Loading...
HomeMy WebLinkAboutContract ORIGINAL WESTERN ASPHALT,INC. PO BOX 980 MAPLE VALLEY,WA 98038 — CAG 08-074 206 624-4433 $1,074,888.94 AWARD DATE:AUGUST 4,2008 — �Y ti O Bidding Requirements, City of Renton Forms,Contract Forms, Conditions of the Contract,Plans and Specifications O NT CITY OF RENTON Construction of: 20 r v 08 Street Overlay with Curb Ramps PROJECT NO. CAG-08-074 I• EXPIRES 04/24/f City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: Bill Wressell 425-430-7400 ® Printed on Recycled Paper. tr CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the 2008 Street Overlay with Curb Ramps PROJECT NO. CAG-08-074 JULY 2008 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION 1055 South Grady Way Renton, WA 98055 'idly ® Printed on Recycled Paper to CITY OF RENTON 2008 STREET OVERLAY WITH CURB RAMPS do INDEX so I. CALL FOR BIDS an II. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 'N 2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP 6. STREET LISTS 7. CURB RAMP LIST III. PROJECT PROPOSAL I. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM " 6. CERTIFICATION OF EEO REPORT 7. COMBINED AFFIDAVIT AND CERTIFICATION FORM 8. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE dw 9. SUBCONTRACTOR LIST IV. CONTRACT DOCUMENT FORMS r 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT 3. CITY OF RENTON INSURANCE INFORMATION FORM 4. CERTIFICATE OF INSURANCE(SAMPLE) V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A- SAMPLE FORMS 1. REQUEST TO SUBLET WORK 2. MONTHLY UTILIZATION REPORT(CC-257) +rr 3. RECYCLED PRODUCT REPORTING FORM 4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES APPENDIX B -HOURLY MINIMUM WAGE RATES APPENDIX C-STANDARD PLANS aw 2008 STREET OVERLAY WrM CURB RAMPS too " CITY OF RENTON iw CALL FOR BIDS 2008 STREET OVERLAY WITH CURB RAMPS to to w■ I CALL FOR BIDS iw a* w to o 2008 STREET'OVERLAY WITH CURB RAMPS 6/5/2008 rr + CAG-08-074 CITY OF RENTON CALL FOR BIDS 2008 Street Overlay with Curb Ramps .r Sealed bids will be received until 2:30 p.m., Tuesday, July 29, 2008, at the City Clerk's office, 7"' floor and will be opened and publicly read in 5th floor conference room 521 on the 51' floor, Renton AW City Hall, 1055 South Grady Way,Renton WA 98057. The work to be performed within 60 working days from the date of commencement under this contract shall include,but not be limited to: Approximately 7,754 tons of asphalt concrete paving(HMA Class 1/2: PG 64-22), removal of asphalt pavement, installation of curb ramps,utility adjustments, and channelization. Engineer's Estimate: $1,000,000 TO $1,250,000 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 the 15th day of July, 2008. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at ». ». http://www/bxwa.com. Click on bxwa.com , "Posted Projects"; "Public Works", City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the"Bidders List." Questions about the project shall be addressed to, Bill Wressell, City of Renton,Public Works Maintenance, 3555 NE 2"a Street,Renton,Wa., 98056,phone(425)430-7400, fax(425)430-7426. 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. rr Bonnie I.Walton, City Clerk Published: r. Daily Journal of Commerce July 15, 2008 Daily Journal of Commerce July 22,2008 rr +r�r 08_CALL_E.D00 �r CITY OF RENTON 2008 STREET OVERLAY WITH CURB RAMPS w .r� �r yr or �r I I rr INTRODUCTION ow t 2008 STREET OVERLAY WITH CURB RAMPS INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City wrr 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. 4W 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 r 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 �rw 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. rr 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. rrr 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. �r 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to �r do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability #W to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. w 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. �MM+ Revised:04/06 bh wwr 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of .w Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. "" 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval 1W 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 rrr 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 As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a aw depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages wwr 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 or contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. us 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 00 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. `w" 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of w"" environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in 1W performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. fAw ow Revised:04/06 bh rn do 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 City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. rrr 1. WSDOT/APWA "2004 Standard Specifications for Road,Bridge and Municipal Construction" and 'Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified +�+ to read "City of Renton," unless specifically referring to a standard specification or test method. rr 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. Sri 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 bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? rrr wr yrr it fire Revised:04/06 bh aw +w 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 following guidelines: r (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules, and labor contract agreements. ,wr (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair ww practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers .r and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. wr Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation +ow 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. +� CITY OF RENTON: RENTON CITY COUNCIL: iv(ayor Council President ww Attest: City Cler Wr rw 03_SUMRY.D0C\ +rr CITY OF RENTON SMfldARY OFAWMCANS WIM ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the r disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: wr (1) EMPLOYMENT PRACTICES - All activities relating to employment such as selection,promotion,termination and training shall be conducted in a non- ftV discriminatory manner. Personnel decisions will be based on individual performance, staging requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. do (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in ""' employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall err be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and.shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, 6w this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor c6uncil President ww Attest: City Clerk �r CITY OF RENTON 2008 STREET OVERLAY WITH CURB RAMPS ow SCOPE OF WORK err 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 „r„ specifications, to include but not be limited to: Asphalt concrete paving (HMA Class '/z" PG 64-22), removal of asphalt pavement, rrr installation of curb ramps, utility adjustments, and channelization. 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. +� Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 60 working days will be allowed for the r completion of this project. �r �r +r ow rr W r 2008 STREET OVERLAY WITH CURB RAMPS 08_SCOPE.DOC 6r 01 :1DDHS SdINV J Enron I- iIM AV AO 133�JiS 8002 800M/5 :3iv(l a N 1S 47891 3S 3S 41991 35 ELI v �; a UU S 47L9135 m - � 416Z MS ej 15 41991 3S 41991 35 7S 4}691 3S iS 43LZ S " ti 19 1S 41LZ MS U 7S 4]691 3S Puf9l 3S s ` 1S PJf91 3S = a N 1S 41SZ S e Id 41091 3S 7S lsl9l 3S u� ❑m 4#6Sl 35 091 3S 11 4109 1S 4s 191 3S 35 PifZ 41 aD,6` 7S 3 3 � �0 S 1s1Z S Qy 15 }s lZ MS x � m.1108 -- F / 7J 35 4}LSl 3S 4101 S TV y/. ` fib gy�so� H 4381 S m 6 y. o - 35 41LI S N' 3S-zq o *fib O ,o' Id 4191 3S 4191 "�' d') .y 15 num MS iS 4391?,•,S a _ 3S i(I sll!H ° d'b '1S 4121 MS 3 d +aoo a \S 4\sl oM � Id a6olpN uo;uaa$ 6oM gp°�MS \S y�o1 MS d 419 75 4}L MS -/S 415 , u.. x ylg � J T 9 a�5 10 4J MS 7S 419 3S S id 4\0vo Id J �] 9 3S 'yT Jran�:Nh � 7 yj4 fQ�o� aiio7 ado Pad Id P�£ S 7 476 JS 41pbJ S oaa oo + / ti� D 1S Pif S = r O I- i PuZ�35 3S I/ � Id PuZ 3S y Pu S 7S PuZ S a Id 1sl 3S � � d i 3 7S PuZ 3N N ©W 3S u�9o1 S D D f 7S PUM S 7S 476f7 g 1S PuZ IN © PuZ c 'S 11. �� �M loo uy l5 PuZ£t S Ptt 3N y ��° 10 PI£IN � \S pJ�3" e � �� a�a 3 9' A � S 4]O£l 5 1S 436 IN S— fill' IN '1 474 3N '1S 41 3N - i a b appua3 tospu�� � a ° q b �--y� a 419 3N W° 1S 11NMET 1S PiS ±N OJ '7S 415 MIN MN lS 47SZ1 S 7S ©S z o , '3S 439 3N _ 75 419 T o 75 419 N IS 439 N '# 4}6Zl I A a ml9 3 < 