Waters of the State includes lakes,rivers,ponds, streams, inland waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Total Maximum Daily Load(TAML) means a calculation of the maximum amount of a pollutant that a waterbody can receive and still meet state water quality standards. Percentages of the total maximum daily load are allocated to the various pollutant sources. A TMDL is the sum of the allowable loads of a single pollutant from all contributing point and nonpoint sources. The TMDL calculations shall include a "margin of safety" to ensure that the waterbody can be protected in case there are unforeseen events or unknown sources of the pollutant. The calculation shall also account for seasonable variation in water quality. Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of treatment BMPs are detention ponds, oil/water separators,biofiltration, and constructed wetlands. Transparency means a measurement of water clarity in centimeters (cm), using a 60 cm. transparency tube. The transparency tube is used to estimate the relative clarity or transparency of water by noting the depth at which a black and white Secchi disc becomes visible when water is released from a value in the bottom of the tube. A transparency tube is sometimes referred to as a"turbidity tube". to Turbidi& The clarity of water expressed as nephelometric turbidity units (NTU) and measured with a calibrated turbidimeter. ON Waste Load Allocation (WLA) means the portion of a receiving water's loading capacity that is allocated to one of its existing or future point sources of pollution. WLAs constitute a type of water quality based effluent limitation(40 CFR 130.2(h)). Water Quality means the chemical,physical, and biological characteristics of water, usually with respect to its suitability for a particular purpose. Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR Subpart 122.2 within the geographic boundaries of Washington State and "waters of the state" as Page 45 of 46 �. defined in Chapter 90.48 RCW which include lakes, rivers,ponds, streams, inland waters, underground waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Well means a bored, drilled or driven shaft, or dug hole whose depth is greater than the largest surface dimension. (see Injection Well) .r wo no No r.r N. .w w r No Ow Page 46 of 46 APPENDIX B—ACRONYMS AKART All Known, Available, and Reasonable Methods of Prevention, Control, and +rrrr Treatment BMP Best Management Practice CESCL Certified Erosion and Sediment Control Lead CFR Code of Federal Regulations CKD Cement Kiln Dust cm Centimeters CTB Cement Treated Base CWA Clean Water Act DMR Discharge Monitoring Report EPA Environmental Protection Agency ESC Erosion and Sediment Control NOI Notice of Intent NOT Notice of Termination NPDES National Pollutant Discharge Elimination System NTU Nephelometric Turbidity Unit RCW Revised Code of Washington SEPA State Environmental Policy Act SWMM Stormwater Management Manual SWPPP Stormwater Pollution Prevention Plan TMDL Total Maximum Daily Load UIC Underground Injection Control USC United States Code USEPA United States Environmental Protection Agency WAC Washington Administrative Code WQ Water Quality WWHM Western Washington Hydrology Model RECEIVED Ash, SEP - 8 2008 Final Contract Washington State Department of Transportation Transportation Systems Div. Voucher Certificate Contractor �eacxtrifi Inc,. Street Address it 10 Srook al Rd E_ . City State Zip�k� Date/d0` T Federal-Aid Project Number Highway Number State Project Number j Contract Title 60.4# 0 7-79-05S�5 Sooth La,Ke Was h ifiqlrin koad LJa �m f ve en Date Work Physically Completed Final Amount Junes a?7� a?bOFf $ RO , d73 , 6 Contractor's Certification I, The undersigned, having first been duly sworn,certify that I am authorized to sign for the claimant;that in connection with the work performed and to the best of my knowledge no loan,gratuity or gift in any form whatsoever has been extended to any employee of the Department of Transportation nor have I rented or purchased any equipment or materials from any employee of the Department of Transportation; I further certify that the attached final estimate is a true and correct statement showing all the monies due me from the State of Washington for work performed and material furnished under this contract;that I have carefully examined said final estimate and understand the same and that I hereby release the State of Washington from any and all claims of whatsoever nature which I may have, arising out of the performance of said contract,which are not set forth in said estimate. A I A Contractor Authorized Signa ure Required Sloe of Wa�hNtpbn W W CO .E 1-15.2011 �;� Type Signature Name Subscribed and sworn to before me this day of 20 �- Notary Public in and for the State of residing at Department of Transportation Certification I,certify the attached final estimate to be based upon actual �0(0 9 measurements, and to be true and correct. Approved Date X X Project Engineer/Project Administrator Regional Administrator,Area Administrator,or Facilities Administrator Headquarters Use Only Secretary of Transportation hereby accepts the completed contract pursuant to Section 1-05.12 of the Contract provisions. X Secretary of Transportation/or Designee Date of Acceptance This Final Contract Voucher Certification is to be prepared by the Project Engineer or Project Administrator and the original forwarded to Olympia Headquarters for acceptance and payment. Contractors Claims, if any, must be included and the Contractors Certification must be labeled indicating a claim attached. Original to: Copies by State Accounting Office,Contract Payments to: ❑State Construction Office ❑Region ❑Project Engineer or Project Administrator ❑Contractor DOT Form 134-146 EF Revised 6/07 �Y o + ''- + PUBLIC WORKS DEPARTMENT M E M O R A N D U M DATE: August 27, 2008 TO: Peter Hahn Bob Hanson Rob Lochmiller FROM: Gregg Zimmerman SUBJECT: South Lake Washington Roadway Improvement Project— Closure of Project and Pay Estimate 919. Subsequent to our meeting with representatives of Ceccanti, Inc. regarding close out of the South Lake Washington Roadway Improvement Project and processing of the final pay request #19, 1 discussed this matter further with Rick Ceccanti. He made it clear that the financial status of the project did not allow reduction of the amount of the final pay request to compensate for extra costs experienced by Renton due to delay in project completion and several small reductions in work. In addition, Ceccanti Inc. disputed these costs. He stated that if that was going to be Renton's approach, Ceccanti Inc. would be forced to counter by submitting a list of added costs that they experienced during the project and request extra payment from Renton. Such extra costs (including costs associated with delays Ceccanti Inc. experienced accessing Boeing property because the needed rights-of-way and easements had not yet all been secured at the time the project started) would exceed the $150,100.80 that Renton wishes to deduct from the final pay request. This would likely result in litigation between Renton and Ceccanti Inc. Any such litigation would likely cost both parties far in excess of the amount ($150,100.80) currently being contested on Pay Request#19. Under these circumstances, we agreed that the optimal solution is for Renton to pay the final Pay Request#19 in the listed amount of$199,170.70, and both parties drop any claims for additional payment. Rick Ceccanti and I did agree to this approach. Note that with this payment the project remains comfortably within our project budget. Please submit to Cecannti, Inc. three copies of the final pay request so that we can proceed toward closure of this contract. cc: Larry Warren c:Ausers\gzimmerman\desktop\city forms\memo ibrms\standard memo.doc OSERAN, HAHN, SPRING, STRAIGHT & WATTS, P.S. Craig Blackstone ATTORNEYS AT LAW M. Edward Spring James H. Clark 10900 N.E.Fourth Street#850 Matthew B. Straight Ginger Edwards Buetow Bellevue,Washington 98004 g Telephone(425)455-3900 David M. Tall Gerald M. Hahn Facsimile(425)455-9201 Charles E. Watts Thomas M. Hansen www.ohswlaw.com William C. Hsu CITY OF RENTON of Counsel: Robert C. Kelley Michel P. Stern s u 1 12 2008 September 9, 2008 CITY RECEIVED i ERKI S OFFICE Certified Mail, Return Receipt Requested Fidelity& Deposit Company of Maryland and Fidelity&Deposit Company of Maryland Zurich American Insurance Company Registered Address: Mailing Address: 3910 Keswick Road 1400 American Ln, Tower 1, 19th Floor Baltimore, MD 21211 Schaumburg, IL 60196-1056 Fidelity& Deposit Company of Maryland Zurich American Insurance Company Home Office: Registered Address: P.O. Box 1227 1 Liberty Plaza 165 Broadway Baltimore, MD 21203-1227 New York, NY 10006 City of Renton City of Renton ATTN: Bonnie Walton, City Clerk ATTN: Greg Zimmerman, Administrator 1055 S. Grady Way Public Works Department Renton, WA 98057 Renton City Hall 1055 S. Grady Way Renton, WA 98057 RE: S. Lake Washington Roadway Improvements Public Works Construction Contract: CAG-06-068 Performance/Payment Bond dated July 7, 2006 Bond No.: CMB08827713 Release ofRetainage Bond No.: RRT08827715 RECEIVED Greetings: SEP 15 2008 Transportation Systems Div. Please be advised that we represent Transtech Electric, Inc., a subcontractor to Ce , the subject construction project. Transtech Electric, Inc. hereby makes claim against the bonds for principal and retention in the total sum of$189,818.39 (principal of$69,002.74, which includes interest to date, and retention of$120,815.65) and will also make claim for further interest and attorney fees to the extent provided for by law. �e C i4U- - O- 0& F:\RCK\Transtech\CityofRenton\Fidelity-Zurich Itr.doc 09/09/08(If)#95174.033 ,nb La ,/lei �i'17 DM)M HARRIS I«( 7+r { : Change Order 1 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change larder Number: 1 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed b Surety Consent Contractor Attorney on Fact Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $ 19,443,826.60 Estimated Net Change This Order: $ 11,162.51 Estimated Contract Total After Change: $19,454,989.11 Ap al Recommended ❑Approval Recommended Project Engineer—David Mohler,PE City of Renton /0-/69- 04 Date Date VA'pproval Recommend d rof d / OG Ci o enton—Rob LochmilleKKr,PE Date ID/1/Vlo Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order: Page 1 of 3 Z:160011,11113 SLWRIISLWRI 1600 Cons1ruction\613 Change Orders\Change Order 1-VMS 1Change Order#1(revised).doc 000051-k-3 fry'!./3.0? net-4 3S 4 Y " DMJM HARRIS A F, ; " ai '+ Change Order 1 ISSUE NO. 1 —VARIABLE MESSAGE SIGNS Background Section 1-07.23(1) of the Contract requires a minimum of 3 days advance notice prior to implementing the construction detour. The method is not clearly defined, but it was the City's intent to place a portable variable message sign (VMS) at each end of the detour. Due to the visibility of the project, the City also elected to increase the advance notice beyond 3 days, and continue the notice through July 27th. The construction work started on July 10, 2006 and the detour was planned to be implemented on July 18, 2006. The City of Renton directed the Contractor to wait until after the weekend of Renton River Days (July 22 and 23)to implement the detour. Ceccanti's striping subcontractor was unavailable on Monday, July 24, so the detour was implemented on July 25, 2006. Description of Change Two portable variable message signs, noting the detour status, shall be installed at locations established by the Engineer, and shall run continuously from July 7 through July 27. Measurement Measurement for"Variable Message Signs"will be lump sum. Payment Payment for this work will be made in the amount of$9,603.52, under the new lump sum item A139— Variable Message Signs, and shall be full pay for all costs associated with the furnishing, setting up, taking down, maintaining, and removing from the site. ISSUE NO. 2— DETOUR SIGNING REVISIONS Background To improve detour clarity, the City requested that the Contract signing be revised. These revisions include installation of additional signs and relocation of others already installed (per Contract). Description of Change The following signs shall be furnished and installed as directed by the Engineer: 12 Ea. "Sidewalk Closed" (36"x24") 1 Ea. "Straight and Right Arrow Only" (30"x36") 1 Ea. "Straight and Left Arrow Only" (30"x36") 1 Ea. "Boeing Access Only" (36"x24") 1 Ea. "Boeing Access Only Right Arrow" (36"x24") 1 Ea. "W4-2 Lane end Merge Left" (48"x48") Measurement Measurement for"Revised Detour Signing"will be lump sum. Page 2 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 1-VMS\Change Order#1(revised).doc 14 Y � DM)M HARRIS i C Change Order 1 ;1 Payment Payment for this work will be made in the amount of$1,558.99, under the new lump sum item A140— Revised Detour Signing, and shall be full pay for all costs associated with the furnishing, installing, maintaining, and removing from the site. SUMMARY OF QUANTITIES Bid Item Description Unit Amount A139 Variable Message Signs LS 1 $ 9,603.52 A140 Revised Detour Signing LS 1 $ 1,558.99 TOTAL $ 11,162.51 Page 3 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 1-VMS\Change Order#1(revised).doc ralr+ Y DMIM HARRIS � � A"P i ♦� IR 11, r) Change Order 2 L.- Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements DOCUMENT CONTROL RECEIVED Change Order Number: 2 Prime Contractor: Ceccanti Inc. OCT 19 2006 Project o. X Ordered by Engineer under the terms of Section 1 04.4 of the Standard Specifications Control No.File No. ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact /6_ ""?_ o C Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $ 19,454,989.11 Estimated Net Change This Order: $21,985.00 Estimated Contract Total After Change: $19,476,974.11 Approval Recommended ❑Approval Recommended otect Engineer— avid Mohler,Pt City of Renton Date Date ppr v Re ommenopd d City f Renton—Rob Loc miller,PE /D e O� b ity of Renton Date IC�I,"'rr�- Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order: Page 1 of 3 Z:\60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 2-Wage Rates\Change Order#2.doc �" Vt DMJM HARRIS ,V V 0(41 � Change Order 2 DAVIS BACON WAGE RATES ADJUSTMENTS Background The hourly minimum wage rates contained in Appendix A, as a part of the Davis-Bacon Act, have been updated. Per the relevant laws of the Act, updated wage rates should have been incorporated into the Contract as a part of Addendum 7. For this Contract to be in compliance with the Act, and also be eligible for EDA funding, a change order reflecting the increase in applicable prevailing wages must be prepared that incorporates the June 2, 2006 wage rates. This change will be retroactive to the beginning of the project. Description of Change This Change Order is being created to: 1. Incorporate the June 2, 2006 federal wage rates 2. Compensate the Contractor and his Subs for the difference between the new June 2, 2006 prevailing wages and the prevailing wage rates included in the contract. Measurement Measurement for"Davis Bacon Wage Rates Adjustment'will be per hour. Payment New unit price items will be created, one for the Contractor and one for each of his Subcontractors. Payment for this work will be made in the amount of$ 0.90/HR plus markup under the new unit price items A141 through A152 — Davis Bacon Wage Rates Adjustment— and shall be full pay for the total number of actual hours worked by all affected employees (only employees that have wage rates under the June 2, 2006 rates). SUMMARY OF QUANTITIES ITEM PAY ITEM DESCRIPTION QTY UNIT UNIT TOTAL NO. PRICE A141 Davis Bacon wage rate adjustment(Ceccanti) 9,000 HR $ 1.04 $ 9,360.00 A142 Davis Bacon wage rate adjustment(Buckley) 500 HR $ 1.01 $ 505.00 A143 Davis Bacon wage rate adjustment(Goodnight) 200 HR $ 1.01 $ 202.00 A144 Davis Bacon wage rate adjustment(Potelco) 3,000 HR $ 1.01 $ 3,030.00 A145 Davis Bacon wage rate adjustment(RW Rhine) 200 HR $ 1.01 $ 202.00 A146 Davis Bacon wage rate adjustment(Salinas) 1,500 HR $ 1.01 $ 1,515.00 A147 Davis Bacon wage rate adjustment(Striperite) 500 HR $ 1.01 $ 505.00 A148 Davis Bacon wage rate adjustment(Transtech) 250 HR $ 1.01 $ 252.50 A149 Davis Bacon wage rate adjustment(Trench less) 3,000 HR $ 1.01 $ 3,030.00 Page 2 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 2-Wage Rates\Change Order#2.doc 0� - DMJM HARRIS i ARUN t Cha Order 2 A150 Davis Bacon wage rate adjustment(Triton Marine) R $ 1.01 $ 3,030.00 A151 Davis Bacon wage rate adjustment(Western Asphalt) $ 1.01 $ 252.50 A152 Davis Bacon wage rate adjustment(Others) 100 HR $ 1.01 $ 101.00 TOTAL ESTIMATED CHANGE ORDER $ 21,985.00 AMOUNT * Unit Price Determination: Laborers (Zone 1) 06/01/05 06/01/05 06/01/05 06/01/06 06/01/06 06/01/06 Rates Fringes Rates Total Rates Fringe Rates Total Difference "Group 1 $18.56 $7.95 $26.51 $19.26 $8.15 $27.41 $0.90 "*Group 2 $20.88 $7.95 $28.83 $21.58 $8.15 $29.73 $0.90 "*Group 3 $25.56 $7.95 $33.51 $26.26 $8.15 $34.41 $0.90 "*Group 4 $26.04 $7.95 $33.99 $26.74 $8.15 $34.89 $0.90 "*Group 5 $26.40 $7.95 $34.35 $27.10 $8.15 $35.25 $0.90 Markup: Ceccanti at 15%: $0.90/hr x 1.15 = $1.04 Sub-contractors at 12%: $0.90/hr x 1.12 = $1.01 "* See attached Federal Wage Determination document Page 3 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 2-Wage Rates\Change Order#2.doc DMJM HARRIS ALCOM .� i Change Order 9 3 CON I Rut- Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 RECEIVED i I Contract Title: South Lake Washington Roadway Improvements DEC 14 2006 Change Order Number: 3 Project No. 110005/43 File No. Prime Contractor: Ceccanti Inc. Control No. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent ontractor Attorney on Fact l2-07-200,16, Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $ 19,476,974.11 Estimated Net Change This Order: $48,887.38 Estimated Contract Total After Change: $19,525,861.49 =Ap al Recommended ❑Approval Recommended roject Engineer—David Mo er,PE City of Renton l2-' P—O� Date Date Approval Recommen d p ve City of R nton—R-og Lochmiller, E CI of enton D to I�1— 1--c Ay, Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order: Page 1 of 2 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 3-Restrained Joint Waterline\Change Order#3(draft).doc ° DMJM HARRIS AECOM IT a °� Change Order 3 RESTRAINED JOINTS FOR REMAINING WATERLINE Background Due to poor soils condition, the City is directing the contractor to install the remaining waterline with field lock gaskets and mega-lug restrainers, as appropriate, at each joint. Description of Change The restraint of the remaining waterline with field lock gaskets and mega-lug restrainers will be in addition to the current contract requirements of shackle rods and thrust blocking. Measurement Measurement for the added "field lock gaskets" and "mega-lug restrainers"will be per each. Payment New unit price items will be created for the additional field lock gaskets and mega-lug restrainers. Payment for this work will be made under the new unit price items, as detailed in the Summary of Quantities, and shall be full pay for the total number of actual restrained joints installed in the field. SUMMARY OF QUANTITIES B d'Item Description Unit MY.