419 3N - 3N 0, ° o 'Id P�£Zl Id 419 IN •\d 43C 3N 5 439 3N fdl S L 3N !0 9 3 Z a S 1L 3N x m S P2Zl 1S PICZI S N 3S 41L AN �G'� 41L 3N m 1 'IS PullI }S PullI iJ ° o '3S 41L 3N18 3N ° c 1slZl S ®��� ®� N '1S 418 IN '10 418 3 h 7S 430 N - }.i z 41OZl O 3S )OZt '10 436 IN J ®� 0 6 3 0 � 69N 'Id 43B 3 � g .0 41611 S � 5 U o 4!9110 Is 470143 N 3N 1S y �J ® IS 4101 N z 41L11 =I m S 4181 S / /0/ 41 N o 43L 11 a 1S 41LI S 4301 3N i 'ul 4301 3N dN 4 Ol AN z IS 4101 Uu S IN 10 I�J' Id 4]9ll �v, 75 43911 Hs IS 41 Id 4101 3N Ul ll .t3 2 4101 IN ° N'Id 7 1 3 '-� I 4{Sll Id 43S11 l IN Qo ® �d'° 3 ® --- - - - �m 43511 $� y 4111 75 431 3 ,S �. - -- __ - - -- --- Q 1S 4351 (C—� � a d N t 'Id 4311 ---------------- - - - - - --_-_-___- 7 4!611 O ®1-�� lS 4)GI .4 n -- - - --- - ---- - - a IS Wl.3N _ -- ----- -- --- -- - - 47f11 S F--j® 7S 4121 3N - _-_-_- _—_-_ _—_-_--—--_- - -_-__—_-_- 7S 43211 N 75 4361 3N o - x n � o o c 4341 U -_-__-__-_-_ _-_ -_--_ _- _-_ -_--_-__ -_-o as d�� -_--_---_----_- -- ---_-- - -_- _-_ y ILL IN a 9N 4191 m3 - - --- -- ----- - ---- - --- - - --- - 4� t3 --- -__- _-_ --'" -- -_-- -- -_-- --_-_-- - r � - 7fi13N =e a - ----- - - 7Z3NH �A� -_-_—_-_ -_-_—_- _ -_- -_- -_-_—_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_- z n RID o ry�d OZ 3N 7 4302 V o -_-_-_ _—_- -_-_—_- _-_-_-_-_ _—_-_ _—_-_-_-_ _—_-_-_- - _ _— _—-_—_-_-_-__—_-_-_ _—_-_- -_-__—-- - —- PJfZ 3N P ZZ 3 d - -- ----- -- --- -- -— - - ----- ---- - - - - - Id 4}6Z N o - - _-_-_- -- -- g is 70013 1 4362 3N ffl rZI s -- --- --- — - -- -- --- -- - - - ----- -- - - Id41SZ3N a _--- ----- -- --- -- - - 7_�-. - - -- -- --- -- - 7S LIM 3 S IS 4 I N -_ _— ----—---- d.cl � - -- - - N — —— —— — ————— —— —— — — — ——— — — —— —— — — —— —_. '7S 43LZ IN - -_-- - ---_-_-_ -_-- -- --- -_-_- -_- --_-_-- - _-_-_- - H oM 479639 IS 419ZN - -- - -- —- - - -- - - - ----- - - --- -- - - - d Id 475635 941 7 ®� - - - -- -- - -- - - - - - - - -- --- -- --- -- - -- - -- at A� - _ -_--_- - _-_-_-_ _-_ - -_-_-- _ 4756 3 oM 4156 3$ uK y '° 1S 4762 N ® - - -- --—- --- - - �aa VJ 35 5 410E N l5 4®® - -- - -_- ISM63S - 410 �a `� lS lsl6 3S 3S P�f£3 Id PIH N `°.® _ - --_-_ _ -_-_ _—- _- y/6B 15 0635 15436�N 1S 416£N D - - - - --- _ - _—_- - - - d 4798 0 368 35 �--1 }S 41ST N -_-_-_-_-_-_-_-_-_-_-_- d 4 3S 4388 3S 1S 188 35 G L-21 9£N 39f 3 �' 43Lf m - - - - - -- - -- - - --—-- ° ------ - ----- - _. e 419835 0� -- - -- -- -- - -- -- ----- - o� --- ----- -- --- .r I u -- - - - -- -- -- - - - -- --- - - --- ----- -- - - 1NEINil ldd30 Smom oriend NOlN3�J JO AiIO • N (n x Z "2 Z) r r p CY ' N Q W O C:) 0 Cl) r T T O r N N N r to a N o co 't O N CD CD o c7 N h (f Ln M r LO °- r N of C*) CD co I� LO Ln r �t Cl) WI a C O 't r` CDI-, ch G Z, (DItNOr` 0) 0 r r N CD m 00 0 CD 0 f- r U LO N r r- It O W r r N cG im U I- CDO 't 000 F' LO 't Lrn It cf) r N N N N N r>>r1 r W (3) F. CD V.{ N N N N N 1x11 Q 0 , It o N 0 0 L CO N f� LA Cf W 1_' r 'ct Cl) N OD ui sLSr c~n CL roZW V/ r r Q O W (ACnWWU O Z W W N CC U) U) w Q Q rrn ~ 0- a � � 00 Z U) *- o J J W 0 r — W W Z W W 2 Z stn 1W- W Cn U) U) N 3U) U) Cn +w tn < < < = 000aU) H J J J O r D W W W r r ,rr 0222W W N U) U) U) cun) co m CD °o N n Nz x z chi 2 X111 U o i o N , OD O � O O N N T T 'tt N aw N N N N N J CL a o ow Q Z It C) IAO (D O T M N LO m O rvcoNao m � a = J Cl) w H- LV Q rozw ` z F+" rrpp W CJ w W z z J } Q � Cl) (nW W U Q = z w w J V FE Cn (n W Q W Q Q � W ~ JOO W � U) a. O j r O J J p r T W W W LU W W W U)-U)-C/)-U)- H i � = 7 W W W V Cl) fn U) Cl) N N Q Q Q co a z z z J W +w O = 0 0 0 CL Cl) CD N E.- � w w w O r T T ,O,^^ ,2^ '2^ '2^ ''w^^ ''w^^ VI VJ cn VJ vJ v! co 0 0 N IN .0 w x 0 a: iw M c) 0 z Oo C\j co C\j (14 It 0 < C\l cb C) N cl 40 0' N cv C4 Je Co Ln LUUJI cn co N 12S W,i, to CC 0 0) CY) C14 CO 04 (0 im LU F— LU 4177�"" 't C\j N to z 0 CC) 't 04 W !1:51, E > W 0 LU LU W CC C) 0 (D C/) Oo IN rrr C\l IN Cl) z (o 0 I lk (1) Cf) i�Kgl pl, ul C) C) iow w w U) U) "a w w U) U) W w w > W'i ' g < >< < Q z z w o o F D W W U) U) (n 00 0 C> X C O ro C'7 � O C(1I N N co 0 O ` r N N O e to T r N N N O s 4 r T. N 't (D O Cr) N LO r r N r T N N CO T T N M l -2' Ord Ch O r r r r N ao- to OO 'IT O Id- OO P- � OOqe O LO O O I It It CD CF) 00 LO CO ,U')- � N C09 O O O t\ O r N N '? IL UY Q 0000 OOo (DD CD °O O° coo N N It CO cc cl) W W (D O co LO It O LO 0) r C9 r CD M M r O O N CO +- N N N o0 O O M r N N T T r T r C) 0 Z r N CF r r N Cl) O O qt O 't r- O r r- qt It r r- 00 (D LO 0 I It O (n CD O It f- Itt co O O O CO r LO M N s (O fl_ C) LO N (D O CY) I- tt 00 O N N O (D W 00 Rt Q r N r N 1' N CO N CD T T r r N r N T _I W N Lo N 00000 0ET- (D (D (D C) � Lnle cc �� .- r` O O LO Ln O O O (D N N M C) LO Ln N N N Li z It (D _O LO N N O LO O O Cn 00 co 00 co N (D LO co OO 000bCnLn W —J LO LO '- N r CO C � O r N LO a) T '- N h > 0 r M U N� J J J N J J Cl) 1w N N C'7 Cf) CO (7 N N N N CM 04 W O O O O W U t f- H H H H O (n M CO 't O O It cr N N (D LO LO LO I-- C) C'7 Ln LC) LO LO C'7 If It Ch N N N V C/) `{ co ( 'i cr LO O Lo LO O Lin O Cr) r CD O Ln (D C` LO O It O M 00 O O It C) It T N co co O f- co d co CD m co r N r r N W w W Z W Z Z Z > ] f? } ZQZ ZZ QCf) � I- z000) -i0 (� � Q (� y n rn H z O w i x IL w Q ¢ J Q Z � J z zz 0mpwW z ? � < z w w Y z z L :, co cn o � � zQ az ¢ Q � C W F- ww < cnQ • LL'. = Cn � wwZ � za Q � � H r` � F- ZO � Ox ZQ � T O -j -j U) Z N mjwl Z wiz m W; W W W z > Cf) U) U) F NQQ l- I- f- I- CA p iil W z cn (ncoU) p N w` 200 pppp z , OC �- J J Ir M oC oC O F- F- v) Cn (n W M W w C9ChC'9C0 -'d- 't » ppp 00 O z z W W W W p W w 00 000 00 ZCn (/) ZZZZ w z z Cl) U) Z22 N di r Q N Cl) M Ln r m xz m 2 co(D N (OD L � 0 ml P- LO It r` r� N O 1"is 0 N O r CD D) (D (D Cl) >ir1 U) 0 0' YW 0. .rt LO T L() T T T T N CO) t T (q' t E4� 2 (OD v N OMO (O CD 0A T N N N' x (D T r- 00 qt M M O r T T OD N M y (Q T T O T It N M T N CD t` s Cl) m' M ((D OMO O � 0M0 r M N ti 0. *- M T �} a Z N CO (D LO T d (D CD (D O f� m g, M CA � M O 00 D) � 00 ■i / _ r r LO Co (n M P� N T it T N T CO)co p U N , a N N N r r- N N (D CD T T O N _ W C cc Z � Q v LnOO (DOVO N Nr M co Cl) O N N N r- M M O JU N W W li W O 00 O O 00 00000 J 5 O LO LO co (D 0o M O N N co et N It co T T N N CO T T (D -e r W Z M ('MJ Ito J d NNJ cDJ tnLnLnQJ corn - LnLOLnM < co id Cl) < NNN � rlr 0 0 0 0 0 O d Ln O LO LO O LO O co T CD O LO I" OC CD r- LO O 't O M 00 O O It M � T c}' N M 00 O r- co 't co co M co rr N O` N T w w w z w z Z ` ° z Q ¢ wa > Z zz Qcn w > cno 0 (~i) ((n wwzo�c F- � cr > � cn ¢ w U) xw J �� ,�- Z u- �} W LL J J J z_ W W 0 ° LL. w ° W J J w Q ZZ � CO W ZZ � r W Z w W xa ° W > > (n 07 } z ¢ ¢ w >> wi— wcc ¢ o of � cn > 2U � wwZ F- zCL > Q k Q W Q -i T Z z M W z - J J O ° JJ_ w LO O Z N M °W Z °w Z m > W: W W w Z z Z (p (n (n > > Q 0 a Z Z 0 Z = 00 ° ° ° ° ZF- F- N � � � CC' !- Q OC Cl oC O H F- U) (n (n �. � W W MMMM � � � :D :D 00 Oz2 w w w w 0 w w 00 000 N ZuJ (n ZZZZ W ZZ (n (n = 22 �(;"; El M M � to IN M w 21 x F- ,l 7 Z) W cr W, 0 Z LO LO C\j cr) r r cli 0 0 C6 46 60, m C\l ob o fAW q O O 00 00 C; ol I 77 co Iq CR Lq Iq (q N Z,IX 0 0 , C\! ID (q C? V? (D 't M co no Vl 'D co co co z 0 C? co 0) co co N (D co to ig 04 r- 0) cm 06 "m 0 co co m a. (6 L6 L6 Jul, Ml lot fl a: a: 0 0 —Cl)C()(D 0 0 0)) (Y) 0 'o — —0 (Y M W 0 LO C\j 0 It 0 't cr) It C\l 0 -It C\j cli law C.) Z 0 Lo LO 00 U) C\l Lf) 0 0 0 UJ C14 — C\j C\l > LU 0 M- D 0- ow LU 0 UJI UJ IN = - OD 00 OD (D 00 to to 't 00 co 00 It 0 00 00 C.) N — — Cl) aw co Z C%4 MM, N N N N N N C4 C\! N I- co (D (D (0 P- (0 LO O 00 0 00 0 0 go .1 —7 C\j 7;= CO r r r Cf) r r 04 oft A 0 0 0 0 aw W w w 3: w w 3: ?>> w w w w w 3: w w z U) U) w z z W-W-Z-W 0. z Cl) U) z U).C/). z C/).C/).z ,4-4 w w w w ZWWWWZZZ w w w > > > > Z Z Z Z > z z z Q » » < < < )- < < < < ZZZ WWW < < < wwwww000 z z z U) U) U) (f) U) U) w z z z U) C0 0 0 0 U) U) (f) g co U) (L IL z < < Z z x x x F- O000www 000 Z2 2 2 U- LL LL w w Z Z W LL LL U- 00 C w w w 00000 0 0 C) www ZZZWWW Z z z :2 w W w w w w w '14 z z z F- F- Ag, > > > U) U) U) U) Cf) < < < 0 0 0 0 z z z z < zzz m I C\l C\j C\j C\j W= 000 co TZ M M 1: 0 U) U) U) U) U) (f) F- 0 cr) CY) Cl) CC w w w D Z) D :D wwwwwww w 0000 z ZIZIZIZI z z z z z U) Cl) U) U) T 0 MAWIU) C,)Icy) cy) Y) A TZ 3: M w w z U) (1) U) z z C/) lwlwlwlw o Q, N C4) Cl) sir oaA C', U) w Oar 0 W Cc B c2 0 Z Co C� Lf) 8 00 0-6 l C\j ob ol taLf! 0.1 Ow LO Cf) q LO LO M C6 O 0 04 40 1w z LO LO LO 0 Lf) (Y) 4 6 (6 410 (1) co 0 CO - Cl) N Cfi Lr; C4 ow Cl) 00 Cl) (L a , ` r ON 0 Ln Lo C) Lo Lo Cf) 4 6 ui _ c CO CM C\j r- LO LO Lf) N CY) CO r-z cs aw r w CO) Z ' 0 so 01 co 0 ON > w 0 —1 F- D ow Uj LLJ is OD 00 00 00 00 00 OD v't dw Cl) Cl) co 0 0 N rw U-) 0 w w w rcnzzcncncncnzzU) cc (1) CO U) CO LU� > > > > > C/) CO U) < < < < < ul U) U) > > > ri) (1) U) z_ z i -i -i z z z -i -i -j -j -j rr Ir cc ;�E ZE w w W ::4 =� =) =) -n <.