- Unit Price Amount C20 12" Field Lock Gaskets EA 275 $136.17 $ 37,446.75 C21 8" Field Lock Gaskets EA 25 $82.27 $ 2,056.75 C22 6" Field Lock Gaskets EA 5 $61.58 $ 307.90 C23 4" Field Lock Gaskets EA 5 $43.17 $ 215.85 C24 12" Mega-Lug restrainers EA 40 $99.45 $ 3,978.00 C25 8" Mega-Lug restrainers EA 10 $57.58 $ 575.80 C26 6" Mega-Lug restrainers EA 5 $39.82 $ 199.10 C27 4" Mega-Lug restrainers EA 5 $30.62 $ 153.10 TOTAL $ 44,933.25 SALES TAX AT 8.8%: $ 3,954.13 TOTAL CHANGE ORDER AMOUNT: $ 48,887.38 Page 2 of 2 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 3-Restrained Joint Waterline\Change Order#3(draft).doc -� two, DMJM HARRIS AECOM Change Order 4 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 4 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact �1-7 Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $19,525,861.49 Estimated Net Change This Order: $30,546.00 Estimated Contract Total After Change: $19,556,407.49 Approv ecommended ❑Approval Recommended Pr fect Engineer-Dave Mohler,PE City of Renton lZ 317 Date ' Date XApproval Recommended Ap 6 d a Citrof Renton-Robb Lochmiller,PE ty of Renton Date vz-�/OV Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order: Page 1 of 2 Z:\60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 4-Joint Utility Trench added items\Change Order#4.doc Y `" `"' DMJM HARRIS AECOM +� ..._'� Change Order 4 JOINT UTILITY TRENCH BACKFILL Background The Contract requires that the native soil, noted as"TRENCH SPOIL BACKFILL" on Plan Sheet U48, is to be used exclusively for the Joint Trench backfill. However, as construction has proceeded, it has been observed that the native soil is of varying quality, and on occasion, unsuitable for reuse as backfill in the trench (specifically within the roadway prism). To ensure that suitable material is used for trench backfill, a new gravel borrow item is being added. PSE has failed to install their vaults and conduit as coordinated by the schedule and rework of the trenches will be required as a result of this delay. Description of Change The Contractor shall use gravel borrow for joint trench backfill where native soils are deemed unsuitable for reuse as backfill. Suitability of the native soil will be determined by the Engineer, and all Contract provisions for gravel borrow shall apply. The Contractor shall continue to pursue installation of the joint trench. The Contractor shall inform the Engineer in writing when the schedule is impacted, or other rework is required, due to non-performance on the part of Potelco (working on behalf of PSE). Measurement • Measurement for the new item "Gravel Borrow Including Haul' will be per TON. • Measurement for the new item "Minor Change—Joint Trench"will be by Force Account. Payment • Payment for the use of gravel borrow will be made within Schedule D, under a new item, D12— "Gravel Borrow Including Haul." • Payment for work associated with PSE-caused delays will be made within Schedule D, under a new item, D13—"Minor Change—Joint Trench." Payment for this work will be made under the new unit price items, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. SUMMARY OF QUANTITIES Bid Item Description Unit Q Unit Price Amount D12 Gravel Borrow Including Haul TON 200 $27.73 $ 5,546.00 D13 Minor Change—Joint Trench FA 1 $25,000.00 $ 25,000.00 TOTAL $ 30,546.00 TOTAL CHANGE ORDER AMOUNT: $ 30,546.00 Page 2 of 2 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 4-Joint Utility Trench added items\Change Order#4 doc Page 1 of 1 You forwarded this message on 1/22/2007 2:44 PM. � Manescu,Silvia From: Robert Lochmiller[RLochmiller @ci.renton.wa.us] Sent: Mon 1/22/2007 2:39 PM To: Manescu,Silvia Cc: Mohler, David Subject: Re: SLWRI-Change Order 4(Joint Utility Trench) Attachments: Looks fine to me Robert Lochmiller, PE Transportation Systems Division-Design Renton City Hall-5th Floor 1055 South Grady Way Renton, WA 98055 Tel:(425)430-7303: Cell: (206)818-9926 Fax: (425)430-7376 riochmiller @ci.renton.wa.us >>> "Manescu, Silvia" <Silvia.Manescu @dmjmharris.com> 01/22/07 12:12 PM >>> https:Hsecure.aecom.com/exchange/Silvia.Manescu/Inbox/Re:%20SLWRI%20-%20Change%200rder%2... 1/24/2007 DMJM HARRIS 11 MCC,i," f 4 " } Change Order 5 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 5 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent 7-�P� \—� N /o. Contractor Attorney on Fact 3-3a-off Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $ 19,556,407.49 Estimated Net Change This Order: $371,514.59 Estimated Contract Total After Change: $19,927,922.08 KAp roval Recommended ❑Approval Recommended Project Engineer-David Mohler,PE City of Renton 313< 7 Date Date Appr val Recommende O City of Renton-Ro-FLochmiller,PE d6te :�5o 6 Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order. Pagel of 4 ZA60005183 S1-WRI\SLWRI\600 Construction\613 Change Orders\Change Order 5-Lighting and Landscaping Changes\Change Order 5.doc DMJM HARRIS AECON1 Change Order 5 ISSUE NO. 1 —ILLUMINATION REVISIONS Background The City revised the illumination system by deleting 21 of the original 35-foot poles and adding 48 new 14- foot poles and 6 new 16-foot poles. The City also requested 2 spares for each new length of pole (4 total) to be delivered to the City shop. Description of Change The attached revised plan sheets IDT1, IDT2, CH04 through CH10, CH12, and CH13 shall become a part of the Contract, and shall replace the existing sheets. Two spare 14-foot poles and two spare 16-foot poles shall be delivered to the City shop. Materials New 14-foot and 16-foot poles shall be Cooper, InVue, as attached. Lamps shall be 100W MH. Measurement Measurement for new item "Illumination System Complete— Revised"will be lump sum. Payment Existing Bid Item A129— Illumination System Complete is deleted. New lump sum Bid Item A154 Illumination System Complete— Revised is added. Payment for the revised illumination work, described above, shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. This change does not affect contract time. ISSUE NO. 2—LANDSCAPING AND IRRIGATION REVISIONS Background Harvest Partners and the City Development Services requested an increase to the number of trees and shrubs, and the City agreed to revise the landscaping and irrigation plans to reflect the added quantities. Furthermore, Harvest Partners revised the locations of driveways that affected the overall landscaping and irrigation quantities. Description of Change The attached revised plan sheets LP01 through LP13, IR03, IR06, IR08 through IR13, PP06, PP16, PP17, PP18, PP21 through PP24, DT04, U04, U06, U08, U12, U13, U15 through U18, U21 through U24, SD23, SDT1, SDT2 shall become a part of the Contract, and shall replace the existing sheets. The Contractor shall substitute Chanticleer FI Pear, 3-inch for the specified Frans Fontaine Hornbeam, 3- inch as a no-cost change. Groundcover shall be planted in accordance with the Contract documents. Groundcover plantings shall be 4-inch pot size, Vinca Minor(Dwarf Periwinkle), with an estimated quantity of 1,930 plants. Work associated with Bid Item A101 — Metal Tree Grates and Frames is deleted. The Contractor shall fabricate 103 tree grates and frames, and deliver to the site for installation by Harvest Partners. DMJM Harris Serial Letter 94 revised driveways, irrigation, and landscaping. The attached serial letter shall become a part of this change order. Page 2 of 4 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 5-Lighting and Landscaping Changes\Change Order 5.doc DMJM HARRIS FCOM ti it Change Order 5 DMJM Harris Serial Letter 105 further clarified quantity revisions that were made in Serial Letter 94. The attached serial letter shall become a part of this change order. Payment for the irrigation and landscaping revisions, described above, shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. This change does not affect contract time. Measurement Measurement for new item "Irrigation System—Revised"will be lump sum. Measurement for"Deciduous Trees"will be per each. Measurement for new item "Groundcover"will be per each. Measurement for"Supply Metal Tree Grates and Frames"will be per each. Payment Bid item A105— Irrigation System is deleted. New lump sum Bid Item A153— Irrigation System— Revised is added. Bid Item A155—Groundcover is added. Existing Bid Item A101 — Metal Tree Grates and Frames is deleted. New per each Bid Item A156—Supply Metal Tree Grates and Frames is added. Payment for all other items affected by this change will be made under existing pay items (See Summary of Quantities). ISSUE NO. 3—SIGNING REVISIONS Background The City provided revised plan sheets that modify sign locations. Description of Change Plan Sheets SDT1 and SDT2 include the revisions to the signing requirements. Payment Payment shall remain at the agreed LS pricing under pay item A130— Permanent Signing. This change does not affect contract time. SUMMARY OF QUANTITIES ROADWAY/STORM D-AINAGE Alternative#2-CCP (EDA Eligible) Bid Item Description Unit Unit Price Previous Est.Qty. New Est.Amt. Item Measure Quantity Change Qty. Change A37 Storm Drain Pipe, 12 In. Diam. LF $ 27.40 6717 -19 6698 $ 520.60) A50 Catch Basin Type 1 EA $ 1,528.00 38 -1 37 $ 1,528.00 A95 Soil Amendment CY $ 63.26 235 68 303 $ 4,301.68 A97 Bark Mulch CY $ 28.73 360 -140 220 S 4,022.20) A99 Shrubs 2 Gal) EA $ 22.48 532 593 1125 $ 13,330.64 A100 Topsoil Type A CY $ 30.63 1,700 2058 3758 8 61036.54 A101 Metal Tree Grates and Frame EA $ 1,305.39 88 -88 0 $(114,874,32) Page 3 of 4 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 5-Lighting and Landscaping Changes\Change Order 5.doc ,, � DMJM HARRIS 1! C a Change Order 5 A102 Deciduous Trees W Caliper) EA $ 657.08 142 87 229 $ 57,165.96 A103 Deciduous Trees 2"Caliper) EA $ 434.44 60 46 106 $ 19,984.24 A105 Irrigation System LS $216,694.19 1 -1 0 $(216,694.19) A110 Cement Concrete Driveway SY $ 44.12 445 -100 345 $ 4,412.00 A115 Cement Concrete Sidewalk SY $ 33.08 6,650 152 6802 $ 5,028.16 A153 Irrigation System-Revised LS $264,079.15 0 1 1 $ 264,079.15 A129 Illumination System Complete LS $775,072.72 1 -1 0 $(775,072.72) A154 Illumination System Complete-Revised LS $955,104.26 0 1 1 $ 955,104.26 A155 Groundcover EA $ 4.20 0 1930 1930 $ 8,106.00 A156 Supply Metal Tree Grates and Frame EA $ 956.33 0 103 103 $ 98,501.99 TOTAL $ 371,514.59 Page 4 of 4 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 5-Lighting and Landscaping Changes\Change Order 5.doc T .G Contract Change Order Number: CAG-06-068 6 C Federal Aid Number.tuber: 07-79-0582 5 Contract Title; South Lake Chan Washington dway Improvements Roa Change Order Number: 6 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the ter U ms of Section 1-04.4 of the Standard S pecifications Change proposed by Contractor Endo Surety Consent Contractor Attorney on FactN Date �_ Date Original ContractAmount: Current Contract Amount: $ 19,443,826-60 Estimated Net Change This Order: $ 19,927,922-08 Estimated Contract Total After Change: $56,022.27 Approval Recommended $19,983,944.35 Project Engineer Approval Recommended g David Mohler,PE 3 �� City of Renton 'e Date )r al Recommend d ,)n—Rob Lochmiller,PE ed ,/?0/, i of ent t� Representing e ordered toperjorm thefollowing described work upon receipt o tan approved copy olthe change order: uction1613 Page 10 f 3 Change Ordersichange Order 6-Concrete Pavement Detail RevisionslChange Order 6.doc �rrw V DMJM HARRIS ,' ECON) Change Order 6 ,;t CONCRETE PAVEMENT DETAIL REVISIONS Background The Contractor's RFI 37 requested additional information and clarification regarding concrete pavement detail (design and specifications). In response to this RFI, the Designer, W&H Pacific, provided revised drawings clarifying, modifying, and/or eliminating elements of the concrete roadway, parking strips, crosswalks, and curb &gutter. Description of Change The attached revised plan sheets DT04, DT06, DT07, PP04, PP06, PP08, PP18 and new plan sheet DT08 shall become a part of the Contract, and shall replace the existing sheets. As a result of this revision, Bid Item A33 is deleted, the quantity for Bid Item A107 was reduced, and five (5) new items were created. The changes made in Serial Letters 34 and 37 are incorporated into this change order. These changes include eliminating the proposed colored paving and curb returns on 8th Street at Sta. 65+19.14, and revising the drainage features at the same location. Estimated quantities for these changes are included in the Summary of Quantities included below. Measurement • Measurement for new item "Stamped Cement Concrete Intersection Pavement with Reinforcing Bar" will be per square yard. • Measurement for new item "Stamped Cement Concrete Intersection Pavement Including Dowels"will be per square yard. • Measurement for new item "Dowel Size Reduction"will be per cubic yard. • Measurement for new item "Integral Cement Concrete Curb with #3 Reinforcing Bar Ties"will be per linear foot at stamped concrete intersections and colored concrete parking strips. • Measurement for new item "Integral Cement Concrete Curb with Concrete Roadway" will be per linear foot when used in conjunction with cement concrete pavement including dowels. Payment • Payment for stamped cement concrete intersection pavement with reinforcing bar"will be made within Schedule A, under a new item, A157—"Stamped Cement Concrete Intersection Pavement with Reinforcing Bar". • Payment for stamped concrete including dowels will be made within Schedule A, under a new item, A158—"Stamped Cement Concrete Intersection Pavement Including Dowels". • Payment(credit)for reducing the dowels size will be made within Schedule A, under a new item, A159—"Dowel Size Reduction." Payment quantity will be based on Bid Item A32. • Payment for integral concrete curb with reinforcing bar will be made within Schedule A, under a new item, A160—"Integral Cement Concrete Curb with #3 Reinforcing Bar Ties". • Payment for integral cement concrete curb with concrete roadway will be made within Schedule A, under a new item, A161 —"Integral Cement Concrete Curb with Concrete Roadway". Payment for all other items affected by this revision will be made under the existing pay items (See Summary of Quantities). Payment for this work shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. This change does not affect contract time. Page 2 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 6-Concrete Pavement Detail Revisions\Change Order 6.doc '�rlr► 'rrr� x DMJM HARRIS )I'- 7Chan a Order 6 , -i 9 SUMMARY OF QUANTITIES Bid Est,Qty, Unit Item DescHIption Unit Prev.Qty New City change Price Amount Cement Conc. Pavement-Incl. A32 Dowels CY 8,000.00 8,086.00 86.00 $243.17 $ 20,912.62 Stamped Cement Concrete - A33 Pavement SY 11,785.00 0.00 11,785.00 $100.36 $ 1,182,742.60 A37 Storm Drain Pipe, 12-Inch Diam. LF 6,698.00 6,674.00 -24.00 $27.40 $ 657.60 A52 Catch Basin Typle 1L EA 10.00 9.00 -1.00 $1,394.75 $ 1,394.75 Cement Conc.Traffic Curb and - A107 Gutter LF 17,875.00 1,760.00 16,115.00 $12.63 $ 203,532.45 Cement Conc.Sidewalk Ramp Type A116 1B EA 52.00 50.00 -2.00 $1,214.33 $ 2,428.66 Stamped Cement Concrete Intersection A157 Pavement with Reinforcing Bar SY 0.00 8,580.00 8,580.00 $123.48 $ 1,059,458.40 Stamped Cement Concrete Intersection A158 Pavement Incl. Dowels SY 0.00 2,770.00 2,770.00 $106.06 $ 293,786.20 A159 Dowel Size Reduction CY 0.00 8,086.00 8,086.00 -$2.24 $ 18,112.64 Integral Cement Cocrete Curb with# 3 A160 Reinforcing Bar Ties LF 0.00 4,000.00 4,000.00 $12.84 $ 51,360.00 Integral Cement Cocrete Curb with A161 Concrete Roadway LF 0.00 12,115.00 12,115.00 $3.25 $ 39,373.75 TOTAL $ 56,022.27 Page 3 of 3 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 6-Concrete Pavement Detail Revisions\Change Order 6.doc DMJM HARRIS ; AECOM �(,�_Wj Change Order 7 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 7 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor EM Surety Consent Contractor Attorney on Fact -3C%cc� Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $19,983,944.35 Estimated Net Change This Order: $20,103.41 Estimated Contract Total After Change: $20,004,047.76 Appr al Recommended ❑Approval Recommended roject Engineer—Dave Mohler,PE City of Renton 3/30k:2 Date Date tg. ppro al commended r ved City of Renton—Rob LLochmiller,PE ty of Ren on ate 330(0-7 Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order. Page 1 of 2 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 7-Revisions to SDMH L-15\Change Order#7.doc Y DMJM HARRIS AECOIM ♦E ! ]+ Change Order 7 Boeing K-9 Bypass Access Background The Contract requires unimpeded access to Boeing's gate K-9, which will be designated D-9, by the end of the project. The existing gate access and alignment are inside the project site which will require the contractor to phase the planned concrete intersection into various pours, and places Boeing traffic inside the work zone. Additionally, there are various drainage, water, and sanitary utility crossings at the existing access that will impact both Boeing traffic and the Contractor complete the planned contract work. To minimize the impact to both, Boeing and the Contractor, the bypass was suggested, and moves Boeing's access northeast, of the original access, into Boeing's Lot 4. Moving the access will require some work on the ROW and in Lot 4 to allow for the re-route. Description of Change The Contractor shall remove existing fencing, planter area, curb gutter, sidewalk and median islands to place 6-inches of CSTC base and four-inches of HMA for a new driveway alignment that will become the temporary Boeing Access for the use of all Boeing's traffic. Temporary striping will be applied form Logan Ave and Lake Washington Boulevard to the Guard House inside of Gate K-9. Removal of the temporary striping will be completed at the decommissioning of the temporary bypass. Measurement • Measurement for the new item "Boeing K-9 Bypass Access"will be Lump Sum. • Temporary striping will be made under existing Bid Item, and will be per LF. • Removal of temporary striping will be made under existing Bid Item, and will be per LF. Payment • Payment for the Boeing K-9 Bypass Access will be made within Schedule A, under a new item, A162 "Boeing K-9 Bypass Access"which will include all labor, equipment, material and overhead to complete the work as specified. • Temporary