< U) U) U) U) U) U) U) U) U) C/) ul, cc M fr cc cr wwwwwww DO U) U) U) U) U) U) 0 Z) DID :D D :D.Z)I Z) D 0000000000 M m -T = T- _I Im m m T ,to U) to M (n pX F- _M O C7 O � N () 00 O O N r r N r C7 et to 5. Y r- M O r e 0ol ; �j �x* r Cl) N r 0 r` r N r- OD O 00 d' T Ln to N IL aLO CC) Cl) zi r W & = W Z„ r` OD n N N Go V T O 0 M M � T FLL- i (�I. Cl) (0 OD co CA CD CO r` C'7 co N co C CM (O N O to CO O O N N O C� NOr � COC J N CY) M CO N Cn N .rr cc W W > ou a N N N N N F. 0 W p F... F- 11M W Cl) N C� co N M M cc V/V *0 r Cl) NO � CM00 Z N O T C9 M T T co CM J r � UUUU) 0 r- r- OD N N N N N W W W W W Z Z Z Z Z arr A 'w F- o cnCnaUU VAW $c N N N N N W W W W W >t'= ZZZZZ IIJ' aw W W W W W NZZZZZ Q > > > > > W Q Q Q Q Q LLJ C/) Cn C/) Cn co �5 W W W W W cc Z Z Z Z Z 000000 z --) -) -) L1s 0 O O N co No Nz xz co 2 �► U LO to O N U (Q N T RT p o 0 CO r�- T T to r N ec� b rl_ N It O Cl) LO N T T r 4: t0 00 o 00 CO qt r t CM . N O A IL r" a N N m Z m co ' W O ? Y N COO M co M Q (� N ci = W 0O C3 1 Z N O co T T > W err C/) UUUC/) W w N N N N co aw W = w w w w w V z z z z z 1— Cl) co o 04 F- -i f- F- cDCOaUU Aw o WNr- N N N N N w w w w w Z Z z Z Z Aw w w w w w �jzzzzz w < < < < < u. = cn U) cn cn cn ~ wwwww � zzzzz 000000 r co 0 0 N n iw m w x 0 fly m cc 0 Z O C\l O 00 0 ap C) 0 OR t- — 00 C� UA CO 0 m L-0 00 Lur) U) Co — 6 CM r- CC) CM Ul) co (0 C\j CY N CO qw co CD CO r, P oC ioug'i w N.W w co ,w qT Cl) 00 W ow —j LO Co > Ow ui ui CN CD CD r� 0 C) 0 (n co CO s„ cm 012, Z�I cn 0 w w ow CO ZIZI *W cn co cn C\j CC) C C\j D I N t w w w z z Z, w w w cn z z z > > > cn co U) w w w 0z z z 000 z co 0 F- 't T Ul) cn o Zo } N Nw X > 4� J M N to (1) 0 zO O O O °o U N c0 Z Q. 00 O 00 o0 F— N J LO CD r Za Z a Oa C\j r N J Z Cn �p N cn cQ� T T N U) I CY) LO 00 LL a } _ z � U W Q N "t to W � a Q w d (D cY) ch C 1 g CO r W w � W J -� > _ cn � O = 2 rfi W co � ,u W U M � v, cn CF) co ti Q r co a 0 LL N Q W o LO LO w T cc Cf) U U.J Z 0 U U) C7 N J � N N ' Q 0 a w w �.., C/) zz w w a a- _ U) U) F- w w 00 0 z z O N z 0 r �'a T- J ! .........._ III. PROJECT PROPOSAL CITY OF RENTON PROJECT: 2008 STREET OVERLAY WITH CURB RAMPS CAG NO.: CAG-08-074 COMPANY: WESTERN ASPHALT, INC. BID AMOUNT: 1,074,888.94 ADDRESS: PO BOX 980 TEL NO.: (206) 624-4433 MAPLE VALLEY,WA 98038 1 1 i PROJECT PROPOSAL 1 1 . 1 1 . 2008 STREET OVERLAY WITH CURB RAMPS f� III. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST 1<t• BIDDERS CHECKLIST 2. PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM 3• SCHEDULE OF PRICES -^ 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 5. CERTIFICATION OF EEO REPORT 7. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE t Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. x^� 2008 STREET OVERLAY WITH CURB RAMPS III. PROJECT PROPOSAL. CITY OF RENTON 2. PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans,specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions,and total amount of bid shall be shown. Show unit prices in figures only). Printed Name: Rob D. Meidinger Signature: ► 14� r Address: PO Box 98o, Maple Va Jey,WA 98038 Names of Members of Partnership: OR Name of President of Corporation William J. Peterson Name of Secretary of Corporation Yvonne C. O'Leary Corporation Organized under the laws of Washington With Main Office in State of Washington at 23713 SE 264th Street, Maple Valley, WA 98038 H:forms/contmcVPROPSAL.DOCbh 2008 STREET OVERLAY WITH CURB RAMPS Page 27 2. Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale III. PROJECT PROPOSAL CITY OF RENTON +r r 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID .. 1 , 2001 STREET OVERLAY WITH CURB RAMPS r r� 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE A r SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Nate! SHOW PR ICE PER UNIT IN FIG URES ONLY,FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS) I ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION aB LIZATION �i LUMP SUM LUMP SUM 6,400 .00 I 2 1 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM 3,000 . oo LUMP SUM 3 693 HMA CL 1/2 IN.PG 64-22 AT TON 79 - oo 54,747 .00 PER TON 4 2,689 REMOVING ASPHALT CONCRETE PAVEMENT AT SO_YD. BY COLD PLANING 2. 27 6,104.03 PER SO.YD. 5 5 ADJUST MONUMENT AT _! EACH 367.50 1,837 -50 rt PER EACH 6 10 ADJUST WATER VALVE AT I EACH 414.75 4,147 -50 PER EACH 7 1 ADJUST CATCH BASIN AT EACH 519 .75 519.75 PER EACH 6 1 ADJUST METER BOX AT EACH 414.75 414 .75 PER EACH 9 4 4'RAISED PAVEMENT MARKER AT EACH TYPE2,BLUE 4.20 16 .8o i PER EACH 10 1 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 106.2 1,890.00 1,890. 00 PER EACH 11 1 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 107.2 1,89o"00 1,890-00 PER EACH i PROPOSAL T 2008 SCHPR.XIS SCH-4 Page 29 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE A SCHEDULE QF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (N.19:SHOW PRICE PER UNrr IN FIGURES ONLY,FIGURES WArTfEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED ASCENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL,AMOUNT NO. QUANTITY DOLLARS DOLLARS 12 12 SAWCUT CONCRETE AT LIN.FT. 15 •75 189 .oo PER LIN.FT. 13 71 SAWCUT ASPHALT AT LIN.FT. 7 - 35 521 . 85 PER LIN.FT. 14 4 CRUSHED SURFACING TOP COURSE AT TON 94 - 50 378 . oo PER TON Is 62 REMOVE CONCRETE CURB AND GUTTER AT UN.FT. 18.90 1,171 - 80 PER LIN.FT, 16 18 REMOVE CONCRETE SIDEWALKICURB RAMP AT SQ,YD. 99 •75 1,795.50 PER SO.YD. 17 14 REMOVE ASPHALT AT CURB AND GUTTER AT 80.YD. 68.25 955 . 50 PER SQ.YD. 18 16 CEMENT CONC.TRAFFIC CURB AND GUTTER AT LIN.FT. 75 -6o 1209 • 6o PER LIN.FT. 19 3 INSTALL ASPHALT AT CURB AND GUTTER AT TON 115 - 00 345 • 00 PER TON 20 1 TOPSOIL TYPE A AT TON 262.00 262 .00 PER TON 21 4 INSTALL SOD AT S0,YD. 24•oo 96.oo PER SQ.YD. 22 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 250 •o0 i 2008 SCHPRA[s PROPOSAL 2 SCH A I Page 30 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE A SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN, ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY,FIGURES V+RITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHAD,DE INTERPRETED ASCENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT � NO. QUANTITY DOLLARS DOLLARS r 23 1 FINISH AND CLEANUP LUMP SUM LUMP SUM 100 • 00 SCHEDULE A TOTAL 88, 241 5g _I E i I i � I PROPOSAL 2008 SCHPRxIs 3 SCH14 Page 31 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION LUMP SUM LUMP SUM 62,250 -00 2 1 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM LUMP SUM 58,355 • 00 3 2 PORTABLE CHANGEABLE MESSAGE SIGN ct EACH 3200.00 6,400. 00 EACH 4 5,770 HMA CL. 1/2 IN,PG 64-22 AT j TON 80. 00 461,600 • 00 PER TON 5 85 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. BY COLD PLANING--2"DEEP 12 •00 1,020 000 PER SQ.YD. 6 23,944 REMOVING ASPHALT CONCRETE PAVEMENT AT I SQ.YD. BY COLD PLANING--4"DEEP 2 - 14 51,240' 16 PER SQ.YD. 7 6,000 REMOVE ACID FROM TOP OF GUTTER AT LIN.FT ON NE 3RD 1.50 9,000. 00 PER LIN.FT. 8 AT i 3,550 REMOVING PAVEMENT SQ.YD. BY COLD PLANING-HOUSER WAY AND S 2ND 5.7p 20,235 •o0 2"DEEP ASPHALT AND UP TO 1"CONCRETE PER SQ.YD. 9 12 ADJUST MONUMENT AT EACH 367 ' 50 4,410.00 PER EACH 10 36 ADJUST MANHOLE AT EACH 519 - 75 X8,711 • 002) PER EACH 11 18 ADJUST WATER VALVE AT ° I � EACH 414 -75 7,465 • 504 =_O 7129/2048 REV-2008 SCHPR.xis to 1 SCH_B W � o D_4 i � 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. QUANTITY DOLLARS DOLLARS PER EACH 12 4 ADJUST CATCH BASIN AT EACH 519 -75 2,079000 PER EACH 13 4 ADJUST GAS VALVE AT EACH 414 75 1,659 ■ 00 PER EACH 14 4 ADJUST QWEST MH AT EACH PER EACH 918 -75 3,675.00 I 15 1 ADJUST MONITORING WELL AT EACH PER EACH 367 -50 367 050 16 3,423 4"RAISED PAVEMENT MARKER AT EACH TYPE 1,YELLOW 1 -84 6,298 .32 PER EACH 17 396 4"RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW 3 .68 1,457 .28 PER EACH 18 AT 7,157 4"RAISED PAVEMENT MARKER EACH TYPE 1,WHITE 1. 84 13,168 . 66 ' rz PER EACH 19 288 4"RAISED PAVEMENT MARKER AT EACH TYPE 2e,WHITE 3. 68 1,059 84 PER EACH 20 AT 13 4"RAISED PAVEMENT MARKER EACH TYPE 2,BLUE 10 -50 136 .50 PER EACH 21 PLASTIC CROSSWALK AT 1,446 LIN.FT. 2 .31 3,326 - 40 PER LIN.FT. i i 22 175 18"PLASTIC STOP13AR AT o 712912008 REV 2008 SCHPR.xIs i 2 SCH B rn a m•> an 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. QUANTITY DOLLARS DOLLARS LIN. FT. 5 • 78 1,011 • 50 PER LIN.FT. 23 18 PLASTIC ARROW AT 1 EACH I 1 78 . 75 1,417 .50 PER EACH 24 37 INDUCTION LOOPS AT i EACH 761 .25 28,166. 25 I PER EACH cr 25 PLASTIC PARKING STALLS AT 1,752 LIN.FT. 1 -31 2,295 - 12 PER LIN.FT, 26 AT 2 CURB RAMP,CEMENT CONCRETE EACH TYPE 105.2 1,890 . 00 3,780. 00 PER EACH ! 27 6 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 106.2 1,890. 00 11,340 • 00 PER EACH I 28 2 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 107.2 1,890. 00 3,780 • 00 PER EACH 29 AT 1 CURB RAMP,CEMENT CONCRETE EACH TYPE4A 1,890 .00 1,890 . 