striping will be made within Schedule A, under Temporary Pavement Markings Bid Item A137. • Removal of temporary striping will be completed within Schedule A, under Remove Temporary Pavement Markings Bid Item A138. Payment for this work will be made under the new unit price items, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. SUMMARY OF QUANTITIES IS Item Descrii tion Unit Q Unit Price Amount A162 Boeing K-9 Bypass Access LS 1 $ 20,103.41 $20,103.41 TOTAL $ 20,103.41 TOTAL CHANGE ORDER AMOUNT: $ 20,103.41 Page 2 of 2 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 7-Revisions to SDMH L-15\Change Order#7.doc E �iY DM)M HARRIS t , Change Order 8 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 8 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact ,Z7 7 Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $20,004,047.76 Estimated Net Change This Order: $178,082.56 Estimated Contract Total After Change: $20,149,319.67 pprov Recommended ❑Approval Recommended Pr e Engineer—David Mohler,PE City of Renton �/ 7 Date Date Approval Recommended ed City of Renton—Rob Lochmiller,PE ty f Renton ate �k7/0-7 Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order. Page 1 of 7 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc **ore 1"00 oli�� DMJM HARRIS � f f Change Order 8 ISSUE NO. 1 — FAIRFIELD ADDITIONAL UTILITIES PARK AVENUE Background In October of 2006 Fairfield Properties provided requests for Sanitary, Storm and Water utilities to be provided to the Fairfield building site, which was previously Harvest Partners Lot 2. During construction Harvest Partners requested that the planned 6-inch side sanitary sewer line, on N 10th street that will service the commercial space in lot 2, shown on plan sheet U17 be located further to the east and not per plan. The original change was paid for under existing Bid Items. Fairfield requested that the 6" sewer to be relocated back to the original plan location. The installation of the revised 6" sewer back to original location after the mainline was already installed is included in this change order. Fairfield requested that the City provided 10" sewer stub to their property be replaced with a larger pipe and to set an additional manhole at the end of the sewer stub. Fairfield also requested to install additional storm stubs from the City's street to their property at two locations to serve their future buildings roof runoff. This request came after the installation of the City's storm work was completed. Fairfield requested that two 4"water services be provided to their property, an addition to the already provided 12"water main. These request will be paid under this change order and not by the original contract bid items. Description of Change 1. Sewer Stub Revisions • Remove existing 10" stub at Sta. 42+11.27 that terminates at 52.50 Rt. and install one new 12- inch side sewers stubs at the same location. The new 12" stub's invert is 16.50 at a slope of 1.0% from SSMH P-1 and should terminate at the right-of-way at Sta. 10+9.50, 7.5 Rt. • Install New 48" SSMH at Sta.10+9.5, 7.5 Rt. • Install new 6" stub on N 10th and tee into the existing 12 inch to be located per Construction Note 9 on page U17. 2. Water Stub Additions: • Add two 12 x 4-inchTee (MJ x FL)with concrete blocks • Add two 4-inch gate (FL x MJ) • Add two 40 LF of 4" Ductile Iron pipe and shackle cap to valve, with 2-3/4-inch shackle rods. • Add two 4" MJ with 2" Temporary blow-off assemblies per the City of Renton Standard B-105 . • Add two 12" isolation gate valves on the mainline as requested by Fairfield in design. 3. Storm Stub Additions : • Add a 12" stub on Logan Avenue, off of SDMH L-28 • Add a 12" stub on Park Avenue off of CB P-21, Measurement • Measurement for the new item "Additional Fairfield Wet Utilities"work will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment Page 2 of 7 Z:\60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc u Y „ DMJM HARRIS 0 Change Order 8 • Payment for the additional utility work for Fairfield Properties will be made within Schedule D, under a New item, D-14—"Additional Fairfield Wet Utilities” Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 2—WATER REVISIONS ON 10TH STREET (STA. 57+60) Background Harvest Partners requested an additional 10-inch water stub on the south side of N. 10th Street, to serve the 200 series buildings in Harvest Partners lot 4 after the 12" mainline was already installed Description of Change The following information is to be used for the water stub: Sta. 57+60 (18 Lt.) 1 — 12"x 10"Tee (FL x FL) 2— 12" Gate Valves (FL x MJ) 1 — 10" Gate Valve (FL X MJ) 1 —Thrust Block Sta. 57+60 (38 Rt.) 1 — 10" MJ Cap with temporary blow-off pipe 1 —Thrust-Block Contract Time This work impacts Contractor's critical path and 1 day extension of the contract time will be granted. Original Contract Time: 410 calendar days Current Contract Time: 410 calendar days Net Change this Change Order: 1 calendar day Total Contract Time after change: 411 calendar days Measurement • Measurement for the new item "Additional 10-inch Water Stub on 10th (Lot#4)"will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment • Payment for the additional 10-inch water stub will be made within Schedule D, under a New item, D- 15—"Additional 10-inch Water Stub on 10th (Lot#4)" Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 3 - REVISIONS TO SDMH L-15 Page 3 of 7 Z16 00051 8 3 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc u -�=-..� DMJM HARRIS N Change Order 8 Background Harvest Partners requested to revise the City provided storm drainage stub from manhole SDMH L-15 to their Lot#4 after the manhole was already placed. Description of Change The added/revised work includes: • Upsize the 18-inch SD pipe to a 24-inch SD pipe. IE remains the same at 25.43 • Install a new CMP arch-pipe (35-inch span X 24-inch rise, corrugation 2-2/3-inch X '/2-inch, asphalt treated spray) directly beneath the now-24-inch SD pipe. IE to be 20.62. • Length of both pipes to be 20.5 LF. • Slope of both pipes to be 0.2%. • Location of the stubs to be at Sta. 56+58.72 (70.60 Rt.). • Remove a 72-inch manhole and replace with a 84-inch manhole. Measurement • Measurement for the new item "Revisions to SDMH L-15" will be Lump Sum as proposed in Ceccanti's Serial Letter 58 dated January 25, 2007. Payment • Payment for work associated with the revisions to SDMH L-15 will be made within Schedule D, under a new Bid Item, D16 "Revisions to SDMH L-15". Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 4—ADDITIONAL 8-INCH WATER STUB ON N 8T" STREET (STA. 67+01) Background Harvest Partners requested to stub an additional 8" water main to their Lot#4 on N. 8th Street. Description of Change The following information is to be used for the water stub: Sta. 67+01 (20 Lt.) 1 — 12"x 8"Tee (FL x FL) 2— 12" Gate Valves (FL x MJ) 1 —8" Gate Valve (FL X MJ) 1 —Thrust Block Sta. 67+01 (42 Lt.) 1 —8" MJ Cap with temporary blow-off pipe 1 —Thrust Block Measurement Page 4 of 7 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc ` � E z DMJM HARRIS AD, Change Order 8 ,�0 • Measurement for the new item "Additional 8-inch Water Stub on N 8th Street(Lot 4)"will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment • Payment for the additional 8-inch water stub will be made within Schedule D, under a New item, D- 17—"Additional 8-inch Water Stub on N 8th Street(Lot#4)" Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 5—ADDITIONAL 2-INCH WATER SERVICE ON N 10TH STREET AND ADDITIONAL 2-INCH WATER SERVICE ON LOGAN AVENUE. Background Harvest Partners requested one 2-inch water service on N.1 0th Street at Sta. 55+90, 40' Rt. and a 2-inch water service on Logan Avenue at Sta. 57+10, 69' Rt, after the City mainline was already installed Description of Change The following information is to be used for the water services: NAoth STREET AT STA. 55+90,401 Rt. • One-2"x 12"Tap Tee; • One-2"x 4" Brass Nipple; • One-2"x 6" Brass Nipple; • Four-2" MIPT Compression Fittings; • Two-2" x 12" Brass Nipples; • One-2" brass Plug; • 60 LF-2" Soft Copper; • Two-2" 90 Elbow; • One-2"Valve and box; • 2.5 Yards Concrete; • One-Meter Box; and • 2 tons-CSCT Bedding. LOGAN AVENUE AT STA. 57+10 69' RT. • One-2"x 12"Tap Tee; • One-2"x 4" Brass Nipple; • One-2"x 6" Brass Nipple; • Four-2" MIPT Compression Fittings; • Two-2"x 12" Brass Nipples; • One-2" brass Plug; • 60 LF-2" Soft Copper; • Two-2" 90 Elbow; • One-2"Valve and box; • 2.5 Yards Concrete; • One-Meter Box; and Page 5 of 7 Z16 00 0 51 8 3 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc � - G DMJM HARRIS AE E r T Change Order 8 • 2 tons-CSCT Bedding. Measurement • Measurement for the new item "Additional 2-inch water service on N.101h Street and on Logan Avenue (Lot#4)."will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment • Payment for the additional 2-inch water services will be made within Schedule D, under a New item, D-18—"Additional 2-inch water service on N.101h Street and on Logan Avenue (Lot#4)." Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 6—ADDITIONAL 10-INCH WATER STUB ON N 10TH STREET (STA 51+44.8) Background Harvest Partners requested to stub an additional 10"water main to their Lot#1 on North 10th Street, after the City mainline was already installed Description of Change The following information is to be used for the water stub: From west to east, please supply and install the following parts: 1 - 12" DI Sleeve 1 - 12" DI MJ x FL Adapter 1 - 12"x10" DI FLxFLTee 1 - 10" Resilient Gate Valve 1 - 12" DI FL X MJ 11 1/4 degree bend 2 - Concrete thrust blocks For the 2-inch service, please supply and install the following parts: 23 If of 10" DI 1 - 10" DI Cap w/2"tapped hole 1 -Temporary blow-off assembly 1 -Concrete thrust blocks All of the slip joints should have field lock gaskets, all of the MJ followers should be Mega-Lug style restrainers and the 11-1/4 degree fitting should be installed back in its original position with the 12"x 10"Tee to the northwest. The 10" blow-off should be installed at about STA 51+43, 40, LT. Measurement • Measurement for the new item "Additional 10-inch Water Stub on N 10th Street(Lot 1)" will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment • Payment for the additional 10-inch water stub will be made within Schedule D, under a New item, D- 19—"Additional 10-inch Water Stub on N 10th Street(Lot 1)" Page 6 of 7 Z160005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc 4 DMJM HARRIS ' AECR.M Change Order 8 G .t U Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. ISSUE NO. 7—ADDITIONAL SEWER STUB ON N 10TH STREET (STA 51+25.14) Background Harvest Partners requested to stub an additional 6" sewer stub to their Lot#1 on North 10th Street, after the City mainline was already installed Description of Change The side sewer connection shall include all of the following work: • Connection is to be made with a Romac or Equal sewer saddle. • 34 Lf of 6" SDR 35 sewer pipe and clean out as required by the City of Renton. • Concrete encasement for the connection as indicated in the attached drawing (Sheet 304 005). • Shoring, dewatering, and excavation. • Backfilling with select material the entire depth from connection to sub-grade and CSTC for roadway base rock. • Finish grading, compaction and clean-up Measurement • Measurement for the new item "Additional 6-inch Sanitary Sewer Stub on N 10th Street(Lot#1)"will be Lump Sum. The total lump sum amount was derived on the actual time and material costs to complete the described work Payment • Payment for the additional 6-inch Sanitary Sewer Stub will be made within Schedule D, under a New item, D-20—"Additional 6-inch Sanitary Sewer Stub on N 10th Street(Lot 1)" Payment for this work will be made under the new unit price item, as detailed in the Summary of Quantities, and shall be full pay for all costs associated with all labor, tools, equipment, transportation, supplies, and incidentals required to complete all work. SUMMARY OF QUANTITIES Bid Est.Qty. Item Description Unit Bid Qty New Qty change Unit Price Amount D14 ADDITIONAL FAIRFIELD WET UTILITIES LS 0.00 1.00 1.00 77,409.93 $ 77,399.93 ADDITIONAL 10-INCH WATER STUB ON 10th $ D15 Street(Lot#4) LS 0.00 1.00 1.00 14,612.00 $ 14,612.00 D16 REVISION TO STORM DRAIN L-15(Lot#4) LS 0.00 1.00 1.00 16,236.00 $ 16,236.00 ADDITIONAL 8-INCH WATER STUB ON N 8th $ D17 STREET(Lot#4) LS 0.00 1.00 1.00 9,213.54 $ 9,213.54 ADDITIONAL 2-INCH WATER SERVICE ON N 10th STREETAND 2-INCH WATER SERVICE $ D18 ON LOGAN AVE(Lot#4) LS 0.00 1.00 1.00 18,849.00 $ 18,849.00 ADDITIONAL 10-INCH WATER STUB ON N $ D19 10th STREET FOR(LOT#1) LS 0.00 1.00 1.00 12,961.44 $ 12,961.44 ADDITIONAL 6-INCH SANITARY SEWER STUB $ D20 ON N.10TH STREET(Lot#1) LS 0.00 1.00 1.00 28,800.65 $ 28,800.65 TOTAL $ 178,082.56 Page 7 of 7 ZA60005183 SLWRI\SLWRI\600 Construction\613 Change Orders\Change Order 8-Harvest Partners Revisions\Change Order#8(Final).doc 0� i DM)M HARRIS AECONI ZIP Change Order 9 T CONTROL_ RECEIVIEU Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements JUN o r7 2007 Change Order Number: 9 LF o. S/ o.Prime Contracto r: Ceccanti Inc. o. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact 6/s/7 DD Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,149,319.67 Estimated Net Change This Order: $ 61,550.00 Estimated Contract Total After Change: $20,210,869.67 App al Recommended ❑Approval Recommended roject Engineer—David Mohler,PE City of Renton 4z6_/.0 7 Da Date 21;�Appro al Recommended r ed Or OL City o enton—Ro Lochmiller,PE of Renton Date G/7t/d-�:2 Date 10, Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order: Page 1 of 2 ZA60005183 SLWRI&WRA600 Construcbon1613 Change OrdersQange Order 09-Cement Treated BaseQange Order 9.doc ^%ale DMJM HARRIS AE(.:ON/ '\IR Change Order 9 r fir'C 0 ISSUE NO. 1 — CEMENT TREATED BASE (CTB) Background Portions of 10th Street and portions of Park Avenue contained significant areas of unsuitable subgrade. To minimize the areas to be overexcavated and backfilled with select material, it was decided that the questionable areas be treated with cement. Kleinfelder recommended a percentage of cement to be incorporated based on soils in place. Description of Change Contractor shall cement treat the existing subgrade on 10th Avenue and Park Avenue, as directed by the Engineer, to a depth of 12 inches. Percentage of cement incorporated shall be 5% (by volume), or as directed by the Engineer. Contractor shall also fine grade and compact the subgrade Measurement Measurement will be made as described below: • Cement Treated Base, per SY • Prepare Park Avenue Subgrade, per SY Payment Payment will be made as described below: • Payment will be made under the new item A163 Cement Treated Base, and shall be full compensation for all work necessary to mobilize materials, equipment, and personnel to the site, and to incorporate cement, fine grade, and compact subgrade; maintain adequate water for cement hydration, protection from traffic, and other necessary miscellaneous elements of work in treating the subgrade. • Payment will be made under the new item A164 Prepare Park Avenue Subgrade, and shall be full compensation for all work necessary to rough grade the subgrade on Park Avenue (where existing pavements are removed in lieu of an asphalt overlay) prior to cement treating the base. Additional gravel material (gravel borrow or CSTC) necessary to achieve the rough grade elevations will be paid under existing bid items. SUMMARY OF QUANTITIES Bid Est.Qty, Rem Doicri tion Unit Bid Qty New QW Change- Unit Price Amount A163 Cement Treated Base SY 0.00 10000.00 10000.00 $ 5.37 $ 53,700.00 A164 Prepare Park Avenue Subgrade SY 0.00 5000.00 5000.00 $ 1.57 $ 7,850.00 TOTAL $ 61,550.00 Page 2 of 2 Z160005183 RWRI&WRI1600 Construc6on1613 Change OrderslChange Order 09-Cement Treated BaselChange Order 9.doc DMJM HARRIS" . t� ; � 41 + � 1 Change Order 10 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements F I L Change Order Number: 10 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact 6/8/07 Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $20,210,869.67 Estimated Net Change This Order: $-16,574.49 Estimated Contract Total After Change: $20,194,295.18 M Recommended ❑Approval Recommended Project Engineer—David Mohler,P City of Renton � /3407 Date Date .Approval Recommended ❑ ed g City of Renton—Rob Lochmiller,PE City of Ren 4e 4/ Date Representing You are ordered to perform the following described work upon receipt of an approved copy of the change order. Page 1 of 2 ZA60005183 SLWRhS1_WR11600 Construction1613 Change OrdersQange Order 10-Logan Ave Drainage RevisionslChange Order 10.doc r40r0( DMJM HARRIS At TOM 4i ; i � 1 Change Order 10 0 ISSUE NO. 1 — DRAINAGE REVISIONS ON LOGAN AVENUE Background Boeing owns and maintains a utilidor under the proposed Logan Avenue roadway at Sta. 152+20 that conflicts with the proposed storm drainage utilities. Boeing indicated that the utilidor could not be moved in a timely manner to allow the installation of the storm drainage as detailed in the Plans. The City's designer revised the design to accommodate this field constraint. Description of Change Revised Plan Sheets U01, SD01, SD02, SD03, SD25, SD26, and SD27 are included in this change order. Measurement Measurement will be made under existing bid items. Payment Payment will be made under existing bid items. SUMMARY OF QUANTITIES Bid Addl. Item Description Unit Qty. Bid Price Total A35 Storm Drain Pipe, 8" Dia LF 12 $42.00 $504.00 A37 Storm Drain Pipe, 12" Dia LF -47 $27.40 -$1,287.80 A40 Storm Drain Pipe, 18" Dia LF -458 $56.00 -$25,648.00 A41 Storm Drain Pipe, 24" Dia LF -9 $76.70 -$690.30 A47 Connect to Existing System EA 2 $4,000.00 $8,000.00 A54 Catch Basin Type 2-48" EA 1 $3,775.00 $3,775.00 A165 Rehandling Charge for Deleted Materials LS 1 $2,762.61 $2,762.61 B15 Crossing Under Other Utility EA -1 $3,990.00 -$3,990.00 Total -$16,574.49 Page 2 of 2 Z M005183 SLWRKSLWRII600 Construcbon1613 Change OrderslChange Order 10-Logan Ave Drainage RevisionsQange Order 1 0.doc 4 I f I I i 'SAO A F,. _u�i G� Z+ I �1 t I✓''' I E 1 W N I A� xz O<n rmr`^Hr 1 mb 1In© 1 I � a X n r ! om ! _ L---FIRE r I x{ I r , HYDRANT P 1 na I r to ; M N L" 0 O Nu�i I a ! S ` to If in CiT a_ 1 -s o ! k rrI t ~ V 12" Yr !! �" 12" W EX REMAIN SD I ! 08+4€----- —N i�1 '- vt r� IE:23.6± ! IQ --- -_ r i � I , cn mo w � ! r 12" W cra It -- —12" W Ln ca c 12" SO IE:28.79 ,o I , xto rnto ! xN m 4 4 rn \ D 11 t II fir°+ + ��7 lu -�4 {{ r fn �X ` _. m SOK l Q - ) r _ ca w 1-a Z �1 'Zp.. In SD r. r } r + u v I r l4ATC,HLINE STA. 147+75 (SEE SHEET UO2) h9ATC1ILINE STA. 14 +75 (SEE SHEET UO2) -� I i _ I I i p f�'1 p-tt t!)fit ' .'t1 A O i to I pp Zo q, ° , ,• � mdITI ANNA J[ C7 ;; , rmtTZ �ma z rrj n ca z =f z pv �F" <? Vi m o Z _ z m t _t V1 C)m Q 4 L r,C-3 i Cl in pFF �xCN ;S Z p - �E"ltti{° S�p ZmOOO Q~ U7 n M cm.7 m r to o A)C) x OM c I(D t) G l"ED 40 3149 O G 4. ( ( I ' z z Ey z � zzz oz 95 i T �a xv n _z 0z { ray ! r' 1 n X t 1 w4 I cn I • € i o ._ to mzp I z r O � z i (-"z '` 1W. { ( fat m iww= _ i i Z A = I _ O `& 3 � ,.� X47 .Y. '`_"l^�.+`` i—V'—• -', V"' ' � s I.I --. -.. ,) I .at.t3•I I Ex 24" GONG SD I p 1. r IE 20 0-t — 24" OUT W $DMH j�L-1A { I k _ _ _ _ _ IF 25.28 24" IN N 12IM 31.84 rt �w U f 71 SS' ' x, e I EX'12" DI SO --- -- _- -08+0£---------.------- uI I 'TO!REMAIN I y�• ? u no IE 13.51 (B➢ 24" SO) I I + N167H S np -- �_---_-_ i r If- 25.43 7r" RIM 31 01 1a t7 - �� RIW I E, iE 25.43 - 24' IN N 1 OUT S SDMH L- _ f 4k, 1 . I uI to n��in } I / qi l �N y N I •} m Ln d � I -12" SD 1 au' IE 28.75 r - u) u) _\ a n'' W q t �� I �. } ra m bo m m m ¢ � I (s aq PD-4N � 1 to r` t - i In ( N it NJ��+ ! .> 0 I I I IE 25.75 - 24" OUT S SDMH #L-3 1 . I i lE 25.75_- 18" IN N -- RIM 31.71 a z N ! t 1E 25.75; - 18" IN W ! i z '� I I IE 26.00 - 18" OUT S � 50MH L24 �� c IE 26.00 - 12" IN RIM 31.65; IE 26.00 - 8" IN;W . �'- Y ' ACCESS COVER + " I I; —RIM; 31.Fi1 �> �.t r5 I { I i� � '' rm* 'v o col�: Ln r rn # W to} 011 Iui Os 1 I 1 r W N ' ; c ca m i ACCESS GRATE w I " m °'I In a Z r? N ---- - - c� RIM 31.52 a .�I ! _' hI l i ° �o z r� S1-`« ' (� ra I �a j _! ny N "-]° N O -' n o 1aa 1.4i, rn GRA L-2A c°'o w f o ) C8, TE 31.00 'I - ! � N 4. E 24.18 - 12' OUT W O I ( p N I / I -�.-.__.. _.. — -- T _ ACCESS COVER ! fE 25.88 - 12' INN RIM 1 31.44 i MATCHLINE STA. 147+75 (SEE SHEET SD02) �v1t`ICHLlN- 4/+75 SEE SHE SD ---- ,ytl m t w ln5 Q rta*j� 6 a Z c� -o"O �V ))j U - mom .Trnl 4?t t� elm w`v . tam r Fd+.;I r I I ITi I*7 ! C -i -i -1 c -, Ii m m n j mIn- -1O m 71 c`� czi cz ! -' Qua ttTO I"� v (7 ! -u Z r� 0 vZ m Z O Fri i n I? m o c ° C) m �{ S uW s L g m C z c: 1>I o� 9 fn I z z X nI In m c a raa 1_".1q u 7, > _f in:-A Grt Z r m I 5 I . i r IrAI CI-ILINE' STA. 14-7+75 (SEE--Q EET SD01) MATCHLINE STA. 147+75 (SEE SHEET SD01;) I w -y-__ - c I I CB #L-4 i f - I /r- GRATE 31.10 4� �L 25.92 12° OUTS I t _ — { I f i 1 1I) 7t} a. r IE 25.82- 12" INN i m a f Win. i EX P (R 12"'SD) Ln i0'REMAIN N m r�+ Q IE o6&26.05" 12 MF,OUT F; f i _Cf] {ten y n in I?-- -26.05- 12°--9F1 INN f I GRATE 30.77 1 I ro i f m — - -- T 'fifhF 31 r14 z rim i �m 1 0 ' m 11 v Vie. I EX W (0+ 12° �SD) I TO REMAIN �9 26 1&- 12 t OUT S_ _ CB L-6 I ( nr @ t JfE T t f 6 J N I \iE 28.10;- lz "mrr IN NE �� GRATE 30.y 13 m ¢ 5 I r f I �EX REMAIN 2"'SO) to +to jX �y— 5�\ EX P (a 12' SD) { TO REMAIN w , 0 t l a Ut d.... N L7 ;° t EX W 10 REhfAIt�1 c� iA I I z C) ! 1 .Y, So.tts3 �94ENE�99-2�4ff�- t� I- I N s ,- m 26.51 12"4N-OUT SW as I f 61 } �I t _k. PRATE 9. m I 1 ttj 6300 f t 1 t3 f tom N t r x 1 I om ( n ry«lf).�r,' f oil — — _ fiBM zz I 1 t �I, ► �4; I o y 860,ER ro Rim domm, • f� C:ox l i f j 1 6 1 �' I"+ � NOW n z f---12, W Q f cm _ �I � � a mm •Y + 030.5!, y o cNn , C7 i I -- i" 0 0 f o �! '1` (_ 1. ' 1 it — —— —.. — -- ��- t—EX P TO REMAIN MATCHLINE STA. 152+25 (SEE SHEET 5003) �1ATCNLINE STA. 152+25 (SEE S -ET SD03) f I i i 7 Zy n c�z -i c r mT. ®rn orn In m taii sh �m �o-a m W X —f zC5f*t 0A ° z p ' y Fit cr O (71pu N 0 1*t CR1 iT1 vml T Z EO O °.- a] U) wi . 0 Z �' hJ L rrE x F,I k' J �� (� � ;u z � c 3 m r ra 1> j T z a <'7 z O v F s.> L.D�0-3149 NIIAI ;HLINE S1A. 152+25 SEE 5,KET S 0 MATCHLINE STA. 152+25 (SEE SHEET SD02) 1 1 { I ; ; ! : 35; 1 g 04 GAN AVE N , -.1 v 1 t 1 1 I ! a EL��30.455...O0=42+75.00 a wri ., ..._....... ._...._. - 1 n p nm v t ( I II it zz Zmj G) i {3 I 2c 54 LF _ g__ _ p I SDMH L-7 f ! 1B° 5D { R 30 OUT N i IL 23,68 – 18 IN E I ! 1 w A� CCESS COVER 1 !. z (1i RIM 129.97 �� � I cn� 1 i I I II 23.O8 24" OUT W C 23.08 - 24" IN M I� I GRATE 29.55 N I I! _ w o o D f r1: p'n 4,� ACQSS GRATE an ft .a ! I ORATE 2^991— u rni 11 2 a i, #, + , I i9 I t m c € 1: I I � � - t 'r ' .� 1 Imo• I I � �m •I � I t li ` I ` t rn n I—FIRE HYDRANT I (® 24" SD) I o^; i 1 sm a i � 1 �fl It Z` i j. ILI L 91 t ; i r3.38 24" OUTS CB4 j 1 IE 23.38 – IY" INN – — GRATh 28.79 1 `! - I !' ' { I I o I I m 1 w GRATD 29 GRATE c m o I aeP:'1 �� 30.1:, TP IE 23.15 – 30"_IN S r- r L SDMH L-8 IE 23.15 – 413" OUT N _ + L _. _ RIM 29.89 � I j IE 241.11 - 16' IN L ACC SS COVER ( cn RIM 29.48 j 1 x W TO REMAIN, ict i 1 DEPTH UNKNOWN ! + cn � f " I ' I L�._r..,�_ __..- ..._..gyp...._ En It I rw f ' MATCHLINE STA. 46+50 (SEE SHEET SD04) MATCHLINE STA. 46+50 (SEE SHEET SD04) -- I f j, I I� f TI 'O 'O W V Z Q r c �t m z G c7 TI wtt' c °z� � �r°+r � C goo 0 ow N 2 Z S J- r %i a �r tz7 rt,s f7'ol;e:. e r t ;' �' Cl q Q -1 c m a C)6 p r.rx.° � I >•� h � °v m O Z W ;u m m -r V) z FI e z > Fn ? n�t an $ t 40-3149 I > oS asN I I I I 0) ate.... - m I I I I I I I f zcr w , I ° I I r 1 , -IF 25.52'— 12" IN S SDMH 6-1 I ' ;X li- 1917± 24"E & W - — — �. I RIM 28.68 I 1 1 + 1 I I I ( AE 2853 — 12" F 3b.53 — 12" OUl N j GRATE 28.63 U 11 t I I I I N �i v� •, r hl o x W r tj J rri M ; t'*i;S! ."0 M r�ca m czii t° s C)O as no 0 I I I 1 ! ( I �t"�0 m i I cz ea WZ ., ol lun r.� CJ q im U 7° v p'ii I n�Y IU rn 0 Ulm m2 xzw W a IE 26.17 12 OUT W CE36 3 i ! 1It( � i I I GRATE 29.27 I% I i IIIj I I � I WC) 210 A-p C1 0. v `8-D O „ice Zr-i* I m, ri* lmr� I i I i �R� 'j 30_a f arm �� z !I 1 '' I I (A0 zi „� < v ern ( 1' I I I I Y r� 8- ' o a � c� �' ` P I l I ) I m N I ED czi z czi O e 1 I t I i I I r 1 jn ij; �� , - 0 OZ ti.€i7 m p �m ! _ m zv p, I i I I v I m 1 Q O rz f t(�t �—� Q czi 1 rl z Cfa � zx I 11 t J X11 E. r; r ..r ''..,....—. . -<O e1 2 l I ( c•3O st, z 1`G Z �N i I I ► I a CB.#6-4 rn W IE 27.60 12" OUT E -- --- — GRATE 30.70 0o 71 T cn T chi r r I , -- y _Tl _. IE + I I , I ( to -- `•, i d 25.94 IN SEE DWG ( I Y I 1 1 12" 5D _ _-- SDMH w 2 �WG SDO1 X39_ ti t� j AVE. LOGAN B N !6TH ST, ' 1148 I �.,, 1,, _- 30+2b.87 LOGAN AVE_N. £, 145+04.81= if 1 C I i STA. 0+50 t I BUTT JOINT I MATCH EXISTING j P — r I _ __ I EX SDMH I I I � I I ( ., ff I lE 26.14!EX iE 26.15± — 24" OUT L I RIM 31:4+ + q I I J I I l I r1 ( EX AE 25.63di — 24" IN W r ^y I EX AE IE 25.7±!— 24" OUi S j EX SDMH P 1-- P ­ F—26.6-3 25.63- 12' OUT E _ _�_� IR M N0.931 Vim, I. --° -•-t°�'I' �"` — ���—_-� !9 m _ r { v ira I _ 1 i v N I >' C> _ —I--EX SDMH ! --- 3--- �_f-ra L"" IC 21.52± 12" IN N I RIM 30.881 y s I[. 0.62:1 — 24" IN E 24" OUTS '2 I t l , ____--...,,...._— I � I '• ' I I N`' N `• I'► } E � I Ir a5 to �, 1 , ^ TED 40-3 149 oll zcx in ou ioi Ul pI jO IS Ln C:3 71 r9 Ill till Pj Fq CO IT ND STAROM vi i Nci rip VARIES 0 I=F11 Ln to w RIES CD L4 L4 to SEE TABLE 14 14 w to rj ITI Ln cn C4 ' x I nI�CJ sw rTt nts o c ( 3 rq 4SD Ln D - z m 8" SD r: ( D _ rn A ••.^' '+: ",tl { Cti._. fn RN r- { I. 6 c VARIABLE 2' TO a' 8•. g i ! D� I U) I i ;1^a — — , vs to vt +n o +— Aca 0 C17 C/ mll v 1 a xx z�cc7 ° z rs `jz 0m m i 11 m rl w e F f t r.7 ra i x i 1t,ri _ rJ {pz :u ri zD P 8 SD WU) !w �mD @F rn Nm� vC7 —,x rn W Otrn -+Nut zz # p r s 10 mmz m n $z _ �z� u ! 1 I I wa, !°s Mom o i�l 18° SD +n 0 V1 NIA .T) n i < ,•_°_-� C,Al Op0 m '�•1 0 -1 0". (WSb 0 >q z m C7 I rx m c w �m m ry i i rn m 0 t d I CI Rl �Sm `- yr -v vQRIM cJRi m�< v Ct <to r f ' s Ov+ zi m mA � a niFn 't I Cn rt -z+�'� m -+ r n =t tl z� 1 �< z 00 Om .l1OW t Q fT1 (}�H�7 n 0 low — — ----f f T J rrrrrrrrrrrrr/r rn-• a�' r'' \i\i\r`Ti`r`r\i\i\i\i`i`r`i r cr, t,t taw pe �rl r\i`i�i�r�r\r\r\i\r\r�i\i\i S{q -.. i'oW '--' t- rrrrrrrr/rrrrr c, ,..a 0' O a o i "CA -i 0 ♦': coo -U i^ ` !!/rrrrrrlrrrr r j iv ip m w > t1 S„D W w to r/rrrrrrrr/rr r /rrr rrr rrr/rrr J I I VI 0 rn cu 4. T,k° 7y 'r n ,.-}-„• ]11D mr^ 4D O >~ n C7 vi >rDE PI WA TER z 4'-O" VAULT ' N �i C5 z I 6.. -` o z 4'-8" TOP SECTION ={ -u ca { VARIES I I nt j tU40 D Kco O _ -C-+C Ct x' C (� Z rTt D Ca 0 Q O C) ! on t x r I_ _. DMJM HARRIS `> k F t 4 Lrz %'t:.' Change Order I I �- g Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 11 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications a Change proposed by Contractor dorsed Surety Consent b Contractor Attorney on Fact Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $20,194,295.18 Estimated Net Change This Order: $0.00 Estimated Contract Total After Change: $20,194,295.18 Ap I Recommended Approval Recommended roject Engineer-David Mohler,PE City of Renton Date Date App r al Recommended ved Criy of Renton-17ob Lochmill r,, E ity o on �— to i Date ----- �_—.—..-------- Representing -- —_— - - pt rfortr he`elf owing described r ot*q,o,n receipg cpf an app v ed e-opy of the change or(kr: F� Change Order 11 ISSUE NO. 1 —EXPANDED TEMPORARY CONSTRUCTION EASEMENT AT BOEING 10-80 SITE Background The Contractor has requested access and use of a portion of the southeast corner of the 8th Street and Logan Avenue intersection. This property is owned by Boeing. The City entered into an agreement with Boeing to allow the Contractor to use the area. The City has also modified the project's Construction Stormwater Discharge permit from the Department of Ecology to include this area. Description of Change The License Agreement included in Appendix C of the Contract Documents, is amended to allow the Contractor to use a portion of Boeing property. Attached Amendment No. 1 to License Agreement is made a part of the Contract, and the Contractor shall abide by all conditions set forth. The Contractor shall be solely responsible for maintaining proper stormwater protection and following the requirements established in Construction Stormwater Discharge permit for this additional easement area. Measurement and Payment No measurement or payment will be made as a part of the change, This is a no cost change order. ISSUE NO. 2—EXPANDED TEMPORARY CONSTRUCTION EASEMENT AT NE CORNER OF 6T" AND LOGAN (VISITOR PARKING) Background The Contractor has requested access and use of a portion of the northeast corner of the 6th Street and Logan Avenue intersection. This property is owned by Boeing. The City entered into an agreement with Boeing to allow the Contractor to use the area. Description of Change The License Agreement included in Appendix C of the Contract Documents, is amended to allow the Contractor to use a portion of Boeing property. Attached Amendment No. 2 to License Agreement is made a part of the Contract, and the Contractor shall abide by all conditions set forth. The Contractor shall be solely responsible for maintaining proper stormwater protection and following the requirements established in Construction Stormwater Discharge permit for this additional easement area. Measurement and Payment No measurement or payment will be made as a part of the change. This is a no cost change order. n .,;. AMENDMENT NO. 1 TO LICENSE AGREEMENT This Amendment No. 1 to License Agreement("Amendment No. V) is entered into as of May 25th_, 2007 and amends the License Agreement dated July 1 st ,2006 (the "Agreement")between The Boeing Company, a Delaware corporation,and the City of Renton,a municipal corporation of the State of Washington. In consideration of the mutual promises of the parties set forth in this Amendment No. 1, and for other good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged,the parties hereby agree as follows: 1. Definitions. Unless otherwise defined in this Amendment No. 1, all terms used in this Amendment No. 1 that are defined in the Agreement are used here as they are there defined. 2. Amendments. The Agreement is hereby amended as follows: 2.1 Licensor hereby grants to Licensee a non-exclusive license to use the area depicted in Exhibit A attached hereto and incorporated herein by this reference(the "Additional Licensed Property"). The dimensions of the Additional Licensed Property are approximately eighty-five(85) feet by five hundred twelve (512)feet. This license is granted subject to and conditioned upon the following terms,conditions and covenants which Licensee hereby promises to faithfully and fully observe and perform. Upon this Amendment No. 1 becoming effective,the Additional Licensed Property shall be part of the Licensed Property, subject to all of the terms and conditions of the Agreement,except as provided in this Amendment No. 1. a. The purpose of the license of the Additional Licensed Property is to permit Licensee to stage and store construction aggregates,fill materials and equipment and to access the Licensed Property. b. The term of the license of the Additional Licensed Property shall continence on May 25, 2007 and shall expire on September 30, 2007,unless terminated sooner by Licensor or Licensee. C. The Additional Licensed Property shall be accessed by the Licensee from Logan Avenue only. Licensee shall not access or depart from the Additional Licensed Property and across the north end of the Additional Licensed Property. d. Licensee shall at all times exercise its rights herein in compliance with all applicable laws and regulations. Licensee shall obtain all permits and approvals required by any gove=ental agencies and necessary or appropriate to Licensee's intended use of the Additional Licensed Property and the purposes described above. `Alithout limiting the generality of the foregoing,Licensee shall manage stormwater from _ lw_ the Additional Licensed Property in such a way that Licensor's property in the vicinity of the Additional Licensed Property is not affected in any way. e. Except as provided above,Licensee shall not use, or allow the use of,the Additional Licensed Property for any purpose whatsoever. Licensee shall exercise its rights under this Amendment No. 1 so as to minimize,and avoid if reasonably possible, interference with Licensor's use of the Additional Licensed Property as set forth in the following paragraph. Licensee shall,at all times, exercise its rights hereunder in a manner so as to prevent bodily harm to persons(whosoever)and damage to property (whatsoever). Licensee shall maintain and repair the Additional Licensed Property(and improvements thereon) as necessary to keep the same in a neat,clean and safe condition. f. Licensor reserves the right to use the Additional Licensed Property for any purpose not inconsistent with the rights herein granted;provided,that Licensor shall not construct or maintain any building or other structure on the Additional Licensed Property which would interfere with the exercise of the rights herein granted. Licensee shall make provisions satisfactory to Licensor for continued access by Licensor along, over and across the Additional Licensed Property during periods in which Licensee is conducting construction or other activities. In the event of an emergency requiring immediate action by either party for the protection of its facilities or other persons or property, such party may take such action upon such notice to the other parry as is reasonable under the circumstances. g. Licensee shall compensate Licensor for any damage to the Licensed Property,the Additional Licensed Property and/or any other property of the Licensor caused by the exercise by Licensee of its rights hereunder. h. The rights granted herein are subject to permits, leases, licenses, and easements, if any,heretofore granted by Licensor affecting the Additional Licensed Property. Licensor does not warrant title to its property and shall not be liable for defects thereto or failure thereof. Any plans,specifications, or drawings(collectively, "Submittal")provided by Licensee to Licensor pursuant to this Amendment No. 1 are for Licensor's informational purposes only. Any analysis,review or approval by Licensor, or Licensor's failure to analyze, review or approve any such Submittal (including failure to discover any error or defect in such Submittal) shall not relieve Licensee of any of its obligations under this Amendment No. 1. Licensor hereby expressly disclaims any and all warranties,express or implied,with respect to any such Submittal developed, reviewed or approved by Licensor as a condition of this Amendment No. 1. i. Licensor may require Licensee to relocate the Additional Licensed Property at any time and from time to time to another area of the Licensor's property, provided that any such relocation shall be at Licensor's expense,and provided that any area to which the easement is relocated shall be deemed the "Additional Licensed Property"for all purposes of this Amendment No. 1 from the date of such relocation. j. In the event Licensee breaches or fails to perform or observe any of the terms and conditions herein,and fails to cure such breach or default within 15 (fifteen)days of Licensor's giving Licensee written notice thereof, or, if not reasonably capable of being cured within such 15 (fifteen)days,within such other period of time as may be reasonable in the circumstances, Licensor may terminate Licensee's rights under this Amendment No. 1 with respect to the Additional Licensed Property in addition to and not in limitation of any other remedy of Licensor at law or in equity,and the failure of Licensor to exercise such right at any time shall not waive Licensor's right to terminate for any future breach or default. k. Upon termination of this license and if requested by Licensor, Licensee, at its sole cost and expense, shall remove from the Additional Licensed Property any and all improvements thereon and restore the Additional Licensed Property to a condition as good or better than it was prior to access of the Easement Area by the Licensee. Prior to the termination of the license for the Additional Licensed Property, Licensee shall notify Licensor of the date on which Licensee anticipates returning the Additional Licensed Property to Licensor(which date will not be later than September 30,2047). Prior to the date on which Licensee quits the Additional Licensed Property, the parties shall jointly inspect the Additional Licensed Property. Licensee shall demonstrate to Licensor's reasonable satisfaction that the Additional Licensed Property is fully stabilized,that all asphalt and all storm sewer systems on or serving the Additional Licensed Property have been cleaned and that the Additional Licensed Property, including such asphalt and storm sewer systems are in at least as good condition as when delivered to Licensee. 3. The License, as now amended, does not constitute an interest in real property,and Licensor shall not be deemed to have granted, conveyed, or transferred an interest in the Licensed Property or the Additional Licensed Property to Licensee by reason of the execution and delivery of the License or the performance by either party of its obligations under the License. 4. MisceIIaneous Provisions Applicable to Amendment No. 1. 4.1 This Amendment No. I will be effective immediately upon execution and delivery by the parties 4.2 This Amendment No. 1 may be executed in multiple counterparts,each of which shall be deemed an original,but all of which,together,shall constitute but one and the same instrument. 