00 PER EACH 30 142 RETROFIT TRUNCATED DOMES ON AT SQ.FT. EXISTING CURB RAMPS 52 . 50 7,455 .00 PER SQ.FT. 31 99 SAWCUT CONCRETE AT LIN.FT. 5.25 519 • 75 PER LIN.FT. 32 361 SAWCUT ASPHALT AT LIN.FT. 3 .68 1,328 . 48 PER LIN.FT. o 7/29/2008 a REV 2008 SCHPR.xis N 3 SCH_B 2 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO- QUANTITY DOLLARS DOLLARS 33 40 CRUSHED SURFACING TOP COURSE AT TON 50 -40 2,o16 . 00 PER TON 34 216 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. 14 •70 3,175 - 20 PER LIN.FT. 35 108 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. 61 .'95 6,69o.60 PER SQ.YD. 36 82 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. 42 . 00 3,444.00 PER SQ,YD. 87 CEMENT CONC.TRAFFIC CURB AND GUTTER LIN.FT. 51 • 45 4,476 . 15 PER LIN,FT. 38 42 CEMENT CONCRETE SIDEWALK AT SQ.YD. 96 .60 4,057. 20 V PER SQ.YD. 39 12 INSTALL ASPHALT AT CURB AND GUTTER AT ■I TON 115.00 1,380. oo PER TON 40 1 TOPSOIL TYPE A AT TON 262 .00 262 . 00 PER TON 41 16 INSTALL SOD AT SO.YD. 24-00 384 • 00 e PER SO.Y0, 42 AT 2 RELOCATE SIGN EACH 300. 00 600.o0 PER EACH 43 1 ADJUST UTILITY BOX IN CURB RAMP AT EACH 350•o0 350 • oo ' oil 7/29/2008 REV 2008 SCHPR.xIs 4 SCH_8 W;a m> ei ti 2008 STREET OVERLAY WITH CURB RAMPS SCHEDULE B SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN, ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. QUANTITY DOLLARS DOLLARS PER EACH 44 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 500 • 00 i 45 1 FINISH AND CLEANUP LUMP SUM LUMP SUM 100 -00 •c a� SCHEDULE B TOTAL 824,333 . 13 E 8 I � c E cn a a LL U I N ' C f0 t I V U.I L a • MM� W 7/29/2008 REV 2008 SCHPR.xls ° $ SCH B a cn o ' 0.D_ 2008 STRET OVERLAY WITH CURB RAMPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID i (NOW SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED ASCENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 1 1 MOBILIZATION LUMP SUM LUMP SUM 11,830 - 00 i 2 1 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM 4,300 -00 LUMP SUM 3 984 HMA CL.1/2 IN.PG 64-22 AT TON 80 . 25 78,966 .00 PER TON 4 2,720 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. BY COLD PLANING 2 . 50 6 800. 00 PER SO.YD. 5 3 ADJUST MONUMENT AT EACH 367 .50 1,102 ■50 PER EACH 6 AT 10 ADJUST MANHOLE EACH 519.75 5,197.50 PER EACH 7 7 ADJUST WATER VALVE AT l EACH 414 .75 2,903 - 25 PER EACH 8 4 ADJUST CATCH BASIN AT EACH 519.75 2,079 - 00 PER EACH 9 2 ADJUST GAS VALVE AT EACH 414 . 75 829 . 50 PER EACH 10 1,046 4'RAISED PAVEMENT MARKER AT EACH TYPE 1,YELLOW 1 .84 1,924 • 64 PER EACH I 11 113 4'RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW 3 ■68 415 • 84 j PER EACH 2008 SCHPR.As 7/1412008 i SCH_C Page 37 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2008 STRET OVERLAY WITH CURB RAMPS SCHEDULE C SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note:SHOW PRICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 12 15 4'RAISED PAVEMENT MARKER AT EACH TYPE 2,BLUE 10 • 50 157• 50 PER EACH 13 12 18'PLASTIC STOPBAR AT 7/N.FT. 5 . 78 69 . 36 PER UN.FT. 14 4,020 SOLID WHITE PAINTED LINE 4'(FOG) AT UN.FT. , 21 844. 20 PER LIN,FT. 15 2 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 146.2 1,89o.oo 3,78o -oo PER EACH 16 1 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 1072 1,890 oo 1,89o .00 PER EACH 17 31 SAWCUT CONCRETE AT LIN.FT. 9. 45 292u95 PER LIN.FT. I 18 262 SAWCUT ASPHALT AT LIN.FT. 4. 20 1,100 -40 PER LIN.FT. 18 AT 15 CRUSHED SURFACING TOP COURSE TON 68 . 25 1,023- 75 PER TON 20 150 REMOVE CONCRETE CURB AND GUTTER AT LIN.FT. 15 - 75 2,362. 50 PER LIN.FT. 21 65 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. 73 . 50 4,777' 50 PER SQ.YD. 22 81 REMOVE ASPHALT AT CURB AND GUTTER AT SQ.YD. 52 .50 4,252.50 PER SQ.YD. 2008 SCHPR.xls 7/14/2008 2 SCH_C Page 38 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I � 2008 STRET OVERLAY WITH CURB RAMPS SCHEDULE C 1 SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: SHOW PRICE PER UNIT IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL.BE INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 23 103 CEMENT CONC.TRAFFIC CURB AND GUTTER AT LIN.FT. 49.35 5,083 • 05 PER LIN.FT. 24 52 CEMENT CONCRETE SIDEWALK 4• AT SO.YD. 96 . 6o 5,023 .20 PER SO.YD. 25 AT 27 CEMENT CONCRETE SIDEWALK 6' SO.YD. 127.05 3,430 • 35 ' PER SQ.YD. 26 15 INSTALL ASPHALT AT CURB AND GUTTER AT TON 115.00 1,725 - 00 ■ PER TON i 27 5 TOPSOIL TYPE A AT TON 262 . 00 1,310. 0o PER TON 28 23,0 INSTALL SOD AT SO.YD. 24 ' 00 552 • 00 PER SO.YD. 29 1 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 250. 00 l� 30 1 FINISH AND CLEANUP LUMP SUM LUMP SUM 100 • 00 I �I SCHEDULE A TOTAL 88,241 - 58 9%SALES TAX ON SCHEDULE A ONLY 7,941 , 74 SCHEDULE B TOTAL 824,333 • 1 SCHEDULE C TOTAL 154,372 . SCHEDULESAAACTOTA 1,074,888 • 94 2006 SCHPRYJS 7/14/2008 3 SCH_C Page 39 iProvided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I � III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ..I i ..i ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: wr NO. 1 DATE 7/28/08 NO. 2 DATE 7/29/08 NO. 3 DATE 7/29/o8 V SIGNED TITLE Vice President NAME OF COMPANY Western Asphalt, Inc. ADDRESS PO Box 980 CTTY/STATFILIP Maple Valley,WA 98038 TELEPHONE (2o6) 624-4433 1 I ' CTTY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# 004480 LICENSE# WESTEA*294QP 1 r 2008 STREET OVERLAY WITH CURB RAMPS Page 40 4. Acknowledgement of Receipt of Addenda Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www,bxwa.com-Always Verify Scale rs 0t 2008 STEET OVERLAY WITH CURB RAMPS ADDENDUM NO. 1 TO THE BID PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS Date of Issue: 28 July, 2008 Date of Bid Opening: 29 July,2008 NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum in the form provided and attach it to the Proposal Form. Failure to do so will subject the Bidder to disqualification of his bid. a� THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: 3 1. SCHEDULE B Q E Part of#3--Edmonds Ave NE, from NE 3`d Street to NE 4m Street, has been dropped from this contract. y ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE CITY OF RENTON a� E y Q co /Bob Hanson, P.E. Transportation Design Supervisor 0 a) `o U_ U C Q 0 O N f4 t U X W � N �. 2008 STREET OVERLAY WITH CURB RAMPS ADDENDUM NO. I Co City of Renton July 25.2008 a mo c� as ■a ('jam s O`er ..0 2008 STEET OVERLAY WITH CURB RAMPS ADDENDUM NO. 2 TO THE BID PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS Date of Issue: 29 July,2008 Date of Bid Opening: _30 July,2008 NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents,and shall acknowledge receipt of this Addendum in the form provided and attach it to the Proposal Form. Failure to do so will subject the Bidder to disqualification of his bid. - 2 .. > THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: � 3 Due to decreased quantities caused by Addendum # 1, the bid opening date shall be Q changed from 2:30 pm July 29, 2008 to 2:30 pm July 30, 2008 in the 5 floor conference room 521. M ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT .U) a� THE CITY OF RENTON E y' Q ,bob Hanson, P. : v Transportation Design Supervisor N U C 0 x �W EN 2008 STREET OVERLAY WITH CURB RAMPS ADDENDUM NO. I a m City of Renton July 25,2008 T m 2 an Y O� Al ,A-- 2008 STEET OVERLAY WITH CURB RAMPS ADDENDUM NO. 3 TO THE BID PROPOSAL., CONTRACT DOCUMENTS AND SPECIFICATIONS Date of Issue: 29 July, 2008 Date of Bid Opening: 30 July. 2008 NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum in the form provided and attach it to the Proposal Form. Failure to do so will subject the Bidder to disqualification of his bid. - THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: N M 3 Due to decreased quantities caused by Addendum # 1, bidders shall use the attached Schedule B, SCHEDULE OF PRICES. Please destroy the original Schedule B, SCHED- ULE OF PRICES in the PROJECT PROPOSAL and insert the attached Schedule B, SCHEDULE OF PRICES ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT a� THE CITY OF RENTON Q " ob Hanson, Transportation Design Supervisor o` LL U C O N (6 t U co X W : N 2008 STREET OVERLAY WITH CURB RAMPS ADDENDUM NO. 1 �m City of Renton July 25,2008 Q ro ' �o as III. PROJECT"PROPOSAL CITY OF RENTON p 5. BID BOND FORM Herewith find deposit in the form of a certified check,cashier's check,cash,or bid bond in the amount of .. $ which amount is not less than five percent of the total bid. Western Asphalt, Inc. Sign here Know All Men by These Presents: �. That we, Western Asphalt, Inc. as Principal, and First National Insurance Company of America as Surety, are held and firmly bound unto the City of Five Percent (5$) of the TCtal Amount Bid Renton,as bligee,in the penal gUm of _ —Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2008 Street Overlay with Curb Ramps