4.3 This Amendment No. I shall be governed by the law of the State of Washington,without reference to its choice of law rules. 4.4 This Amendment No. I supersedes any prior agreements, negotiations and «7- communications, oral or itten, with respect to this subject matter and contains the entire agreement between, and the final expression of, Licensor and Licensee with respect to the subject matter hereof. No subsequent agreement,representation,or promise made by either party hereto,or by or to an employee, officer,agent or representative of either party hereto shall be of any effect unless it is in writing and executed by the party to be bound thereby. 5. Status of Agreement. As amended by this Amendment No. 1,the Agreement continues in full force and effect in accordance with its terms. On and after the date of this Amendment No. 1,the Agreement shall be deemed amended by this Amendment No. 1 and all references in the Agreement to"this Agreement" "herein""hereof'and the like shall be deemed to be references to the Agreement as amended by this Amendment No. 1. IN WITNESS WHEREOF,the parties have executed this Amendment No. 1 as of the day and year first written above. LICENSOR LICENSEE THE BOEING COMPANY CITY OF RENTON By By �t7n Ion Its: Authorized Signatory Its: �' *641 JEL A& i 0 0 N N N «c C N M � \ W w CD c CL cc 0 O U Q. E m N CD Q O CO U O L Cl) L v cv z U U L NU.) W ° w o W ;, ` CO !�' Q a ° o 02 0 -0 r cli 0 o L > 'oa >_ w 4 4 o ttt U W w. a' p n A>\1ENDAIENT NO.2 TO LICENSE AGREEMENT This Amendment No. 2 to License Agreement ("Amendment No. 2") is entered into as of June_, 2007 and amends the License Agreement dated July 1, 2006, as amended by Amendment No. 1 to License Agreement dated May 25, 2007 (the "Agreement") between The Boeing Company, a Delaware corporation, and the City of Renton, a municipal corporation of the State of Washington. In consideration of the mutual promises of the parties set forth in this Amendment No. 2, and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereby agree as follows: 1. Defmitions. Unless otherwise defined in this Amendment No. 2, all terms used in this Amendment No. 2 that are defined in the Agreement are used here as they are there defined. 2. Amendments. The Agreement is hereby amended as follows: 2.1 Licensor hereby grants to Licensee a non-exclusive license to use the area depicted in Exhibit A attached hereto and incorporated herein by this reference(the "Additional Licensed Property"). The dimensions of the Additional Licensed Property are approximately thirty-six (3 6) feet by three hundred eighty-two (3 82) feet. This license is granted subject to and conditioned upon the following terms, conditions and covenants which Licensee hereby promises to faithfully and fully observe and perform. Upon this Amendment No. 2 becoming effective, the Additional Licensed Property shall be part of the Licensed Property, subject to all of the terms and conditions of the Agreement, except as provided in this Amendment No. 2. a. The purpose of the license of the Additional Licensed Property is to permit Licensee to stage and store construction aggregates, fill materials and equipment and to access the Licensed Property. b. The term of the license of the Additional Licensed Property shall commence on July 2, 2007 and shall expire on September 30, 2007, unless terminated sooner by Licensor or Licensee. C. The Additional Licensed Property shall be accessed by the Licensee from Logan Avenue only. d. Licensee shall at all times exercise its rights herein in compliance � ith all applicable laws and regulations. Licensee shall obtain all permits and approvals required by any gov ernnnental agencies and necessary or appropriate to Licensee's ntended use of the Additional Licensed Property and the purposes described above.. �Vitholit limiting the Czeiwrality of the foregoing, Licensee shall manage stormwlter front the Additional Licensed Property in such a way that Licensor's property in the vicinity of the.Additional Licensed Property is not affected in any way. e. Except as provided above, Licensee shall not use, or allow the use of, the Additional Licensed Property for any purpose whatsoever. Licensee shall exercise its rights under this Amendment No. 2 so as to minimize, and avoid if reasonably possible, interference with Licensor's use of the Additional Licensed Property as set forth in the following paragraph. Licensee shall, at all times, exercise its rights hereunder in a manner so as to prevent bodily harm to persons (whosoever) and damage to property (whatsoever). Licensee shall maintain and repair the Additional Licensed Property(and improvements thereon) as necessary to keep the same in a neat, clean and safe condition. f. Licensor reserves the right to use the Additional Licensed Property for any purpose not inconsistent with the rights herein granted; provided, that Licensor shall not construct or maintain any building or other structure on the Additional Licensed Property which would interfere with the exercise of the rights herein granted. Licensee shall make provisions satisfactory to Licensor for continued access by Licensor along, over and across the Additional Licensed Property during periods in which Licensee is conducting construction or other activities. In the event of an emergency requiring immediate action by either party for the protection of its facilities or other persons or property, such party may take such action upon such notice to the other party as is reasonable under the circumstances. g. Licensee shall compensate Licensor for any damage to the Licensed Property, the Additional Licensed Property and/or any other property of the Licensor caused by the exercise by Licensee of its rights hereunder. h. The rights granted herein are subject to permits, leases, licenses, and easements, if any, heretofore granted by Licensor affecting the Additional Licensed Property. Licensor does not warrant title to its property and shall not be liable for defects thereto or failure thereof Any plans, specifications, or drawings (collectively, "Submittal") provided by Licensee to Licensor pursuant to this Amendment No. 2 are for Licensor's informational purposes only. Any analysis, review or approval by Licensor, or Licensor's failure to analyze, review or approve any such Submittal (including failure to discover any error or defect in such Submittal) shall not relieve Licensee of any of its obligations under this Amendment No. 2. Licensor hereby expressly disclaims any and all warranties, express or implied, with respect to any such Submittal developed, reviewed or approved by Licensor as a condition of this Amendment No. 2. i. Licensor niay require Licensee to relocate the Additional Licensed Property at any time and from time to time to another area of the Licensor's property, provided that any such relocation shall be at Licensor's expense, and provided that any area to which the easement is relocated shall be deemed the"Additional Licensed Property- for all iDuq�oses ofthis Aniendinent No. 2 from the date of such relocation. i \"W j. In the event Licensee breaches or fails to perform or observe any of the terns and conditions herein, and fails to cure such breach or default within 15 (fifteen) days of Licensor's giving Licensee written notice thereof, or, if not reasonably capable of being cured within such 15 (fifteen) days, within such other period of time as may be reasonable in the circumstances, Licensor may terminate Licensee's rights under this Amendment No. 2 with respect to the Additional Licensed Property in addition to and not in limitation of any other remedy of Licensor at law or in equity, and the failure of Licensor to exercise such right at any time shall not waive Licensor's right to terminate for any future breach or default. k. Upon termination of this license and if requested by Licensor, Licensee, at its sole cost and expense, shall remove from the Additional Licensed Property any and all improvements thereon and restore the Additional Licensed Property to a condition as good or better than it was prior to access of the Easement Area by the Licensee. Prior to the termination of the license for the Additional Licensed Property, Licensee shall notify Licensor of the date on which Licensee anticipates returning the Additional. Licensed. Property to Licensor(which date will not be later than September 30, 2007). Prior to the date on which Licensee quits the Additional Licensed Property, the parties shall jointly inspect the Additional Licensed Property. Licensee shall demonstrate to Licensor's reasonable satisfaction that the Additional Licensed Property is fully stabilized, that all asphalt and all storm sewer systems on or serving the Additional Licensed Property have been cleaned and that the Additional Licensed Property, including such asphalt and storm sewer systems are in at least as good condition as when delivered to Licensee. 3. No Interest in Real Property. The Agreement, as now amended, does not constitute an interest in real property, and Licensor shall not be deemed to have granted, conveyed, or transferred an interest in the Licensed Property or the Additional Licensed Property to Licensee by reason of the execution and delivery of the License or the performance by either party of its obligations under the License. 4. Miscellaneous Provisions Applicable to Amendment No. 2. 4.1 This Amendment No. 2 will be effective immediately upon execution and delivery by the parties 4.2 This Amendment No. 2 may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute but one and the same instrument. 4.3 This Amendment No. 2 shall be governed by the law of the State of Washing toil, -,vithout reference to its choice of law rules. 4.4 -h s AmeI dinent No. 2 supersedes any prior agreements, negotiations and 01M MU rCaliMs. oral o ,vrstten_ witlr respect to this subject matter and contains the i1nal expression ot, _icensoralid License .Vitt iespl .,cf to the subject matter hereof. No subsequent agreement, representation, or promise made by either party hereto, or by or to an employee, officer, agent or representative of either party hereto shall be of any effect unless it is in writing and executed by the party to be bound thereby. 5. Status of Agreement. As amended by this Amendment No. 2, the Agreement continues in full force and effect in accordance with its terms (including without limitation, terms relating to indemnity and environmental matters). On and after the date of this Amendment No. 2, the Agreement shall be deemed amended by this Amendment No. 2 and all references in the Agreement to "this Agreement" "herein" "hereof'and the like shall be deemed to be references to the Agreement as amended by this Amendment No. 2. IN WITNESS WHEREOF, the parties have executed this Amendment No. 2 as of the day and year first written above. LICENSOR LICENSEE THE BOEING CO-TNTPANY CITY OF RENTON By By Its: Authorized Signatory Its: r- r, O O O O N N NO Ct5 CB O E L i C (D c O O to .Q E ^ W W U � cn � � � � C, �9( r O p Q c6 O C CL cII p Q O O O — O O N Cl) ++ L E-- C 'V ,O O 'v O co N Z CA 0 a) O O U E O O L O Z O � w N w N W {- W O C >' C 00 O >' c CO Q O O 0 2 O � N U Cl) -a '0 U p 'O 'O o O > 70 '0 O > "O "a Q Q Q Q U O O UW m �r sM"AR'tr:: i xd ice% L 4. h� ur W Ab DMJM HARRIS rr'� 1;t Change Order 12 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 12 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent C tractor Attorney on Fact 1-7 Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,194,295.18 Estimated Net Change This Order: $ 110,179.32 Estimated Contract Total After Change: $20,304,474.50 XApproval Recommended 4'Approval Recommended roject Engng7ineer-David Mohler,PE City of Renton - 1 D�/D7 Date Date pprov Recommended d lk&r . Y/"'�City dfRenron-Rob Lochmill ,PE ity of en ton ate G a/o 4 Date Representing You are ordered to perform the following described work upon receipt of an approved cony of the change order: Page 1 of 4 1\Renlonsit6slwri16005183 SLWRhSLWRI\600 ConstructiW613 Change OrderslChange Order 12-6th St Drainage Revs&8th St Curb Adds0ange Order 12.doe DMJM HARRIS +I +i f Change Order 12 J ISSUE NO. 1 —Drainage Revision on 6th Street Background The Contractor requested additional roadway cross-section information on 6th Street,west of Logan Avenue, in order to construct the roadway. In reviewing the roadway design, revisions were made to the drainage system design, and forwarded to the Contractor via DMJM Harris Serial Letter 164. Further design revisions of the 6th and Logan vicinity were made and forwarded via DMJM Harris Serial Letter 185. The current roadway and drainage revision plan sheets are included with this change order. Incidental trench sawcutting was completed for the original work in advance of the changes. Payment for this work will be made under the existing item A9—Sawcutting. Costs for rehandling pipe and non-returnable materials are addressed in Ceccanti Serial Letter 156. Description of Change The Contractor shall construct the roadway and drainage improvements in accordance with the revised plan sheets PP01, PP25, SD01, SD25, and the cross-section sheet included in this change order. Measurement Measurement will be made for existing items as described in the Contract and as included in the Summary of Quantities, below. Payment Payment will be made under existing bid items as described in the Contract and as included in the Summary of Quantities, below. ISSUE NO.2—Added Curb&Gutter, Irrigation, and Landscaping Background The existing curb and gutter on the north side of 8th Street, between Garden Avenue (East)and Garden Avenue (West), is in poor condition, and is not consistent with the overall standard of the City-funded and privately-funded development that is occurring within The Landing project. To improve the overall project quality, the City worked with W&H Pacific on designing an extension to the City work on 8th Street to include curb &gutter, irrigation, and landscaping. DMJM Harris Serial Letter 175 directed the additional work. Description of Change The Contractor shall complete the demolition and roadway, irrigation, and landscaping improvements in accordance with the revised plan sheet IR07, and new plan sheets PP28, IR07A, and LP07A included in this change order. Measurement Measurement will be made for existing items as described in the Contract and as included in the Summary of Quantities, below. Payment Payment will be made under existing bid items as described in the Contract and as included in the Summary of Quantities, below. Page 2 of 4 HRentonsiteWwrit60005183 SLWRIISLWRI1600 Construction1613 Change Orders\Change Order 12-6th St Drainage Revs&8th St Curb Adds\Change Order 12 doc 1 DMJM HARRIS +; V0 10 Change Order 12 ISSUE NO. 3—Revised Landscaping on Park Avenue and 10th Street Background DMJM Harris Serial Letter 195 revised landscaping requirements for roadside planting areas along Park Avenue and also along 10th Street. Further revisions were made and forwarded via DMJM Harris Serial Letter 203. A cancellation fee for deleted Vinca Minor is included in the change order. Description of Change The Contractor shall complete the landscaping improvements in accordance with the revised plan sheets LP08, LP09, LP11, and LP12 included in this change order. Vinca Minor shall be deleted. Measurement Measurement will be made for existing items as described in the Contract and as included in the Summary of Quantities, below. Payment Payment will be made under existing bid items as described in the Contract and as included in the Summary of Quantities, below. SUMMARY OF QUANTITIES Bid Est. Item Description Unit Change Unit Price Total A9 Sawcuttin LF 400 $ 7.00 $ 2,800.00 A10 Curb and Gutter Removal LF 388 $ 3.90 $ 1,513.20 All Asphalt Concrete Pavement Removal SY 76 $ 13.30 $ 1,010.80 Al2 Sidewalk Removal SY 441 $ 11.60 $ 5,115.60 A20 Roadway Excavation Incl. Haul CY 358 $ 23.00 $ 8,234.00 A26 CSTC TON 92 $ 19.27 $ 1,772.84 A29 HMA TON 38 $ 64.53 $ 2,452.14 A48 Adjust Utility to Grade EA 2 $ 447.50 $ 895.00 A97 Bark Mulch CY 30 $ 28.73 $ 861.90 A98 Shrubs 1 Gal EA 260 $ 11.19 $ 2,909.40 Hebe 148 David Viburnum 96 Blue Diamond Rhododendron 16 A99 Shrubs 2 Gal EA 84 $ 22.48 $ 1,888.32 PJM Rhododendron 84 A100 Topsoil Type A CY 358 $ 30.63 $ 10,965.54 A102 Deciduous Trees 3' Caliper) EA 10 $ 657.08 $ 6,570.80 Capital Flowering Pear 10 A107 Cement Conc. Trafic Curb & Gutter SY 382 $ 12.63 $ 4,824.66 A115 Cement Concrete Sidewalk SY 49 $ 33.08 $ 1,620.92 A116 Cement Conc. Sidewalk Ramp EA 1 $ 1,214.33 $ 1,214.33 A166 Rehandling Charge for Deleted Materials LS 1 $ 1,361.70 $ 1,361.70 A167 Irrigation Extension on 8th St LS 1 $ 10,906.62 $ 10,906.62 A168 Vibernum Tinus EA 23 $ 52.58 $ 1,209.34 A169 Rhododendron Amateis, 5 Gal EA 135 $ 63.62 $ 8,588.70 A170 Escallonia, 5 Gal EA 52 $ 57.01 $ 2,964.52 A171 Dwarf Chinese Holly EA 91 $ 48.50 $ 4,413.50 Page 3 of 4 11RentonsiteWwri160005183 SLWRIISLWRI1600 ConstructionV3 Change Orders\Change Order 12-6th St Drainage Revs&8th St Curb AddsQange Order 12.doc DM)M HARRIS Change Order 12 A172 Korean Littleleaf Boxwood EA 52 $ 55.89 $ 2,906.28 A173 Ru osa Rose EA 15 $ 38.25 $ 573.75 A174 Dwarf Fountain Grass EA 219 $ 22.23 $ 4,868.37 A175 Blue Oat Grass EA 39 $ 22.23 $ 866.97 A176 Hartleaf Ber enia EA 1 262 $ 22.62 $ 5,926.44 A177 Daylily EA 108 $ 22.23 $ 2,400.84 A178 Hidcote Lavendar EA 51 $ 22.62 $ 1,153.62 A179 Bloncly Euon mus EA 66 $ 22.62 $ 1,492.92 A180 Autumn Joy Stonecro EA 24 $ 22.62 $ 542.88 A181 Emerald Green Euon mus EA 154 $ 22.23 $ 3,423.42 A182 Vinca Minor Deletion LS 1 $ 1,930.00 $ 1,930.00 TOTAL $110,179.32 Page 4 of 4 \1Rentonsite\slwr16 00051 8 3 SLWRI\SLWRI\600 Constructio6613 Change 0•derslChange Order 12-6th St Drainage Revs 8 8th St Curb Adds\Change Order 12.doc TED 40-3143 I iI c', sz I Ij II'/ Ii t •azb I 1 I it I 0 z,' ro t I s a }i I LM m, 2 Z L.. u fit: ?1 b (, L 1 r �� ! I I 1 N = 1 Z N 1 i I N N pp >• I-.—� + bo r �Cf n i EX 24" C NC SD I i �_.. �y1 L_-,:... Cpl i- ;DM L-t I-. 24 OU7 W !E 20 0t " _ . — - IE 25.28 24" IN TI IM 31.841 - _ —_ — ---- r Ex iz" DI sD __ --� —•a -�se+c3�=--__--__ --�, . I TO REMAIN of IE 23.5 (0 24" SD) r t -- — b — — — I _._ .•._. y r I i:;. • 'i. " I. r 1_..1...• .., .,frrJ - m�rc -!' I I � � '�•d r �I 1 ! I. 25.43 24" OUTS _. E 25.43 - 24" IN ; I i IM 31.81 LA i L4 4 } p AO 07 - 1 I- 12"1 W 32°8D5 m I I i IF 2 .7 /J i I �• \\A I t �N -�_.r -raf ♦I � A U1 - ., i I ii<_ 1 I J I ( ✓ N I I I ,I � I 07 -� I N N N�, p N vYrn ti �"W I I � f I I I � I �Irti I.,,I f •1 :,, T I 3 i !E 25- 24" q ! _ SDMH #L'3 7 - UT S 1` Ir 25.7a - 18" IN N `- iE 25.75 - 18" IN w 'N i I 1 ° v i IC 26.00 — 1II" OUTS MM 31.65 IE 2ti.0 j - 12" IN I k ?N j IE 26.00 - 8' IN IW t ACG S �� i uul + 1 — R } u I I v ES COVER RIMI 37 61 v 5,,.