according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said pmposal or bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee; or if the Principal shall,in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond, SIGNED,SEALED AND DATED THIS 24th DAY OF July '2008, Western Asphalt, Inc. By: Principal First National Insurance Company of America By. r -.. ty nny Smith, Attorney-in-Fact Received return of deposit in the sum of$ 2008 STREET OVERLAY WrM CURB RAMPS le 41 5. Bid Bond Form ,, vided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Alwavn i Ill. PROJECT PROPOSAL CITY OP RENTON 6. CERTIFICATION OF EQUAL EMEPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. ■ The bidder K, proposed subcontractor hereby certifies that he has_,has not--Y,participated in a previous contract or subcontract subject to the equal op ortunity clause,as required by Executive Orders 10925, 11114 or 11246, and that he has has not filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or J administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Western Aphalt, Inc. (Company) 1 �\ 13y. � 7/29/08 Vice President Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. i i EQUALDOC./ tt i 2008 STREET OVERLAY WITH CURB RAMPS i i Page 42 6. Certification of Equal Employment Opportunity Report Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON 7. Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn,deposes and says,that he is the identical person who submitted the foregoing proposal or bid,and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER ~� Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid,quotation,or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 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 specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 2008 Street Overlay with Curb Ramps Name of Project Western Asphalt, Inc. Name of Bidder's Firm Signature of Authorized Representative of Bidder Y Subscribed and sworn to before me on this day of 2008. `'N", RI S Eq'��ii L" � i ``��P�•:NgXPIHFS•••• 2 j� t'1 1 f�r_4_1 0 Notary Pu lic in and for theZ ftrwyai on ••; — Notary(Print) My appointment expires: °� Page 43 7. Combined Affidavit and Certification Form: Non-Collusion,Anti-Trust,and Minimum Wage E t O, `````` Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I � rest s III Project Proposal City of Renton 8. Fair Practices Policy Affidavit of Compliance CITY OF RENTON G � + FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Rob D. Meidinger hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Western Asphalt, Inc. to offer equal (Name of contractor/subconiractodconsultant) a opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age,disability or veteran status. i IL Western Asphalt, Inc. complies with.all applicable (Name of cont ractor/subcontractor/consultant) federal,state and local laws governing non-discrimination in employment. M. When applicable, Western Asphalt, Inc. will seek out and (Name of con tractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Rob D. Meidinger Print Agent/Representative's Name Vice President Print Agent/Representative's Title p. Agent/Representatrve's`Signan 7/29/o8 Date Signed 2MB Suter Overlay with Curb Ramps J:1STRt UTWS12007107 CONTRAC'n14 FAIR.D00 c i Page 44 8. Fair Practices Policy Affidavit of Compliance Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2008 Street Overlay with Curb Ramps CAG-08-074 SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW(this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid "r submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considercd nonresponsive and,therefore,void. Complete the following; If awarded the contract, WESTERN ASPHALT, INC. will contract with the following subcontractors for the performance of heating,ventilation and air conditioning,plumbing,and electrical (including automatic controls)work: i Bid Item(s) #24 �E Subcontractor Name G&G Inc Address 18044 SE 224TH STREET, KENT, WA 98042 I Phone No. 425 432-1325 State Contractor's License No. GGCOR**081MU r j Bid Item(s) I Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No_ State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No, I Bid Item(s) jSubcontractor Name Address iPhone No. State Contractor's License No. j:ts=Aprm12 0 0 611 2—sub.doc Revised 912006 i Page 45 9. Subcontractor List Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale July 11,2008 Page 2 Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. i Signature of Authorized Representative of Bidder Subscribed and swam to be before me on this _day of t V 200 Notary Public in and for the State of Washington to%1111111111 `%% �P,LLR o,, Notary{Print) l:A�s f/ :�'tjQ % 9 % Residing at ii�l+L-1 -I�OTARY My appointment expires: ' i p PUBLIC : Z • � tO 0 / ••••••• j As=ApmsU008U 2_sub.dnc Revised 9/2006 Page 46 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale IV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY IV CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. 2008 STREET OVERLAY WITH CURB RAMPS "W IV. CONTRACT DOCUMENT FORMS CITY OF RENTON H/forms/contracts/BOND.DOC/MAB/bh Approved by Larry Warren 2/14/92 CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this ,yam day of , 2008. by and between •.. THE CITY OF RENTON, Washington, a municipal orpo ation of the ftate of Washington, hereinafter referred to as "CITY" and ����1 .L� � �ir,G. , hereinafter referred to as "CONTRACTOR." WITNESSETH: aw 1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of 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 08-074) for improvement by construction and installation of: Work as described in"Scope of Work" ,attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders +` c) Bid Proposal d) Renton Specifications e) Maps and Plans MW f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Addenda, if any and all modifications or changes issued pursuant to the Contract Documents. ow 2008 STREET OVERLAY WITH CURB RAMPS rr IV. Contract document Forms City of Renton 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 MW Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this �. Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the 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 1W 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 ,o, remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against `" any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to ow property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or •W unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. VW The Contractor agrees to name the City as an additional insured on a primary noncontributory basis. In the event the City shall, without fault on its part, be made a party _ to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor MW 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 1' 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, 2008 Street Overlay with Curb Ramps %M W. Contract document Forms City of Renton 'r its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence .. or the negligence of the Contractor's agents or employees. 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 r registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not MW later than 60 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of a• Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. MW The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness `" after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor. MW 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. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 2008 Street Overlay with Curb Ramps IV. Contract document Forms City of Renton 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. aw 12) The total amount of this contract is the sum of d Y > �y numbers �� � .G ��_d �r written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. aw IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contr or has hereunto set his hand and seal the day and year first above- ri�ten. CITY OF RE ON r d n a Mayor Denis Law ATTEST S tart' I U Bonnie 1'walton— City Clerk .. dba LA �l(1) f��thd L Firm Name check one a„ ❑ Individual ❑ Partnership Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 2008 Street Overlay with Curb Ramps IV. CONTRACT DOCUMENT FORMS CITY OF RENTON Bond No. 6582358 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Western Asphalt, Inc. First National Insurance as principal, and Company of America corporation organized and existing under the laws of the State of Washington 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 .M $ 1,074,888.94 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. `w This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at & ,Washington,this IY 741 day of�, 2008. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-08-074 providing for construction of 2008 Street Overlay with Curb Ramps, the principal is required to furnish a bond for the faithful performance of the contract; and a" 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 low 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 alter its acceptance thereof by/inf ity of Renton, then and in that event this obligation shall be void; but otherwise ' -shall be and remain 1 f c e and effect. Weste s First National Insurance Company of Annerica Prin _ Surety By: / By: � S' Sign e Bonny Smith, Attorney-in-Fact Title Title 2008 STREET OVERLAY WrFH CURB RAMPS r POWER First National Insurance Company of America OF ATTORNEY Safeco Plaza Seattle,WA 98185 KNOW ALL BY THESE PRESENTS: No. 2364 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint *****HEATHER ALLEN;MARY A.DOBBS;TERRI L.FRANKLIN;SUSAN L.GARBED;JEANNE M.HAGEL;PAMELA A.JARDINE; ROXANA PALACIOS;STEVEN W.PALMER;PATRICIA L.RUSSELL;BONNY SMITH;ANGELA D.TONNON;HOLLY E.ULFERS; Seattle, its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 23rd day of January 2008 AMD STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI,SENIOR VICE-PRESIDENT,SURETY CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this day of ^Q 8 gkiliCf c QSCJ pwP044 U�.o co. 1928 ,oa fpfWAS��+�, STEPHANIE DALEY-WATSON,SECRETARY S-1049/DF 4/05 ! 40 Safeco®and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF Client#_321289_ WESTEASPI Rf�C J�./rm _-------- �- DATE(MM/DD/YYYY)� __ _ _ CERTIFICATE ®F LIABILITY INSURANCE 8/1/2008 ) PRODUCER i v— THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble& Prentice, a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.U. Box 370 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Seattle,WA 98111 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 206 441-6300 _ INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Continental Insurance Company _ 35289 Western Asphalt, Inc. INSURER B: Transportation Insurance Company 20494 Ma Box INSURER C: American Casualty Company of Reading 20427 Maple Valley,WA 98038 INSURER D: 011 __ —_ INSURER COVERAGES _ ­HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ,ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,I HE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE POLICY EXPIRATION LTR NSR ___ DATE MWDD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY 2048340984 12/31/07 12/31/08 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300,000 CLAIMS MADE Ex OCCUR MED EXP(Any one person) s5,000 X PD Ded:1,QQQ PERSONAL&ADV INJURY S1,000,000 GENERAL AGGREGATE s21000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICvF—1 PRO- X JECT LOG C AUTOMOBILE LIABILITY 2048340404 — 12/31/07 12/31/08 COMBINED SINGLE LIMIT '$1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) X HIR;zD AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) ---- PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY AGG $ B EXCESS/UMBRELLALIABILITY 2048528422 12/31/07 12/31/08 EACH OCCURRENCE s5,000,000 I E X OCCUR FI CLAIMS MADE AGGREGATE s5,000,000 S D=DUCTIBLE $ X RETENTION $10,000 $ A WORKERS COMPENSATION AND 2048340984 12/31/07 12/31/08 WC LIMIT OTH- EMpLO\'ERS'LlABIL.ITY ANY WA Stop Gap Only E.L.EACH ACCIDENT $1 000 000 PROPRIETOR/PARTNER/EXECUTIVE _ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL.PROVISIONS below _ E.L.DISEASE-POLICY LIMIT $1,000,000 OTHER 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 2008 Street Overlay with Curb Ramps; Project No. CAG-08-074.The City of Renton, its officers, officials,agents,employees and volunteers are Additional Insured and coverage is primary and non-contributory per attached ondorsement Waiver of subrogation applies to General LiabiliCy (See Attached Descriptions) CERTIFICATE HOLDER _ _ CANCELLATION _ SHOUL.P ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Denton (DATE THEREOF,IHE ISSUING INSURER WILL jt)WQ R1tXga:MAIL —45* DAYS WRIrTEN Attn:,Bill Wressell NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,X94Rxq( x 1055 South Grady Way )67F1P160tM4r 7010]Q76XA9t0(JCRxOAlQK7(X�JExUixXICOPXAeJQD[xl(6CC�J6D(6WHCIFi[XUdKIXDQQEKXX Renton,WA 98057 Axacaxxaw[t+vxxx ___ AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #S2526885/M1828549 DMAJU O ACORD CORPORATION iWR IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in iieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER ' The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 ACORD 25-5(2001/08) 2 of 3 #S25268851Ml828549 DESCRIPTIONS (Continued from Page 1) j per attached endorsement. "10 Days Notice of Cancellation for non-payrnent of premium r r • AMS 25.3(2001/08) 3 of 3 M #S2526885/M1828549 POLICY NUMBER: CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WHO REQUIRES YOU TO OBTAIN THIS WAIVER OF OUR RIGHT OF RECOVERY UNDER A WRITTEN CONTRACT OR AGREEMENT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST because of payments we make for injury or damage arising OTHERS TO US Condition (Section IV—COMMERCIAL out of your ongoing operations or "your work" done under a GENERAL LIABILITY CONDITIONS) is amended by the contract with that person or organization and included in the addition of the following: "products-completed operations hazard." This waiver We waive any right of recovery we may have against the applies only to the person or organization shown in the person or organization shown in the Schedule above Schedule above. ii. i CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 CNA (Ed.(Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: As required by written contract All operations of the Named Insured or written agreement (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to coverage applies to liability resulting from the include as an insured any person or organization, sole negligence of the additional insured. including any person or organization shown in the 2. The Limits of Insurance applicable to the schedule above, (called additional insured) whom additional insured are those specified in the you are required to add as an additional insured on written contract or written agreement or in the this policy under a written contract or written Declarations of this policy, whichever is less. agreement; but the written contract or written These Limits of Insurance are inclusive of, and agreement must be: not in addition to, the Limits of Insurance shown 1. Currently in effect or becoming effective during in the Declarations. the term of this policy; and 3. The coverage provided to the additional insured 2. Executed prior to the "bodily injury," "property by this endorsement and paragraph f. of the damage," or"personal and advertising injury". definition of "insured contract" under DEFINITIONS (Section V) do not apply to B. The insurance provided to the additional insured is "bodily injury" or "property damage" arising out limited as follows: of the "products-completed operations hazard" 1. That person or organization is an additional unless required by the written contract or insured solely for liability due to your negligence written agreement. When coverage does apply specifically resulting from "your work" for the to "bodily injury" or "property damage" arising additional insured which is the subject of the out of the "products-completed operations written contract or written agreement. No hazard" such coverage will riot apply beyond: G-17957-G Page 1 of 2 (Ed. 01/01) a CNA G-1 7957-G (Ed. 01/01) a. The period of time required by the written (1) Give written notice of an occurrence or contract or written agreement; or an offense to us which may result in a b. 5 years from the completion of "your work" claim or"suit" under this insurance; on the project which is the subject of the (2) Tender the defense and indemnity of written contract or written agreement, any claim or "suit" to any other insurer whichever is less. which also has insurance for a loss we cover under this Coverage Part; and 4. The insurance provided to the additional (3) Agree to make available any other insured does not apply to "bodily injury," insurance which e additional insured " th property damage,"or"personal and advertising has for a loss the cover under this injury" arising out of an architect's, engineer's, Coverage Part. s or surveyor's rendering of or failure to render any professional services including: f. We have no duty to defend or indemnify an a. The preparing, approving, or failing to additional insured under this endorsement .