•<Y v p,P N :U . ' I I 1.t � ( I e i. DO� � I � mD ODN (!} s ` 1 r I I I O a D A ✓n Z 1 Ln I + ±i I •j I m I+ I I i r W m w -4-< 4 mm _ If �r y�al Do J1, m ;r• ?' I ° -. .r i ACQESS m ,°' I c'' r 4 i� RIM!31.52 I i _ r �, N � ; >: r I I N 1 N -i rU e � cn _.CBr6-•;2R.-_... " a r o ° w I 'NO i\°Nr� ,-•r�1 i4fL-34,00. IE-24,la ---12 OUT-W � 0 1 - --- : H1En25f8Es N T4 �rMy MATCHUNE STA. 147+—' LN + 5 SEES (SEE SHEET 5D02)Mk7C I I 1 VA W W N ?. l O ! renm om �ar0 0o Z o Av } rnxx o rnA 1� '1 vmx wm mac za A ?n n c I � cn r�* �\ m m X x f7 �jj ACi o xr v Z x i-I °a mr" CA (Tl GZi G7 G 1 1T2 A CD Z A <bo(D77 vp t�mrzt � � o C) M O A2 r*lp D Cz z p °rte f �� Om Nx 4 m z o+ > r m rye A j^ i%a SAr e gd wY f E .M m m m m Fn = - N N N N N ` mew 5m .tre x .rn ' tv C11 Cn A Ln U1 f OD 00 OD ` Z Z O Z a •rr �'► ¢ # tx L0/L L/6 :alep Saf:�(8 palalduaoo sa6ueuo - v E8L90009'oN loafo�d -�,'_'"'' `.'` „" �jT 12�M1S :aweN loafoj se0ueyo VZ-1 80 :9weN6ulnne�ap� opoS of)ON 6wnr�eaa ' � � 1 f Ste' f Yy i� q. �• rW I , 7 , et l 1 t e , zorlo �' ra'"✓i3 "" ` '� �, 5( ....,.�........,...... ag �.,...,.»,.�+ ,d CA a....a_.a..; — - ....qy....s w+ ..+..e.;.t.+ �.»....sayw.wwx:..,w..l.a+w.�.+3+i• - �� « � a. 4 I r .:���r sa��3,+:w•at;.-m-AE' +Y"y` >,rra,. .+r... �a°':"+�'�`..N ^�*.�=r:'�..^sfRC»ir , .fir `�3"�i+°,+b - - +�Mlrne3+y t+�c x-.,n.';na-w��-' oulpoluao IV LB+LtrL 'ViS OK*. et a+s-,rte :. Fi'f c�a`'. X _ •` - 017ZNN 4S ZL3I °... ZL jol L-1 line ll a.io0 " DS 11 ZL-J1 LZ vi .• r F OS 21, j 5 R TED 40-3149^I I I N W ( I I I i p I Zn cm I 1 , 1 , 1 II ! C51 p� m I I I ! 1 0 i rnA n t z0 I C # 1 no i nA � ( N I I W + ( o m i I r�*t I,_ If u ro co f i.� rl In r+ j. , , _=Z„ nu7 NN — _ GRATE 29.1 f , ; : IE 25.74 - 12 dUT 5 1 ! p I O ! I I e` —+ to in 7- �` I I � N � I et I i l I ' •�� I U'1 I ', ,� -...,C,FE: ( v nn� c v�v c� car cv Q ! I , ,�,. T- it !) �C7 'ZOm �r''r� iO �s �A i0.� ,tJlI l_-30.51 - I y. ! v'i°r+ti tn�0 i V)7- p�Cd i�6 UI £m ' m m m I zo rs z Z I -! m- ! e.. r a_f i � t x1 Y _O (. N� O� z C I � ' N 1 III oz imc tii< I i; �x �c n { zz� I li i ill n `> e 1 J m } r0 - U30 ,mom ' r, O� nm ,.r,±..J EL-10.7 fi Y�,.�a mz p� zz cZi 1 v 0 o- i 1 w TL)u=,..O.F3 i N � T E I Rl m m I EtC76vtJ --30.88 ( ° h° o r p EL rr m r > I ftiI � Ip j0 ;_._...0... ' q I_. j ,_.__..._ m `n t _.. _... Z(J 1;1 �:_•i,.f I_. z I �.. _.... zo T Lo c i r ;1 1 rrt q 1 i 1 l I m ' r ! _. n I W l IZ- 1 --iONN LL i \ j Cn 1, I , \ H -- - I - w� u t q e.x m r*,x rTt p 0 0 1 t ! I I I I W 1 i LOGAN 7' 'A t ' I' '� AVE. N F» 'rte l r'i-o 3r N 6TH ST, f 1 .`�148V I' I .9 746 c -I m m C3 ;_ 145+04.81= } I I I 1 ( 1 irri STA. 30+50 B • r,a; rnv I -- ..... UTT!JOINT - - in> -V M I MATCIi EXISTING,,, -v_.,. - pi �. � d -- -I -L.= ' 0• . M in i c z _ �- -_ I EX 3DMH /y ''' 1� EX-IE 26 15t----g4 -PI.JT-E I ! w..i j RIAiI.3i 4 � - ;V. f " b C3 !.� EX IE 25,634! — 24" P� W iT 25.74; 2 24 OUT S d EX S,pMH Ic.I_s.63 — 12" (3UT E:— 093 II I I11 X -I ---r -- - •� f ° I - - - 11 IN tY `— - - _SDMH It I _ _ � E ' i ?_1.523 - 112" IN r RIM 154.88* r I IF '4" IN E = za auT!s - - l i II T it_ -- - 1 I TED-40-3149---] 7 I Imy - I I i"i Z I m(n m�: ezGd7 I = o fnnn'M+ nom+ i 'mm0 ! � z m-A v 1�` IfA I � n m6 i } / I I I! Ic7za 28.1' --• I 1: Ii l �> �• JA Z r- ' A T : + A I ` : i Y i i tw S3]/�l N"J13t,a(•�.}i @� � I N tD I , OKA 7J Cp I to l i` / m �! , TT11 , +f' ,� 1 + (/ ! 7 / ®v Z F .. try r Il On z7-_ - -_ m I V),._ Q ilfl' Paz m !: 51 21.5 i 27.5' I�� ' • � I ' OZ Zm i �vza ! S ' I j m zo I icn_ 4k 4- f �n rr n m I I ; ; IJ 71 !! f I I I f 14 C.1 i I Ll � ! { 4 I 1 it k• � �! +� : _ 9 �I 1 PVI STA, = 147+50 i PG 147 48.37!i I .5 21.5 2 5 I ! . BVCE: 131.457 ro w o I• I ` 5 ) I i ! E E ATCHLINE STA. 147+75 (SEE SHEET PP02) MATCHLINE STA. 147+75 (SEE SHEET PP02) r fl --ill 11 N p o ---i A l ICI o I •1 mg gz S0 -�+d [O z Z ! cn m n[ r V v7 V au cn ro (T7 m -�-{ furry z O Z�� `L Z (n m O.. i7-1—! i l�1 ICS Ili aOOQ-i mo a .. (-_.- yrr �a C 0 ZIa'"U r u) W 2 2 ZD 8� N� Onj 3 N .-4 I rn 0 C [z tt - srl �; a a �] m rr�**'tt'n - z �Z �o Z -n woo Ii rf. r7{y +A ( > Z LV� m o3 pry m F" + C y£ v a rn 0 z°�iJ CO W aG Vi v GFm*t 'rU O Nm m � W �O -4 p�0➢� o A f(i'- I N -•1 m ;0 3CJ ��`��t0 Y m lA m C D cnaNpl -4'p'ppm ��,. .D� O our rn p am 1 ;-1 -4 nc�inc'i'�.ri m 0 Ln m m r M N I A Om 0 in 64-jJ m O ;u z Al m � a novr .t rn TED-40-3.149— + I � s--- i I zzzAZl, I+ I n 1r cz I j I 1 , 1 r I•.., I I I mz-Ni ' {t I 1' I f f it I z i iii ! 0mtn ! {I � } ij. I' I =zro alZ-n, <, Ila I I- m n+ gym+ co i Z8 zm- F r� bo I ! 13£ n I z ZZ I I 79 44,E .ls, -,Ham m 1 ( I r ; X11 z 1 Ocn-m ca l i . iW m t13 w 0o °r+ a -I- --- - - +f to 0 a r rn i {. �Iz ( Om 1 rn o m I s•� 1 ( _ IC}C-301C; r-j .,tJ.'!D! L,. I x I 1 N-=J ) °z 1f I X_ 4 � , , n .. t 1 DG-�30,7i z m I 0.7G10 m ! � *.t I ,i n p � ! t.r 7�,o j��. { `��to!AII• 1 a, :d zlur (r; jtla'. n I z oo �� mtn ( I ! zfl�� S IP1F, z> •10 � rnl' i 1, �• z tq 9 _ _ q 'F'( 10C=30'92 j y A is j izUd'fi r l 31(Z ! p I v f 19 Nr A. 29+25 (SEE SHEET PP01) :mss_=_i 'r I J 1 Y i i.23 I f I I I i IJi ! Z r- 5r as cn 1 i 1 I i , _ rrl I ra ��a+ -u W m i 1- i-. El ?- 1 m o r (7 it �_ , m I �i a (mW v z 0 p I �u m t 1 m mz �O t�t0 v fn 1 O I m V7 0 O-mi ZN �z (� z -� --I p j Jc} - •- _ 1 - - s � mn rnoc c ` 0-4 •[°n-ni 0-�-, c I O Tr1 �C7 m mm-{ I I 4° �Zn O n �P mo tA*1 Q I .i O n c m Z f I in on oA c °z� zn a n ht O m OZ C) Lo f A Z ;ry ;u O n M r r 0 v� rn < u I m ro rn z z ° pn m •z-i -i m I I n o z I f1ri ��yt i m F N N W N N W N N W N N W N N W I A W N I A W N I A 00 N I A 00 N I A W N O O t g l i 1 I j.—_� CD I o i ° 29. 1 2 t j I + l I � 29. J 29.s 29. 2 )7-1- 29. s 2929. 1 ° 0 O s 1 I J 1 �- i N —1 p -- -.{._. - a U1 O U 1 _.. ._ I ;_-__-_-__ .____- a g�- j '---I� o ' I 1 N N W N A W OD-01 00 N O N N W A 00 N N N W N N W N N W N N W N N W i A OD N I A 00 N I A 00 N I A 0D N I A 00 N O O � I I I G I N . 5 -- r 1 N 00 00 o 29 o 00 29.9 30 30. ° + 30° 29.74 30. 0. O I I o O I 1 o C f _.. -- -- o°N - j p -- } - `I b (17 -- --- 1 p 1 � 1 - -- I , N N W N N W N N W N N W N N W A Co N A 00 N A 00 N A OD N A 00 N N N W N N W N N W N N W W N N W I A 0) N I A W N I A oo N A 00 N Of A 00 N �_ / I ` l -� J I-- --- -- I --- v r 1; I 30.5 00 30.7 o (D (D! CD ° O! I I I 30.67 30 82 31.p9 I-- - - v I O I N 31. 1 w ' Ul -- 1 -{{ p { -1 UI O -'- } OD 7 I 11 O U1 No I - i00w _i No 1 I o No O - -- l I 1 I I in I - _-_•-__ ___-_ I.jI. ...� N N W N N W N N W A OD N A 00 N A OD N I I ( III tj I ; 1 o � ° � W N M . . 31.4 + CO r+ ° L8 P P a CII N --i I isfvis i I T�T y Z ill o �ISTii < Tti O < ���c 11 "3a 1 u p 1 +++ 2 11 wA 8 03 880 M _H v p it $g J� p i w< LL A W N 8 q s N8 p833 � nN �a (� Sig ��8 79igi' I w � x,yC3 9� c N- 9 C II II 9 S.NN rtl � c c ? _ � I11 / $ � � � �9 $ 111 / � � i R, Z o 2 Z g Q Z D, TED-40-3149 fTt ,.r o, i.Tth W N ❑ ! f r ro ca o v Np mp O tnl I I ,1 ' I o c� ti V r' °R _ j t , Z m N+ OOS H z i jit { 1 ( I :; t I 0 z N and z O N C7 An n d ! 1 i I I If;i O �� ao '"❑m �m -_f J�,� .... I� � I a lr ! M1' �,I -. o� t rzica O vo a m wm � I P °o� N :i 1 ►f ` I R' -n0 D O Z; C, rn r- 0 <1 S61to 18 r? arr r 11 { N ITI N f D � z r•�10t �x f I� � ��� f!f -i `•7 rD-m r�`l .t-••,r` '1 I �� e -. o i mvz ` .". r� U .,, `D N `y n O 'tl UJ 1,4 b Z L7 C7 C 2 O ` R I Z :� y/. :,� •..t{ , -� r ri v- W f i I_ r kL. r cl zJ O D O Z O [>1I IS/ Q+ 11 rII Ir. inz rh-im s ON z' } (� i. >m'" mv7 ro N C r �fl c0 �4, - - i a I d5 27 Z ..i ?, ! .�, r/ y 6- +m 1 _f I II ,Y,� m N !(t} D' j ' ! , Ir l:.i ;`..Ir`, r r,A i I II i• :z> co I r I, : fl O z Z 1 / O n0 m OD !' �� Rio En ' m2 a p t l V 7 ro v ►'N d ri { {) _j t ro z rDDD- a x r 1 1 l a O to oGi (_� uF� rr 1 } } ~ broom �'• c {t mR It-:7 r 5,w� z l i Ai Fn D 3g�rpg °S Ei x c ip n ^' D 1 ZA zz - ' ,7, m cr 3 is t r�c� ^ 1� g °� Z I f Ix oro� >z z m x nj f r• a li `�2 1 1 _?'. --yy - all is j " I. CD Vl � N GS m 0 ` < <m + f� i iz+ I�a2 a I V� I` mDacza D CD C4 z,> s 1 t 1 li r 1 ply in 1. I Et i OP aZm iz.. io T � DA a l t1 1 D '� I It I z� f j 'I Y; C�Sn' -1 ?n -iuci O 1 l t I I ' IP `<; I v_f¢ t� rJ {I111 N- TjO� 1 1 { -1 wtn 1� it I �( Ox f { „ sx�ick r;o, PC p. z0 rrNa i 1 1 r it I` I of I. a O6 '�; t rn O 1 Ui r t ! 1 I n n r a _0- M m t ! ! r f / Fn a Ij ! t GARDEN AVE:N - LI 1 t { f � ,i- i� i-._._f N � Y - �a �� t?�1,r1 S r F •' � I� ff ;u x t z Z F I O� -4.r., � : I i __ _. -'---- ------ TED 40.3149-- I �..-z --- I I I I ° , O I I �D m� • D D ► 0 Q t� D f=rl Wz, I pr � W p D m p I zl m I mu? --- --�- 4- - U nm -- I- =--=- I ( � 0t-° I O� I °N p;u ZJ D `z x A U ;D U ;u A A ;u U n -�' m e D? VD D D D D OD D D D D O O ➢AZ I f0T70 rT01m m W @ m qW W m CD m U A I r �UZ m� LO55 Tu A m x x x x � �� z I 1 0 .>, I o- mo O 0 O 0 Zp o 0 0 p n D - D �` N N (P (I, NO� I >rri o cni m m m m m 22 qsz 1 7 N 0 0 0 to 0 ZDm N m I o I I cis m I�- oA I zITUl m`LAz ° I ➢ I I kO m A � -A - N Is N O W 0 I 0 z W ZC m -0 U U U c }+O m0 i �„ SLV I i J z p m (f) I 1° - - ----- Dm m X -- - ----- m I 1 Z m m0 V �° I I I u ( I � o - m - iO Ln w L m v O 1 I I I m O J 0? J 0 I I I I ( I O I O O O O O O O O O 0 0 M I W I z I I I 1 I I 1 1 I CO) I I= Im 11 m I inn ` ® ©� 11 m J 1 I O ➢ m r I I O O D \ N _O � � n I mI ° _ 1 Z z x ;I uI p -I p z v? N m I Ox m ° 0 0 o I m o Q m O N N c 1 GA -u m n O O m Z m O m z n n ° I I I ➢ A C A c z D rn I m m m m Z D ° m Z m I I I Z 0 0 < r Z > r 0 n i O o O m < I = U v m p A q m -0 U n� m O m m I m 1 I 6"I SLV D / 1 { D 0 z < D to / 1 Ln p A N 0 O 1 11 _ 1 10 00 z ? r b 11/ .....--------.} <1 _ 11 J 30_00 1 1 GARDEN AVE. N. I PARK AVE. N. �y li + 1 o z 1 1 Z 1 m 11 m 1 z 11 0 11 M 1 D 11 � 10 t I I I I D I I Z I Z� I_ I w 1 000 ;OHO On➢00J O'-107O mQ? DDO�� "�"IOnA W nN rr��77S��O;t1m Z' "> ±10M' Z<S-{' =Ox0' C. --I U) �- 71D <m5 mZ�O p mm D.TI-.� pOD2-1 m DZ� ;u 0 Lx .. r in mmtn -ice zl Dpmr or-x .r-IN z mz ", �X � c)r n:U17- .17x0 Dm:i14OC c rZ- Dqr�° 0 00 m TIC -I ;1 x Op. mOOCmZ _iQnq;DO _IgmUO �mm� D D 0 T-U7 m zz zAEn z -«S rzmgp O mr< r r z f'I (.n -__ �� 0"IZ nmm 09 G)��OD _I-C <m �-i m0 r r RI Ax m - OR M.MV � zD r mcn �_ {ter M � z zy minx 0z g� AO'*7zfny7p 0O�o0 mm ~ fx*t D o cno°N I 0 no tnr mOm=zO Z� �-Zip\DD ZyDZ n�7m0� p < Zul � r z1l q (m.f<*�O-iOG�n"T7 {,n;0-1O ZO A.77� nZx 0 m �P Aom OZ DOf�t CfxTIm DNC Com�7oC nmD zrfn-i-i (D DZ :UxZp x0 � m m-i0 wo0p ,� u6- O O zx cl cyc 002 nX6 Ca :<DD--1 mom x'� DmC O-I D ;OxZ ZC) c X � m➢ 00 o a a m� r z� m- 7 _ mz00 o0 D 0 r� r� mmc ZD mo ozz p U7r UD rO�Or x 0 7u o -7z __ _tn -_IOAr '��` U'*I� rr.[Dx �? pm iN � �z 1,11��mixDm q Aic22m, z7N.E mcl-lro � m x 'v I �mm Um Z OA�mV)r 0zU m-zlob mjrm = D imp 2�In !'? �O CZ�Z O<0 �;n zZm- m,U m > �m N m°c� U m-�+70- 0--� S➢-1 uI <nn mOm I z o !POh m i I w CFz --rl x. G�mmm 0�mm oZT. SOE �m o o p z Utj m�Z U ry�0x{00tn t�ii r^Omjmm m�7zrr- �_�� U Z vUiU °ai° "D r-{0'S z OCU '�-i0,'7 Z7 0�n -imOr ° ° o v. a p ��c7nnn v v o cn U mv7 m xo o °w° °w °m u°iy vvGf_ AZ-1 -1 O--�Ux U0�_ map U O m S p_Z O-=lx�m �7U m pQ7 l,l�_j� NNNN NN U) In 3rN �U)mm°D ar-.IZr �Om'�p �x�7o "5 r D �a N 0 OZDOGm-im ➢Zm !n rmn_ M>a] Z zo� m�,x,A zmmz� ADD+ n� <_ ° v • ««« I m U1-ImcmZ 0 �D-0i"IO m0➢ ;S�IZOm r p nnnnnn m tA �� xo OA -,UZ< n --iD D r m �m m���0 �c°i70��w**77 r➢-OmC D �Z7 O0 Zx➢ �Omr �mj-1 CO�OD D 0 �r: z om�o iD� c� �'z. rQ�n o -to m I m I DvS m 4 p -4 C D I z m = A O v Z In TED 40.3149_ I i r °Om° • 6 D D ► ° v a a m D D D b rn� o m GARDEN AVd.*. r<i y 0 f/1Z Z Z z Z "�Z Z z Z Z +� I m� mm m m m m >9> m m m m m� A� A A �Q A 6 du A Z pm �O O O O O ZO O o O O -� �. D Z N$ N Ur u iJ N J (!t O C. r"O 01 it rl m (n r 1 0 N w N D � ()-jr (/)K N m w in w ul mN m m m m _..( f GAD -+n -UN 06 --1 -i -i -i -Ari t*1 t*I (*1 Rl m z c D? S/I N W 1n N N UI D S Z V Z Z'L N 1 Z M m �m m m fns vo ul Zm v�c uA m n n o N A ��m7z m �0 w zi A A � N N D Cn OD M? (.4 O Z C m -O -u m -D C 1 z N '*7 A A rrl iu A 1-4 1� v + Z m W O, f J (O O/ W N O O O N Cn W N (O M -0 O < W N 1 1 O m O J O1 J N O -u W W W W W W W W (d W O O O O O O O O O O O - I I m m (Do & i 11 mz D 11 x T Z Z 11 D I z 1- I m Fn U o D_ \ t• O rO O V+ O ;S7 z Z Ui 2 1 C: O O ;Ll O N O I ' m z r O C m o o rr �°O < .m° ° ° ., m z r 2 p v 0, U) m m C m N m tn- O A M C f�Tir0 T` O_-I D D m I x Ul m m A y Z m O D Z W O n m ➢ m r m 1 m ° O o X m m N m N m m - n \ m m 1 I rn 0 ➢ ` :u -u N u� N 0 < I i z I < N p m I m N m E: i m O ° N m' m m A C .tS 4I ;I v D z7 I W lz. i r O ? z To I 1 I 0+32.85 1+C I , (n oo �7-i000D00-.� O-f0�7-t7m DD(n � "('�0O� (A c)N _�� --(' 210-O,OAmz o-1 CM) U z<==f =020 C' c �mz-,Z (n mm DA c70D2 ( m Z� A- = O �rD m mm(nD ( °O n °oc C°1-Z? >>10 In vm)vzi m �c i 1( ZOA z2R, Cf2*iZ C(�Oy T](n rDm2� CA(*,m 00 ➢ > (n =CO rl �� ��z�,A.,m�oo ovjin r-� '¢°m ammo rr gym,, 2 (/7 Zy mnS�O�Ng �O�1Z M67 �QUZiO C� -+m m:il._., 2 > 'f (nD ,1 ,tl ocnO f N f Zx (nn M�(mr,�-IN OOrrl ��-IO ZDp rDAZ nZAO� m :O Z(Oil Z to C 2 NC 02 rrq�* O O mD0 D > mrnx wNN pZ DNmCmmA r CrmAOC clm ZrD� i ( m Dz i.� OONO00 (nmx O 7JSZ X00r -i Vi -40(no ,i -Uax r O '� Z�J E c�ac�c�clo nx� m :<D-f�m-m='< mDmm O-i D �7S°Zn C X O IS n o o - Dom mK r z� (r, 1XC z(n6 OOZ D (n rl � cAD mmD zD r--1m��OZZ p v,r 2D rm7 Z? rO�Ulr = V7 ;uZ 'ME yy r _ �Z D Z-1-r,_Cn-I f�t'}�� D� nrn x50 �Z Nln�fm*,D lm*1�y OZ�G �A� �7�(-_{rO m G7 p i pCiN Nmv Am Cz -i�J-l- �T720�mU1 ImTiZO-D1 m 0� t l i 1,A0 ��OZ�izln� 2D� ZA ZzmC7 T(OmZI -� m -i Y� m N .i.� °�z < m=IOOG Z.OS r z ON- A- p z O -, Ap� y -U r-Di-iC�MON U{Im OmOmm ��zr 3SA� 2r z can-O v_�O 'D rp 00_z��A m°OZ��"Ll "NU >O-p -am<r O D O m� /A --- m 2 FIT 0 mmvm �Nrn aOZz FO-_Im�� �0�Z m�OD y A Om C j1� NN N N NN N N;V7 m �l r -.{O O _�2 r O D N MO O 0000 00 N N (y (/J N<-*7-tm D Zm Vl T.0- (•l�m-1 z ZD� m�2�7 z(nm0 AAA --I m N mm Vl zm m-< -iO m D «<0 < m -(mCm U1 -,D f 'q0 OD AZO 0 r O 0�� m UITz-9,-0mU1 A6 0- 0<Az< O is D -(ril mi {AOpzNrm mho �1(Olow �pm-4 r D i {-„zZ O� 0�0 r� m(n Z. ZAO to * r O�00 �y(Dn �Sm In �m�� O-lD�n Z rT. -I m a Am A =-f CA Z. r0�(� 0 (n I I Doe ( 021 �� °_ �A z z m 0 m O O Z Z U TED 40-3149 i r _ I , �__ °o _U x m co I I N A I ;u < -u> = v LO x I m0 o'U➢ m n � � � a, m o ZI m < �� x m zs °o roTm zoom tciJ z m �Z c-) > r A °yXA m a r 0zz D m f= n —I D c 6 I o� y a mz z Z= � jn n v m x r- m X f� o O -0 co x n h { n o v o�mm z Im �7 O It+ < _ Z 00 o m n mm z z0z cmo m m �o;u r' O 00 m �a z o z 1 m0 om I} Z 1 A z n N Cn N D m f r n OOH ' D N- I L7(7 D D I o o Q � v c m m c m m + to r m m r m y O Z Z � N n n O O D D I C Z z m m +I 0 it 1 D i' 1 m J Z O -U w u 0 0 P O p N 0�m D D A to gTu r r0 wOr 00, O➢ Z Z Sri N �m �� NS ozcn o c xz Dz oJn { NA >0zz i rI m° <>� m mz o� rx Z om mom°A ?m °➢ 6'9m � o �n Nm �mi G7 r r> pOOm K-0 -g Z2, mD V70 "TAD Zr >Z CmZ� ?y ➢z ADO ,.y zD 11 �- �� oO Oz 0 Oj op 0 K'L r O r -ADZ OO ox O_ D� f �N ��m WZO ��� �� tn� �� nA i �O O O c7 ➢f*<i vl 00 j mm <�'in -i mp -_Zio1 rz p"� VJ O mmD O m� m� zmm N �z .f �m p� o� o�m mo z D mm o m !max oz o n n_ ZO-➢i m 0 --1 D r� 'OO Z m -J O O ( D m Z Z O O Z 7_ cu m = O 71 U I r� .. it�a� �`�j j�• r. � ,i `' 7 +\ �rx. 1ty, f�� p?' Fy � j is! � _a t f plot won; ro t 7�L `t j IT IT tit } ". ;u->`,-�� 1 P x r is 1� On TA t �I ynn j1aF t d;' �} 4' v� a a { -% r°sips° - i.. 5M+50 d� >TFFt ���r z i a�i}� �'•` r =< �!si TO My g qQI 11 o�v � �- -:-7 in c7 l•a t -' a-d I s'>�z ' ohm 'r 'I ,t V i1 r�i i VIM I*r/cnY t ?o t �r�l `75 1 t771�3 -t tad r 11 Iii 471!`1 t a 7 i M1 tU E MOM i fh {UNC W;.p z) A ovl ,S' --.,,,,.o 1 r J rq l F-..:= rf s /Al u q t /1 .. t,y 2,,y ( I!1 e { b, !Fit a -. _ S �I � t `_ --1- i�• e , V Ai At f 4 s=t r 1!1 ul t, q6l ✓r Jr 2�> -q, r 4 l 1 'f 13 tj Iq I � a Ell tilt (r X71 J i" `r;to t r t" Eli J i_ C7 f,l CJ C`'f., t ,fib + ��L'i •+1 f- �t fir} r WOCHLINE STA. 32+50 (SEE SHEET LP10) I fy a a u12 j- .r.� - �� ��- s ,. ! •d Qom < � �� � q=i ! � P�.� Ji � �+ 2 ad NON --z z va i:r� 1 � r.t t Ay ou Y` t v $ o v r v ¢ i I -�• fn mop ` 'g' e 4 ! NC J O if Q d=jf{ 2 i t � t�t � i �� � a u 77 �r`a �, 7 J�!-A Rr CDC E! 1 0. 1 „x r.. a J Rip I r ni jj 1 r 1 y/ 7/7 Z U t I y J�I M Gl[i �.. J t fJ Ego jq r a Fn *p o 7 Cof 77 I' wimp' 1 I. C1 A t ,Y. r=r V AN � I •U C� _ t�, e t �� 7 1 ?r d I 1 s L a t� dt MJVFCHLINE STA. 37 €00 (SEE BELOW) GOP now, U71,, 1 i c' r'tJ Qr- ,,. s"�� r.5 _ a r _ r ❑�� ,r Tj to V U � r_ '7 ut r,rr +t 17s (� t t � - 7: ., r�i r { YJ C? 4 f t 7- � itrl SHEET c r nA 7*t I j i t t t i i `1 I pi Fi �1 !T, id J y 1 ' yyy r I r l rt rr L � Sri ) r i rfT,rl r t r'1 ' t `,��i .• F r f/f�r�7)1/�/...�7,r,.� � rvf� - t ) LOGAN AVE. N. r (1 ���� )' �f i' i nor 11 o J ,S S � !) Ally !t.1 not U 1- r-a r a'_ ._ t t.) +.✓ DMJM HARRIS s +i ;+ r, Change Order 14 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 14 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact e/3�/� Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,341,894.75 Estimated Net Change This Order: $60,577.50 Estimated Contract Total After Change: $20,402,472.25 Ap val Recommended ❑Approval Recommended roject Engineer-David Mohler,PE City of Renton ehy/� Date Date JAppr al Recommende 4Ao ve City of Renton-Rob Lochmiller,PE Ren on Date °`/o/0 2 Date Representing You are ordered to perform the following described work upon receipt of an approved cony of the change order: Page 1 of 2 fflentansitelstwrit60005183 SLWRhSLWRh600 Construction1613 Change Orders0ange Order 14-Pile Price AdjustmeNiChange Order 14.doc DMJM HARRIS .j R + �f. Change Order 14 ISSUE NO. 1 —Pile Removal Price Adiustment Background The Proposal includes an estimated quantity of 100 LF for Bid Item 17—Remove Existing Piling. During construction, the Contractor encountered quantities well in excess of 1001-F. Section 1-04.6 addresses Variation in Estimated Quantities. The City and the Contractor have agreed to an equitable adjustment. Description of Change The total quantity paid at the bid price of$363.10 for Bid Item 17 shall be 125 LF. Quantities that exceed the 125 LF will be paid as"Remove Existing Steel Piling"and "Remove Existing Wood Piling" based on the type of pile encountered. Measurement Measurement will be made by the LF. Payment Payment will be made under new bid items A183—"Remove Existing Steel Piling" and A184—"Remove Existing Wood Piling." Summary of Quantities Bid Item Description Unit Change Unit Price Total A17 Remove Existing Piling LF 25 $ 363.10 $ 9,077.50 A184 Remove Existing Steel Piling LF 700 $ 45.00 $31,500.00 A185 Remove Existing Wooden Piling LF 800 $ 25.00 $20,000.00 TOTAL $60,577.50 Page 2 of 2 11RentonsilelslMM005183 SLWRhSLWR11600 Construction1613 Change OrderslChange Order 14-Pile Price AdjustmenhChange Order 14.doc err►" _.I Change Order 15 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 15 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications Lj Change proposed by Contractor Endorsed by Surety Consent Co actor Attorney on Fact Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $20,402,472.25 Estimated Net Change This Order: $ 11,730.48 Estimated Contract Total After Change: $20,414,202.73 ppr val Recommended 11 Approval Recommended rojecttE Engineer—David Mohler,PE City of Renton Date Date ppro al Recommended led C�y cif n,anton—Rob Lochrniller,PE - — -- --- --- of R ntori � i r, Change Order 15 ISSUE NO. 1 —Additional Metro Bus Pads Background No provisions were included in the Plans to accommodate Metro bus stops. Metro provided plans for two sizes of bus pads, and requested that pads be installed along Park Avenue, 8th Street, and Logan Avenue. A price for each size of bus pad was agreed upon. Additional sidewalk surfaces and minor revisions to the irrigation systems, between the bus pads and the curb, are required as well. Description of Change The Contractor shall install bus pad foundations as indicated in the attached drawings, and/or as identified in the field by DMJM Harris. Work shall include excavation and backfill for the foundations. The Contractor shall also excavate the previously placed topsoil (within the planter strip), import and compact native soil, place and compact 2-inches of CSTC, and place additional sidewalk segments as identified. The Contractor shall make adjustments to the irrigation system to maintain its full functionality. Measurement Measurement for the bus pads will be made per each. Measurement for 4-inch depth sidewalk segments will be made per SY. No measurement will be made for all other work. Payment Payment for the bus pads will be made under new bid items A186—"B21 Bus Pad" and A187—"B22 Bus Pad." Payment for installation of sidewalk will be made under existing bid item A115—"Cement Concrete Sidewalk." Payment for miscellaneous work to complete the work as described will be made under existing bid item A03—"Resolution of Utility Conflicts." Summary of Quantities Bid A0Item Description Unit Change Unit Price Total 3 Resolution of Utility Conflicts EST 1,000 $ 1,000.00 $ 1,000.00 A115 Cement Concrete Sidewalk SY 60 $ 33.08 $ 1,984.80 A186 B21 Bus Pad _ EA 2 $ 1,894.16 $ 3,788.32 A187 B22 Bus Pad _ EA _ 2 $ 2,478.68 $ 4,957.36 TOTAL $11,730.48 ,�i•.