� prepare or approve maps, shop drawings, until we receive written notice of a claim or opinions, reports, surveys, field orders, "suit"from the additional insured. change orders or drawings and 2. Paragraph 4.b. of the Other Insurance specifications; and Condition is deleted and replaced with the b. Supervisory, or inspection activities following: performed as part of any related 4. Other Insurance architectural or engineering activities. •• b. Excess Insurance C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL This insurance is excess over any other GENERAL LIABILITY CONDITIONS are amended insurance naming the additional •• as follows: insured as an insured whether primary, excess, contingent or on any other I. The following is added to the Duties In The basis unless a written contract or Event of Occurrence, Offense, Claim or Suit written agreement specifically requires .. Condition: that this insurance be either primary or e. An additional insured under this primary and noncontributing. endorsement will as soon as practicable: ai G-17957-G Page 2 of 2 (Ed. 01/01) Y o� City of Renton Human Resources & Risk Management Department NTO� Insurance Information Form FOR: 2008 Street Overlay with Curb Ramps PROJECT NUMBER: CAG-08-074 STAFF CONTACT: Bill Wressell (425)430-7400 Certificate of Insurance indicates the coverages/limits specified in ["Yes ❑ No contract? Are the following coverages and/or conditions in effect? Yes ❑ No The Commercial General Liability policy form is an ISO 1993 [ (Yes ❑ No Occurrence Form or Equivalent? �����" ( c� f �Y�t (If no,attach a copy of the policy with required coverages clearly fU "1 identified) c1 oW CG 0043 Amendatory Endorsement provided?* ❑ Yes [?rNo-k r �3 .. General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ Nom CA'3� 0950 W-e. Additional Insured wording provided?* [T Yes ❑ No ovtc,�bYlS �j2fz Coverage on a primary basis and non-contributing basis?* 2 Yes ❑ No�viCot VCY('afe4 �� PAW Waiver of Subrogation Clause applies?* [v]�Yes ❑ No���� vC�, Severability of Interest Clause(Cross Liability)applies? D'Yes ❑ NoUVn�l`� ,y,�4 Notice of Cancellation/Non-Renewal amended to 45 days?* ErYes ❑ N �Ut „l *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER _AX\J Auto ' V Umb Professional �f'T This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. v AgencyBrokerj,�� Com le By(Type or Print Name) c5 121 u Ifs F 1 D 1 Address eted By(Signature .r QID6_533 )n (AD) �Q q"5-3&V q —game of person to contact Teleph ne Number ar. NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE a. AW CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS i MINIMUM INSURANCE COVERAGES AND REQUIREMENTS i The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. i Coverages i (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards i • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) „w • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury _ • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles "r (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts,errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. W. ow AW Insurancepk.doc\ r i Insurance Requirements For the City of Renton Please provide this document to your insurance agent The City of Renton requires the industry standard: i • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability(if specified in contract) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if specified in contract) i Requirements unique to the City of Renton: i • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Provide the endorsement page(s)from the policy(ies),evidencing Primary & .. Non-contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the Y•• expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." • Put descriptive text of the project in the "Description of Operations" box i • The certificate holder must read: City of Renton ATTN: [City project manager name/dept provided by your insured) i [Address provided by your insured) (City, State, Zip} i i i i POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Renton (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations WCIA Insurance Requirements r.. LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number i Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 .. Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect .. for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 Insurancepk.doc\ ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the .. minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. rrr r Insurancepk.doc\ r V.Contract Specifications City of Renton s a r V Wr CONTRACT SPECIFICATIONS .. VW 2008 Street Overlay with Curb Ramps Cit y of Renton 2008 STREET OVERLAY WITH CURB RAMPS SPECIAL PROVISIONS 44� .I, + " a, + =on" �Y ti O NT Washington State Department of Transportation IAmerican Public Works Association Washington State Chapter SPECIAL PROVISIONS .. 1 SPECIAL PROVISIONS 2 3 4 1-01 DEFINITIONS AND TERMS 5 6 1-01.1 General 7 Section 1-01.1 is supplemented with: 8 (******) 9 Whenever reference is made to the State, Commission, Department of Transportation, 10 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be 11 deemed to mean the City of Renton acting through its City Council, employees, and duly 12 authorized representatives for all contracts administered by the City of Renton. 13 14 1-01.3 Definitions 15 Section 1-01.3 is revised and supplemented by the following: 16 (******) 17 Act of god 18 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of 19 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for 20 the specific locality of the work, which might reasonably have been anticipated from 21 historical records of the general locality of the work, shall not be construed as an act of god. 22 23 Consulting Engineer 24 The Contracting Agency's design consultant, who may or may not administer the 25 construction program for the Contracting Agency. 26 27 Contract Price 28 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in 29 properly executed change orders. 30 31 Day 32 Unless otherwise designated, day(s) as used in the Contract Documents, shall be 33 understood to mean working days. 34 35 Engineer 36 The City Engineer or duly authorized representative who is a currently licensed registered 37 engineer in the State of Washington, or an authorized member of a licensed consulting firm 38 retained by Owner for the construction engineering of a specific public works project. 39 40 Inspector 41 Owner's authorized representative assigned to make necessary observations of the work 42 performed or being performed, or of materials furnished or being furnished by Contractor. 43 44 Or Equal 45 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency 46 on recommendation of the engineer, shall be the sole judge of the quality and suitability of 47 the proposed substitution. 48 The responsibility and cost of furnishing necessary evidence, demonstrations, or other 49 information required to obtain the approval of alternative materials or processes by the 50 Owner shall be entirely borne by the Contractor. 51 52 Owner 53 The City of Renton or its authorized representative also referred to as Contracting Agency. 54 55 Performance and Payment Bond 56 Same as "Contract Bond" defined in the Standard Specifications. 57 58 Plans RENTON GSPS 1 1 The contract plans and/or standard plans which show location, character, and dimensions of 2 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may 3 either be bound in the same book as the balance of the Contract Documents or bound in 4 separate sets, and are a part of the Contract Documents, regardless of the method of 5 binding. The terms "Standard Drawings" or "Standard Details" generally used in 6 specifications refers to drawings bound either with the specification documents or included 7 with the Plans or the City of Renton Standard Plans. 8 9 Points 10 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, 11 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal 12 and vertical control of the work. 13 14 Provide 15 Means "furnish and install" as specified and shown in the Plans. 16 17 Secretary, Secretary of Transportation 18 The chief executive officer of the Department and other authorized representatives. The 19 chief executive officer to the Department shall also refer to the Department of 20 Planning/Building/Public Works Administrator. 21 22 Shop Drawings 23 Same as "Working Drawings" defined in the Standard Specifications. 24 25 Special Provisions 26 Modifications to the standard specifications and supplemental specifications that apply to an 27 individual project. The special provisions may describe work the specifications do not cover. 28 Such work shall comply first with the special provisions and then with any specifications that 29 apply. The Contractor shall include all costs of doing this work within the bid prices. 30 31 State 32 The state of Washington acting through its representatives. The State shall also refer to The 33 City of Renton and its authorized representatives where applicable. 