�;d5\+Ip�,7ort15�FFF)l.lfU\r'fP SI-d-i Set\ - (_ MINIMUM 24" f i • SEE NOTE 1 N ! .D 2 rA C D (A m ° r^ .i w r z I D j � r � A z E I u v _ z U) j z I x) O U) rM o, d z c> r � c c> D m O Z z x O o _u _ ^ A A m o n o 4 c O rn z m o 0 1 0 0 2 �' i to r k i X n r FT1 j z rn xj I - .> m m t"p ^ I rn rn 1 w m m r, f i z rn I (n O -i I'- m y, c,+ �1 { o Q -11 -TI i i p O O p e { i T C) pX 1 n Z n Z M L V) ---'---- u C) )> m O fT1 I i �A i 1 O j � t_ ! - -_i _._�- ao v m rn s•w ro;� [rtl O mxix== ux T} - -- Fv000cTmc� ` �u)m(Arv)Am Fr1 ) u DO VrDm0 Z r sD <�s� X11 vCACv-oio G A c m c J o A w + rn n a w nJ O C 00 UT y' w--i no-r ov)m 0-Db�N a-9 Z:S -1mm-A U)Z�C)D �Z 2 Am �OD r-_� _--• ( 1 f/) c x m x O-i x O-D D O "D A O A In Z Zrf-*7 Drn Zrm Om Or'=rm pfml2 pn� mtZ+r OC DO rn<nm tD"=� --�I Ocm Z CAw C-� CZO tYl ZA rd C, r rmc>m ZIn.0� ZO -iAm G7 �mz =�Ox Fn -m rO 0OZ OZ mm'Dn om Oz`z oO� ' m�� r�1 i- _� b n OO D-r �l'D �o~C c Mtj mZZOD O ox c7 < tt 00 i FJ- (nr r�` OD mfn Z = C)O V)Ot*1 O-p OZ Oab .at0G7AZ O�-D mC7 ��Z 1 m° d--o 0o dp< o i �i n{ mm �c1zx� czi5 i° r�-uT- N-aiA 0oA tzc �o { {m ry0A QZ D 0 -r2 vfmf��11,� DO d zz� oo i ax c1 =� r pr oZ mO �"'r Om --t Z rG2 -r rm o m D] !on �° D DV DzD p ' �rx� mo n�m �°� =°�'o o�qD �oom� r„ o� mb =r"o in ' r-0F to bm mz z = m iou) 200 -nom z F rr nm m m j r rnx nmrn vo �-rry" m m= uJ xr mm N v_ i r AA ' o ri'D U) -.7 11 rnD i'r'DD oc m= n� =r^t7� omrn N-i v c- :,. �n''A om �K� oc) 1- a vim �zrn rrr 0r- O� do mix t) m�xC x�c (7)OO -+ O rA � I! L mm AA'7 Aw O� Cl2 YS OfAft rrA Al)!A'1 SDr� �;LO N-ryr ArD DZZ A m A m At AD om �- ,'Tm)CJ mtD Ri�- q�n rnx vt7m rn rN OHO `'_^Z { cm V)rn 'Tt A r Z OZU ox-V m 00 x zo I O m m r O o N r-D-u ur< o Z m.,r �W c7 r m Z7O C)-r m Zi rri x m -i r x n r m x --r xx mr2 tD -DZ D G7m� m �nx _u1i2" vA� �p OD r �r D zz �� m A� v Am ri�Om o�O� r�m A + ;U� 3 Km �'<O< rm-m oO r-ZC) -G�tm- = D� oq N { y r•m -r mfTt m DZ ndx r-z n OZAr*) zD O m< < s , o= C Z.�r c r r� m O i zm c v A nc7 c) cio ro b D r �o o r P b -r 2 -1') m o A (n O ox "r x"D r 0=r n 0 A b -i 1 Or _i"r C) rrd A 0'ri [D ax C7 Zrn dmr,Ar�� Z 0O h �'D Zm Ud S Z� �� mn CA r- mm.D ,y+�A t7ZZUZ -TOjm DAB O o in O d x m r't r o-+t q o c'i b v or z A + z D im Z zc D { �17J<JU O x mx b T S _u m TX T m m ° m FT C: M rr f ir)i ri rr] r,c ri t nrr�Rr))NGIY 1 23ag j 1 0" i I I e r " > •, j � h i e � A i e " " b � i e ! e " e j i F RAW '! ! , 10CAHONS VARY II - � I f� f t`1 L j-\L ._.-e e " " I► N O ''-I ,., N O °� e � � �� I '13 ()102 1,A n� L I r I; e i f c� 7 � VARIES ��,Ui ��,; J _ �r,) almmmu7wu7tr�n,wrn 7_f- ; •I I - l - jOt t,z 3 -i r NN -ten, •c,.7>, =1 �vAft1E5 i I T alga : L 1 n OTi ' _ I lot It Ron +)n ul -+ 1 i -• rl N b 7>r ,r't ql nl f3 i1��mzz9 v,� .p�. POa�.nacnarr� ) r_Iri- i Row lot Tar Too is o C D + .0 C _• --7 mom m In - t�j ter" Z� { v� i _ -_ 7n c➢ Est -- j TED 40-3149 - s i! MATCHIUW,STA. 73+50 (SEE_ABOVE) MATCHUNE STA. 69+00 (SEE SHEET LP06) Lh I I ra i,,^ ` I�� �jl tl 'F�ftr.•/C '{���—��' �mL •�� I � � ' �1`�1 �—�—�^�^ / U '�' V, I � W.P f W� �' •.I I � I m �l (I' I ;i T6 v I a kn } I sI CV I60 r t \ + z Coopn mac. ID �a S 00 _ .+r. � f rn f 11 L I w x 0 W j• ` :�� �� '•� - � `. III �( � � �)� � 1� � I '+ I 11 m 5 �mm r.N S ✓ �� i TO ={ p i C '•Et �-` S n m'*1 L 1 f r � "i N I !I v w' F co cur Too2 � zmz �a � I �� � I �'� •'Sc � I 0_ z. m )iii 14 � Z � '1 5�7•s`y.,'� m t�� i� i WW � m � .sue UI. U• N 1 O �I �� �� � •�� 1 � � I � c�c> � Im of to- 1{{° I �.7A1<LrrGV A•ILF.. �( ' It 3 -OD n pxy I w w to M. �m F W PARKAVE.N. I -Tl � I i 1 I x i MATCHUNE STA. 73+50 I (SEE BELOW) N ' - Nip af_mW YV zm ymtn AmA m- GaN �+ a P� f o 9IF � �m F F--co v ZF r��i rr" � Lm t(Z yooi U16 O�vl r A 3� �p p? !G I om zj8� m 'Qy cyni c 9n roa m i D Z G_� VI Z r- D,y O En .'�� a�'_' i L ,m 00 I c�j m� �,,zw EZ Z .. �Zn tnY z0 O W d vrn tca� go OZ ''SZ ao Q I o z �mm m Z9 8mo 0-r WK M� �� I i _W N c�i'• �SSpJi OV mmDm rlo �"-1 r p cn gv0(nZ a 1 z �_ to dam OZ 0L I z O m C � nW �z I U� �Ay3 =� a �, zZ O �i 6 I rn Jm rn r Z wm z , N rI �� v TED-40.3149 Imp-pm- — ilk 3 i , s►� ppOS) 72±50 (SCE I R MATCMUNE I �. e s MATCHUNE STA. 72+50 SEE SHEET PP09) 4: W� y�i I :7 i W Imo• � , ' oy,�V': W; N M �.� R P �;� I � � Illiii •C 1 � Q 1 i n �- Ak 2 F.q4 5 Y I } -_ C -- !--- I E..Q...p o",�-►� i'.AV�y f 3�.0 _ 4^. i SXAw 2li:25 •C.tT o ° -e-.`. / `ati+. 1 � yy `W i � E _ � 1 v i � 1?- g{■��� 'r:� '�#trpig. � � € '� � � � ��� �� � O O 1 � j d I � rn� --i - � I t— ra w w C"S ia X04 0 r� oo �o -DO 0 Z j :U 47 n'O N M` CTl cl n o pr m 2"z �Z z P-Z o�v�JC*1 a cn t�0O - ZOt�" Z Z- m r Z� ii y �i m v p *J Gl °o` wDDD'O' � � ran � m• "d rO, Z R' Y a z T cc e'"•� rrwoe'o w cn r MATCHLINE STA. 28+00 (SEE ABOVE) _ U I , 1 , 1}I N v go - j 1 ZI 4 P00 i rC t 1 tt1 t r •` v Ala (h m y n -p \ 8 v 1% fn is ^fM si c tii ZM I � c o.vffv� - z z rn I Ln rn O V t ; N � ST � � m 0mx ;�4 `15 t f y v �m i v Pc i 03 Q; � l ooCY n g.r°�g = ra m rn 14 rn Tr i rn caw rn (=r-ar w oa of m os I I p o o" f 7C I m 2z g A t I $a o Z. i A z'f1 z 1 a irs. in uzi u u. g, MATCHLINE STA. 32-x50 (SEE SHEET LP 11) MATCHLINE STA. 28 50 (SEE ,-'B* ELOW) CN ply ay;m yZ QW Op 10 z" z Ij 7i m!�1 C V►- p "O 2 z O N -{ m � C, �o zc7 N yPTo G7 1 gs ^� o 1 Oy03 y rdj 'JD'-0 vv s ' 0zM701 v Cf) �6 y N > Z my 4 L4 oo F, y o�b E � 4A m g c 1 + � . � ��»���������� ��^~�=����� ^� �� - ' n�rwm��ww���� Order w �� Contract Number: CAG'06-088 Federal Aid Number: 07'79'05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 16 Prime Contractor: C000anU Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications Lj Change proposed byContractor Endorsed by Surety Consent Contractor Attorney on Fact Date Date Original Contract Amount: $10.443.82G.6O Current Contract Amount: $2O.414.2O273 Estimated Net Change This Order: $33.000 Estimated Contract Total After Change: $2O,447'202.T3 ?LA pr al R mmended El Approval Recommended �roject Engineer—David Mohler,PE City of Renton Da Date ed some Change Order 16 You are ordered to perform the following described work upon receipt gl'an approved copy of'the change order. ISSUE NO. 1 —SDMH L-30 Background September 6, 2006, Ceccanti crews discovered the existing pipe configuration at the existing storm drain vault SDMH 305, Sta. 71+32, 1507 LT. on plan sheet SD 09A differed from the plan. The plan was to connect the new 60-inch pipe to the existing vault on the south side of the vault. A new 96-inch manhole would provide a junction prior to entering SDMH 305. The plans indicate the two existing lines, one a 48-inch concrete line from the south which was to be replaced by the planned 60-inch pipe entering the vault from the west side, and a second line, a 30-inch concrete line, from Boeing's property, that is also shown as entering the vault from the west. In actuality, the existing 48-inch enters the vault from the south side of the vault at a highly skewed angle and was collared with an 18-inch thick concrete wall at the face of the vault. The 30-inch enters the vault on the north of the vault, not as indicated on the plans. Ceccanti removed a section of the existing 48-inch pipe to install the planned 60-inch pipe, since it was to be installed at the same location as the existing 48-inch into the existing SDMH 305. To further complicate the matter, the existing 48-inch outfall line that exits the vault to the East is concrete for approximately eight feet and then has 48-inch CMP stabbed into the concrete line, which was banded with a concrete collar. The concrete collar has since failed and ground water is now entering the existing 48-inch pipe. The existing 48-inch pipe along with all the other pipes were also filled with approximately 18-inch to 24-inch of sediment which looks to have been in the pipes for many years due to the various layers. Description of Change The Contractor shall perform the following: • Move SDMH L-30 to Sta.71+50, 152.0 ft Lt. • Remove SDMH 304 and cap 18-inch concrete pipe on both ends. • Open cut and install 65.0 LF of 24-Inch ADS from Boeing's SDMH 308, 96-inch (IE 19.69)to new SDMH L-30 (ie 19.55). • Install 60-inch concrete storm line as planned at S=0.072, IE 19.52 Approx. or match IE for outfall pipe. • Abandon vault in place or remove, per Section 7-05.3(2). • Abandon 42-inch line in place and fill with CDF. Remove pipe necessary for installation of new 24- inch ADS as described above. • Sawcut and match existing ACP depth. Measurement r'leasurenlent will be n-lade by LS as listed in the Surm-nary of Quantities below. Payment ; > DIMrs _ I nee t_S d t_.nv S" P iF`f L_ _'0f.�i ("iiW,ii i_1 y Change Girder 16 M/U Date Item Description Unit Qty Unit Price Rate Mark up Total 9/6/06 Provac 48"Clean Down Stream Pie FA 1 $2,362.50 12% $ 283.50 $2,646.00 9/6/06 Provac 48"Clean Down Stream Pipe FA 1 $ 641.25 12% $ 76.95 $ 718.20 9/7/06 Provac 48"Clean Down Stream Pipe FA 1 $4,200.00 12% $ 504.00 $4,704.00 9/7/06 Provac 48"Clean Down Stream Pipe FA 1 $ 557.50 12% $ 66.90 $ 624.40 9/7/06 Ceccanti Crew Assisting Provac FA 1 $2,837.43 29% $ 822.85 $3,660.28 9/7/06 Equipment FA 1 $ 150.24 21% $ 31.55 $ 181.79 9/7/06 Material _ _ FA 1 $ 639.42 21% $ 134.28 $ 773.70 9/8/06 Ceccanti Crew Assisting Provac _ FA 1 $2.506.26 29% $ 726.82 $3,233.08 9/8/06 Equipment _ FA 1 $ 117.03 21% $ 24.58 $ 141.61 _9/8/06 _Material_ FA 1 $ 901.38 21% $ 189.29 $1,090.67 9111/106 Demo Existing Boeing Vaults(Labor) FA 1 $ 1,887.82 29% $ 547.47 $2,435.29 9/11/06 Demo Existing Boeing Vaults(Equipment) FA 1 $3,375.25 21% $ 708.80 $4,084.05 9111/06 Demo Existing Boeing Vaults(Material) FA 1 $ 639.42 21% $ 134.28 $ 773.70 9/15/06 Core Existing Boeing SDMH 308 and L-30 FA 1 $ 1,600.00 21% $ 336.00 $1,936.00 10/6/06 Additional ACP Patching for Boeing Lot 4 Ton 22.03 $ 26.00 21% $ 5.46 $ 578.24 1016/06 Asphalt Escalation LS 1 $ 27.00 21% $ 5.67 $ 32.67 7/30/07 Negotiated Adjustments LS 1 $5,386.33 $5,38633 TOTAL $33,000.00 DMJM HARRIS 5, 1 Change Order 17 r. t, Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 17 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent 0-71; �-�Q Confractor Attorney on Fact Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,440,111.91 Estimated Net Change This Order: $20,000.00 Estimated Contract Total After Change: $20,460,111.91 Approval Recommended ❑Approval Recommended ect Engineer—David Mohler,PE City of Renton /&* Date Date oval Recomme ded 1reG ell ity ento — o oc m er,PE Ity f nton ate Date Represent Page 1 of 2 11Rentonsitels1wn160005183 SLWRIISLWRI1600 Construction1613 Change Orders\Change Order 17-Luminaire Spread Footings\Change Order 17.doc DMJM HARRIS .{ " ` '+I ter.`' Change Order 17 You are ordered to perform the following described work upon receipt of an approved copy of the change order. ISSUE NO. 1 —Luminaire Spread Footings Background The Contract calls for luminaires to be installed as a part of the lump sum item A129 — Illumination System Complete. This work was later revised as a part of Change Order 5. As construction proceeded, it was found that utility conflicts existed with the location of the proposed Luminaire foundations. To remedy these conflicts, a spread footing design was used. The City and Ceccanti have agreed on a "per each" price of $2,500.00 for the spread footing Description of Change The Contractor shall install spread footings, as detailed in the attached drawing, where designated by the Engineer. Measurement Spread footings shall be measured per each. Payment Payment will be made under the new bid item A189—Luminaire Spread Footing, and will be full pay for all labor, equipment, and materials necessary to excavate, form, install reinforcing bars and anchor bolts, place concrete, and backfill the foundations. All other work necessary to finalize the complete illumination system shall be considered incidental to the Illumination System Complete. r Summary of Quantities Bid Item Description Quantity Unit Unit Price Amount A189 Luminaire Spread Footing 8 EA $2,500.00 $20,000.00 TOTAL $20,000.00 Page 2 of 2 11RentonsiteWwri160005183 SLWRIISLWRI1600 Construction1613 Change Orders\Change Order 17-Luminaire Spread Footings\Change Order 17.doc C? r o DMJM HARRIS AECOM w Change Order 18 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 18 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney Attorney on Fact /z�117 Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,460,111.91 Estimated Net Change This Order: $11,553.20 Estimated Contract Total After Change: $20,471,665.11 ,Appro Recommended I ❑Approval Recommended Pr jest Engineer— PE City of Renton Date Date App% val Recommend P(Appro lJ� City bl Renton—Rob Lochmiller,PE Ci nton ate Date Representing Page 1 of 3 C1Documents and Settings1b Illocal SettingslTemporary Internet FileslOLK71\Change Order 18.doc ��� Y o DMJM HARRIS AECOM AR Change Order 18 You are ordered to perform the following described work upon receipt of an approved copy of the change order: ISSUE NO. 1 —Additional Traffic Loops at N. Park Drive Background The Contract calls for 3 traffic loops to be installed on N. Park Drive, and spliced to existing wires on the south shoulder. This work is identified on Plan Sheet TS-71. Upon review of the site, it was determined that the existing traffic loops and lead wires that extended to the south shoulder of N. Park Drive had been overlaid with asphalt, and it was not possible to determine where they were located. This prevented installation of the Contract-specified loops, as cutting new loops likely would have likely damaged the existing wires. The City decided to install all new loops at the N. Park Drive leg of the intersection, 12 in all, and connect the new wires into the existing junction boxes on the south side of the roadway. The City and Ceccanti agreed upon a price of$9,576.00 for this change. Description of Change The Contractor shall install the 3 Contract-specified traffic loops detailed on Plan Sheet TS-71, plus 9 additional traffic loops, as detailed in DMJM Harris Serial Letter 230, in N. Park Drive. The Contractor shall diagnose the functionality of the existing junction boxes and detection wiring leading to the signal controller cabinet, and perform all work necessary to establish a functional system. Measurement Additional traffic loop work will be measured by lump sum. Diagnosis and establishment of a functional detection system will be estimated. Payment Payment to install the 3 Contract-specified traffic loops detailed on Plan Sheet TS-71 will be made under existing bid item E15— Upgrade Traffic Signal Syst. Complete(Park/Garden). Payment to install the 9 additional traffic loops, as detailed in DMJM Harris Serial Letter 230, will be made under the new bid item A190—Additional Traffic Loops at N. Park Drive, and will be full pay for all labor, equipment, and materials necessary to complete the work as described. Payment for all other work necessary to diagnose the functionality of the existing junction boxes and detection wiring leading to the signal controller cabinet, and establish a functional system will be made under existing item A003— Resolution of Utility Conflicts. ISSUE NO. 2— Pedestrian Display Revision on 81h Street and Garden Avenue (West) intersection Background The Contract calls for traffic signal system modifications at the 8th and Garden (East) intersection. This work was originally shown on plan sheet TS-73, and further described on page 28 of 81 in Addendum 4. During construction, it was observed that an existing luminaire on the southwest corner of the intersection could be relocated to the planned location of the pedestrian display for improved lighting, and also used to mount the pedestrian display. The City and Ceccanti have agreed on a price of$2,727.20. Description of Change The Contractor shall install the foundation, existing luminaire, pedestrian head, and necessary conduits as detailed in DMJM Harris Serial Letter 173. Measurement Specified work will be measured by lump sum. Page 2 of 3 C Tocuments and Set6ngslb Illocal Set ings\Temporary Internet Files10LK711Change Order 18.doc Y a DMJM HARRIS AECOM Change Order 18 Payment Payment will be made under new lump sum item A191 - Pedestrian Display Revisions 8th and Garden, and will be full payment for all work necessary to complete the work as described. ISSUE NO. 3- New Luminaire on Logan Avenue at Sta. 72+40 Rt. Background An existing luminaire on Logan Avenue at Sta. 72+40 Rt. was not called out for replacement. The City decided to replace the existing pole with a new pole, matching the new architecture, and connect the luminaire to the newly installed circuit. Description of Change The Contractor shal! install a new luminaire on the existing foundation on Logan Avenue at Sta72+40 Rt. as detailed in DMJM Harris Serial Letter 82. Measurement The detailed work will be estimated. Payment Payment for the work will be made under existing bid item A003- Resolution of Utility Conflicts. ISSUE NO. 4-Credit for Signal Work Performed by City Staff Background Construction Note 3 on Plan Sheet TS-71 identifies work to be accomplished by the Contractor. This phase of work was necessary to allow installation of the detour, allow closure of Park Avenue, and begin the project work. To facilitate the detour operation, the City's signal crew installed a 3-head display and performed the necessary wiring. A credit of$750 dollars is offered for this work. Description of Change Construction Note 3 on Plan Sheet TS-71 is deleted. Measurement Measurement will be by lump sum. Payment A credit will be made under new, lump sum item A192-N. Park Drive Signal Credit. Summary of Quantities BdU - ==x Item rip tan - Urit�# Prime Quan#i Amount 4 A190 Additional Traffic Loops at N. Park Drive LS $ 9,576.00 1 $ 9,576.00 A191 Pedestrian Display Revisions 8th and Garden LS $ 2,727.20 1 $ 2,727.20 A192 N. Park Drive Signal Credit LS $ 750.00 1 $ 750.00 A193 Not Used TOTAL $ 11,553.20 Page 3 of 3 C:Tocuments and Set6ngsWillLocal SetbngsUemporary Internet Files10LVlQange Order 18.doc ���Y o DMJM HARRIS AECOM ♦ "R t 0 Change Order 19 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 19 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent ontractor Attorney on Fact Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,471,665.11 Estimated Net Change This Order: ($16,832.20) Estimated Contract Total After Change: $20,454,832.91 ❑ p commended ❑Approval Recommended Proj ct Engineer—F3eµi#A4�oh - City of Renton Date Date �ZApprov I Recommende d. ed City o Renton—Rob Lochmiller,PE of Renton a Date Representing Page 1 of 2 C1Documents and SettingslbilllLocal SetdngslTennporary Internet Files10LKP Change Order 19.doc *Mk5N DMJM HARRIS AECOM Change Order 19 You are ordered to perform the following described work upon receipt of an approved copy of the change order: ISSUE NO. 1 —Plant Establishment Deletion Background Section 8-02.3(13) of the Standard Specifications establishes a one year plant establishment period. Section 8-02.3(13) of the Special Provisions modifies the Specifications. The City has indicated that they will waive the one year plant establishment. Description of Change Bid Item A104— Plant Establishment(1 YR), all requirements of Section 8-02.3(13), and all other references to the Plant Establishment Period within Section 8-02 of the Standard Specifications and Special Provisions are deleted. All references to one-year warranty for plant material are deleted. Summary of Quantities Bid _ - Item " Descri ti h 'Unit Price Quanti Amvu► . . A104 Plant Establishment 1 YR LS $(16,832.20) 1 $ 16,832.20 TOTAL $ 16,832.20 Page 2 of 2 C:0ocuments and SettingslbilllLocal SettingsJemporary Internet FilesQLVMhange Order 19.doc Y o DM)M HARRIS I AECOM . . 0 Change Order 20 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 20 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact 12 21 24 Date Date Original Contract Amount: $ 19,443,826.60 Current Contract Amount: $20,454,832.91 Estimated Net Change This Order: $ 12,702.71 Estimated Contract Total After Change: $20,467,535.62 ❑ pro I Recommended ❑Approval Recommended Proje Engineer—Bayid PAehler,-PE City of Renton Date Date Appr vaI Rec)mmend od A ed City of Renton—Rob Lochmiller,PE 16 IV ZnA at A /&� Date Representing Page 1 of 2 CADocuments and set6ngslbilllLocal SetbngsUennporary Internet Files\OLK71Qange Order 20.doc � Y DMJM HARRIS ' AECOM � Change Order 20 You are ordered to perform the following described work upon receipt of an approved copy of the change order: ISSUE NO. 1 —Added Channelization on Garden Avenue Background The Contract called for temporary rechannelization of Garden Avenue, from Lake Washington Blvd to 8tn Street, to better accommodate the detour traffic. The City has decided that the temporary configuration of Garden Avenue is essentially the desired end product. DMJM Harris Serial Letter 221 directed the Contractor to install permanent pavement markings and additional signing. Description of Work The Contractor shall install permanent pavement markings and additional signs as directed in Serial Letter 221. Measurement Measurement for the added signing will be by lump sum. Measurement for all other items will be made under existing bid items as identified below. Payment Payment for the added signing will be made under the new lump sum bid item A194 — Added Signing on Garden Avenue. Payment for all other items will be made under existing bid items as identified below. Summary of Quantities Bid. Item Descri tion Unit Price Quantity Amount A194 Added Signing on Garden Avenue LS $ 7,140.00 1 $ 7,140.00 A112 RPM, Type 1 HUND $ 218.57 15 $ 3,278.55 A113 RPM, Type 2 HUND $ 300.54 2 1 $ 601.08 A134 Plastic Traffic Arrow EA $ 60.11 28 $ 1,683.08 TOTAL $ 12,702.71 Page 2 of 2 C:IDocuments and SettingsNIALocal Set6ngslTemporary Internet Files10LKMChange Order 20.doc QY DMJM HARRIS ACM ♦ t T 0, Change Order 21 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 21 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent J Contractor Attorney on Fact IZ�7 Dates Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,500,346.26 Estimated Net Change This Order: $ 4,910.01 Estimated Contract Total After Change: $20,505,256.27 prov commended Approval Recommended Projec I Engineer—JoeDaSilva City of Renton D,6 Date I Date -7cAppr I ecommend d AM d City of Renton—Rob Lochmiller,PE at 11:5110 g Date Representing Page 1 of 2 RA60005183 Renton Lakeshore landing CM\S1_WRK600 Construction\613 Change Orders\Change Order 21•Addendum to CO 5 Tree Grates\Change Order 21 4inal.doc �tl y O� DMJM HARRIS A COM a ° Change Order 21 You are ordered to perform the following described work upon receipt of an approved copy of the change order. Amendment to Change Order No. 5, Bid Item A156 Supply Metal Tree Grates and Frame Background Work associated with Bid Item A156 —Supply Metal Tree Grates and Frames was previously paid per Change Order No. 5. The Contractor, per Change Order No. 5, was to supply a quantity of 103 tree grates and frames at$956.33 each to be installed by Harvest Partners, the developer. Following the agreement of Change Order 5 Buckley Nursery, Subcontractor to Ceccanti and party providing tree grates, protested the agreement as attached to Ceccanti Serial Letter No. 184— Response to DMJM SL228-Buckley Nursery Claim Regarding Tree Grates and subcontractor Buckley Nursery protest; though the claim did not follow the required time restraints of section 1.04-5 for filing a claim, the City has agreed to pay$1,004.00 for supplying each tree grate and frame and Ceccanti has accepted the price offer. Therefore; the difference of$47.67 per frame and grate shall be paid under a new bid item. Description of Work Measurement Measurement for the difference in costs will be paid under new bid item as identified below and in conjunction with the quantity supplied and paid under Bid Item A156—Supply Metal Tree Grates and Frame. Payment Payment will be made under the new bid item A195 — "Amendment to Bid Item A156 Supply Metal Tree Grates and Frames". Payment for this item will be made as items are delivered/supplied and is to complete all negotiations for the delivery of Tree Grates and Frames, which will include all costs for labor and equipment for supplying the Tree Grates and Frames. Summary of Quantities B IC}@SCE #fan _ :` tt�t IIIr' fi Prier 5 Chia Amount Amendment to BI Al 56 Supply A195 Metal Tree Grates and Frame EA $ 47.67 103 $ 4,910.01 TOTAL $ 4,910.01 Page 2 of 2 8:\60005183 Renton Lakeshore Landing CKSLWRI\600 Construction\613 Change Orders\Change Order 21-Addendum to CO 5 Tree Grates\Change Order 21-final.doc Y o DM)M HARRIS AECOM * i + Change Order 22 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05625 Contract Tide: South take Washington Roadway impnovementss Change Order Number: 22 Prime Contractor: Ceorand Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications a Change proposed by Contractor Endorsed by Surety Consent Contractor f Attorney on Fact Date Date Original Contract Amount $19,443,826.60 Current Contract Amount $20,505,256.27 Estimated Net Change This Order: $ 141,003.94 Estimated Contract Total After Change: $20,646,260.21 1 Recommended Approval Recommended Project Eraineer-deeBi6iAre Ron EaT S-rTtw1 City of Renton 212 -4yQjL-, 2008 Date Date �tdzy��� 'Approval R City of Renton- LochmiNer, of Renton to h 2 ZO Date Representing Page 1 d4 cwoun.ft aid SobV c000•a_Aa ,WOoddop�ov-obi 4-gNM4eCMCWACWi&V4063MM12M.ft �tiz Y o DMJM HARRIS AECOM i � IT Change Order 22 Y"we e, &PWfWM**few »nr*&VWXftVftW of M gwerai cwy 4*edwwwdw: Issue 1-Unsuitable Soils on Park Avenue Background Additional efforts were required by the Contractor to perform installation of the 36'storm pipe trunk line,from SDMH P-6 to SDMH P-5,on Park Avenue when unsuitable soils were encountered. it was agreed at the December 4,2007 meeting at City Hall between Ceccanti, DMJM and the City,that the total compensation for this additional work would be$29,500. This amount was reached by splitting the difference between Ceccanti's proposal on their Serial Letter No. 140 and DMJM Harris proposal on Serial Letter No.227. Description of Work Additional efforts performed by the Contractor include the following: • Stabilizing running soils with Portland Cement • Plug,de-water and photograph the interior of 36'pipe line • Joint test to isolate leaking pipe joint(s) • Excavate, bench and dewater six different joints of the 36'pipe line • Plug,dewater and expose the 36'pipe and adjust to grade • Repair of 36"pipe • Backfili 36'pipe Measurement Measurement will be made by Lump Sum. Payment Payment for the additional efforts required by the Contractor will be paid as a new LS bid item A196- 'Unsultable Soils on Park Avenue.'All negotiations regarding this area of work are included within this change order. Issue 2-Compensation for Iron-Rich Water Samplina and Testina Background During de-watering operations, as noted in Ceccanti Serial Letter No. 187,the Contractor ran into unanticipated dissolved iron which oxidized when it came in contact with the air through the pumping system or through the Baker tank settlement process. This iron-rich water raised the turbidity level above that which could be released into the storm sewer, as originally intended by the Contractor,and therefore required additional testing to meet the requirements for discharge into Metro Sewer. The City agrees that this is a change condition,and is subject to an equitable adjustment. Per DMJM Serial Letter No.242,total compensation of$39,177.48 will be made to the Contractor. Description of Work The Contractor performed 13 additional sampling tests above and beyond contract to meet the requirements of the Metro Sewer Facility. " Measurement Measurement will be made by Lump Sum. Page 2 d 4 0DaMMh oW 12MAK ���Y o DMJM HARRIS AECOM . SIR + 11V z Change Order 22 Payment Payment for the additional testing efforts as performed by the Contractor will be paid as new LS bid item A197-Compensation for Iron-Rich Water Sampling and Testing.'All negotiations regarding this area of work are included within this change order. Issue 3-Signal Systems Battery Back-up Background Seven signal battery back-up systems and related foundations were not detailed in the project plans and there were no indications of any conduit,wiring or diagrams indicating to perform the work. The battery back up system and related foundation details were however included in the contract Special Provisions on page VI, sp-100. Although the Special Provisions supersede the contract plans,the City has agreed to compensate Transtech electric for the additional costs incurred for the seven battery back-up systems required as stated in DMJM Serial Letter No.258. Final equitable adjustment on this issue is$42,269.34. Description of Work The Contractor installed seven battery back-up systems and related foundations to meet the requirements specified in the Contract Provisions. Measurement Measurement will be made by Lump Sum. Payment Compensation for the seven battery backup systems and related foundations as installed by the Contractor will be paid as new LS bid item A198-*Signal Systems Battery Back-up.'All negotiations regarding this area of work are included within this change order. Issue 4-Storm Drainage Cleaning Costs Background The new storm drainage system installed by the Contractor was utilized by multiple parties as a form of erosion control and water storage for later treatment and discharge to Lake Washington. Costs incurred for cleanout and disposal are to be split 50/50 between the City and Harvest Partners under bid items A-088 and D-013. DMJM and the City accept the$30,057.12 noted in Ceccanti Serial Letter No.207 as final compensation. Description of Work This item is to compensate for additional costs incurred for storm drainage cleanout. Measurement Measurement will be paid by Force Account. Payment Compensation for additional cleaning costs will be split 50/50 between bid items A-088 and D-013. Therefore;$15,028.56 will be paid under Bid Item A-088 Erosion/Water Pollution Control and$15,028.56 will be paid under Bid item D-013 Minor Change—Joint Trench. Page 3 d 4 " o DMJM HARRIS AECOM PTO Change Order 22 Summary of Quantities Wlwx < A196 Unsuitable Soils on Park Avenue LS $ 29,500.00 1 $ 29,500.00 Compensation for Iron Rich Water A197 Sampling and Testing LS $ 39,177.48 1 $ 39,177.48 A198 Signal Systems Battery Back-up LS $ 42,269.34 1 $ 42,269.34 A088 ErosioNWater Pollution Control FA $ 15,028.56 1 $ 15,028.56 D013 Minor Change-Joint Trench FA $ 15,028.56 1 $ 15,028.56 TOTAL $ 141,003.94 Page 4 of 4 cicoammb and�AdmiiitribrlDeoMbp�po_o6j id_ 145F01063AA00120100.doc z �t�-Y DMJM HARRIS AEC ��,1� Change Order 23 Contract Number: CAG-06-068 Federal Aid Number: 07-79-05825 Contract Title: South Lake Washington Roadway Improvements Change Order Number: 23 Prime Contractor: Ceccanti Inc. X Ordered by Engineer under the terms of Section 1-04.4 of the Standard Specifications ❑ Change proposed by Contractor Endorsed by Surety Consent Contractor Attorney on Fact Date Date Original Contract Amount: $19,443,826.60 Current Contract Amount: $20,646,260.21 Estimated Net Change This Order: $ 107,013.36 Estimated Contract Total After Change: $20,753,273.57 *This Change Order No.13 is the final change order and concludes all changes and daims on the South Lake Washington Roadway Improvements project: By signing this change order,it is understood that there will be no further claims or changes relating to this project. Appro I Re mended Approval Recommended Plobject Engineer-Bob Case City of Renton f 2q a�, Date Date Approval Recommend d p ov d City of Re ton-Rob Lochmiller,PE i of n n Date Ih A-)g Date Representing Page 1 of 3 RA60005183 Renton Lakeshore Landing CM\SLWRk600 Construction\613 Change Orders\Change Order 23-Iron Rich Water and Unsuitable Soils on Park Ave\SLWRI-Change Order No 23.doc Q S, Y a41 DMJM HARRIS A 1" a . � I Change Order 23 You are ordered to perform the following described work upon receipt of an approved copy of the change order: Issue 1-Over-Under-Run Unit Analysis Background There are several bid items that under-ran and over-ran original contract unit quantities by 75% or 125% respectfully. The Contractor requested, per Serial Letter 200, an equitable adjustment to compensate for over-under-run quantities. Per DMJM Serial Letter No. 255 and the supporting documentation provided by Ceccanti, the City and DMJM offer a total compensation of$49,830.36. Description of Work This item is to compensate for units that have over or under ran original bid quantity by 75% or 125%. Measurement Measurement will be made by Lump Sum. Payment Compensation for over and under run units to the Contractor will be paid as new LS bid item A199 -"Over- Under-Run Unit Analysis."All negotiations regarding this area of work are included within this change order. Issue 2- Boeinq Impacts Background The Right-of-Way from Boeing was not acquired by the City prior to construction start. Boeing also required the Contractor to follow mandated procedures that were not a specification requirement. These procedures included written locate requests, coordination with Boeing contractor, vacuum truck for initial locates of utilities, locate meetings and stand-by time. The City and DMJM Harris agree that there were additional costs due to these impacts. Per DMJM Serial Letter 73 and Ceccanti Serial Letter No. 197; a total compensation of$9,183.00 is agreed upon. Description of Work This item is to compensate for extra work related to impacts to the Contractor during Right-of-Way acquisition. Measurement Measurement will be made by Lump Sum. Payment Compensation for impacts to the Contractor will be paid as new LS bid item A200-"Boeing Impacts."All negotiations regarding this area of work are included within this change order. Issue 3—Dispersal of De-watering Effluent Background As referenced in Ceccanti Serial Letters No. 165, 201 and 202; the Contractor originally planned to dispose of the de-watering effluent by pumping or gravity flow into the existing storm system. Given the unanticipated high content of iron, constituting a site change condition, the Contractor was unable to utilize the storm system and had to apply for a sanitary sewer permit from King County Metro. The iron laden de- watering effluent was spread around the construction site for infiltration and evaporation until the permit was Page 2 of 3 RA60005183 Renton Lakeshore Landing CM\SLWRh600 Construction\613 Change Orders\Change Order 23-Iron Rich Water and Unsuitable Soils on Park Ave\SLWRI•Change Order No 23.doc *,-R DMJM HARRIS ACM Change Order 23 obtained. As per DMJM Harris Serial Letter No. 252, the City and DMJM Harris offer$48,000 as final compensation for the additional efforts by the Contractor. Description of Work This item is to compensate for additional costs related to dispersal of de-watering effluent. Measurement Measurement will be paid by Lump Sum. Payment Compensation for additional costs incurred will be paid under new LS Bid Item 201 —Dispersal of De- watering Effluent. Summary of Quantities ppgg ' Tzi ii air w 4 �" u+:M�G4 i�f �iPt �ky( y 6� � ����I �" �� � �� _ a I� rp n..�`i. W W"' ._lint -A.-.�+,`1'. w'�.U {k A199 Over-Under-Run Unit Analysis LS $ 49,830.36 1 $ 49,830.36 A200 Boeing Impacts LS $ 9,183.00 1 $ 9,183.00 A201 Dispersal of De-watering Effluent LS $ 48,000.00 1 $ 48,000.00 TOTAL $ 107,013.36 Page 3 of 3 RA60005183 Renton Lakeshore Landing CM\SLWRI\600 Construction\613 Change Orders\Change Order 23-Iron Rich Water and Unsuitable Soils on Park Ave\SLWRI-Change Order No 23.doc