34 35 Supplemental Drawings and Instructions 36 Additional instructions by Engineer at request of Contractor by means of drawings or 37 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such 38 drawings and instructions are consistent with the Contract Documents. 39 40 Utility 41 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or 42 communications and shall be understood to include tracks, overhead and underground 43 wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 44 45 46 1-02 BID PROCEDURES AND CONDITIONS 47 48 1-02.6 Preparation of Proposal 49 The third paragraph is revised as follows: 50 (******) 51 All prices shall be in legible figures and words written in ink or typed. The proposal shall 52 include: 53 1. A unit price for each item (omitting digits more than four places to the right of the 54 decimal point), each unit price shall also be written in words; where a conflict arises the 55 written words shall prevail. 56 57 1-02.6(1) is anew section. 58 (******) RENTON GSPS 2 1 1-02.6(1) Proprietary Information 2 Vendors should, in the bid proposal, identify clearly any material(s) which constitute 3 "(valuable) formula, designs drawings, and research data" so as to be exempt from .. 4 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, 5 along with a Statement of the basis for such claim of exemption. The Department (or 6 State) will give notice to the vendor of any request for disclosure of such information 7 received within 5 (five) years from the date of submission. Failure to so label such "' 8 materials or failure to timely respond after notice of request for public disclosure has 9 been given shall be deemed a waiver by the submitting vendor of any claim that such 10 materials are, in fact, so exempt., ,m 11 12 1-02.12 Public Opening of Proposals 13 Section 1-02.12 is supplemented with the following: 14 (******) .. 15 The Contracting Agency reserves the right to postpone the date and time for bid opening. 16 Notification to bidder will be by addenda. 17 18 1-03 AWARD AND EXECUTION OF CONTRACT NOW 19 20 1-03.1 Consideration of bids a„ 21 Section 1-03.1 is supplemented with the following: 22 (******) 23 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted 24 unless so stated in the call for bids or special provisions. The City reserves the right however VW 25 to award all or any schedule of a bid to the lowest bidder at its discretion. 26 27 1-03.2 Award of Contract 28 Section 1-03.2 is supplemented with the following: 29 (******) 30 The contract, bond form, and all other forms requiring execution, together with a list of all 31 other forms or documents required to be submitted by the successful bidder, will be low 32 forwarded to the successful bidder within 10 days of the award. The number of copies to be 33 executed by the Contractor shall be determined by the Contracting Agency. 34 35 1-03.3 Execution of Contract 36 Section 1-03.3 is revised and supplemented as follows: 37 (******) 38 Within 10 calendar days after receipt from the City of the forms and documents required to 39 be completed by the Contractor, the successful bidder shall return the signed Contracting 40 Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a 41 satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by 42 the Contracting Agency, the successful bidder shall provide any pre-award information the law 43 Contracting Agency may require under Section 1-02.15. 44 45 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 46 Agency nor shall any work begin within the project limits or within Contracting Agency- ► 47 furnished sites. The Contractor shall bear all risks for any work begun outside such areas 48 and for any materials ordered before the contract is executed by the Contracting Agency. 49 50 If the bidder experiences circumstances beyond their control that prevents return of the "W 51 contract documents within 10 calendar days after the award date, the Contracting Agency 52 may grant up to a maximum of 10 additional calendar days for return of the documents, 53 provided the Contracting Agency deems the circumstances warrant it. .,. 54 55 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a 56 Contractor who is not registered or licensed as required by the laws of the state. In addition, 57 the Contracting Agency requires persons doing business with the Contracting Agency to .. 58 possess a valid City of Renton business license prior to award. 59 ,. RENTON GSPS 3 1 When the Bid Form provides spaces for a business license number, a Washington State 2 Contractors registration number, or both the Bidder shall insert such information in the 3 spaces provided. The Contracting Agency requires legible copies of the Contractor's 4 Registration and business license be submitted to the Engineer as part of the Contracting 5 Agency's post-award information and evaluation activities. 6 7 1-04 SCOPE OF WORK 8 Section 1-04 is supplemented by adding the following: 9 (******) 10 The intent of the contract covered by these specifications is to provide a minimum of 11 2 inches compacted depth of HMA Class %" PG 64-22 asphalt concrete pavement at 12 various locations, which are shown on the attached drawings. Channelization shall 13 be installed on some of these streets per plans. All work required to complete the 14 project specified herein, but not specifically mentioned on the plans and 15 specifications, shall be performed by the contractor and shall be considered as 16 incidental to the construction, and all costs therefore shall be included in the unit 17 contract price. Due to restrictions some portions of this contract may be deleted or 18 added. 19 20 There must, at all times, be materials on the job site to handle any and all hazardous 21 material spills, caused by the contractor, such as tack, oils, diesel, etc.. Materials 22 would include, but not be limited to, oil absorbent pads and "kitty litter". The 23 Contractor must supply said materials at his expense and, in the event of a spill, be 24 responsible for proper cleanup and legal disposal of contaminated or hazardous 25 materials. 26 27 The Contractor must contact the City's inspector by 7.00 a.m. each morning to inform 28 him when and where the contractor's crew will be working that da. 29 30 31 1-04.2 Coordination of Contract Documents, Plans, Special Provisions 32 Specifications, and Addenda 33 Revise the second paragraph to read: 34 (******) 35 Any inconsistency in the parts of the contract shall be resolved by following this order of 36 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 37 1. Addenda, 38 2. Proposal Form, 39 3. Special Provisions, 40 4. Contract Plans, 41 5. Amendments to the Standard Specifications, 42 43 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal 44 Construction 45 7. Contracting Agency's Standard Plans (if any) 46 8. WSDOT Standard Plans for Road, Bridge and Municipal Construction 47 48 Section 1-04.3 is a new section: 50 -04. Contractor-Discovered Discrepancies 51 Upon receipt of award of contract, Contractor shall carefully study and compare all the 52 components of the Contract Documents and other instructions, and check and verify all field 53 measurements. Contractor shall, prior to ordering material or performing work, report in 54 writing to Engineer any error, inconsistency, or omission in respect to design or mode of 55 construction, which is discovered. If Contractor, in the course of this study or in the 56 accomplishment of the work, finds any discrepancy between the Plans and the physical RENTON GSPS 4 1 condition of the locality as represented in the Plans, or any such errors or omissions in 2 respect to design or mode of construction in the Plans or in the layout as given by points and 3 instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and 4 Engineer will promptly check the same. Any work done after such discovery, until correction 5 of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, 6 will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided 7 in Section 1-04.4 of the Standard Specifications. 8 9 1-04.4 Changes 10 The last two paragraphs are replaced with the following: ow 1 1 (******) 12 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will 13 evaluate such proposals by the Contractor on a case-by-case basis. 14 go 15 1-04.8 Progress Estimates and Payments 16 Section 1-04.8 is supplemented as follows: 17 (******) 18 The Contractor is encouraged to provide to the Engineer prior to progress payments an MW 19 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions 20 shall be final in regard to the actual percentage of any lump sum pay item accomplished and 21 eligible for payment unless another specific method of calculating lump sum payments is , 22 provided elsewhere in the specifications. 23 24 1-04.11 Final Cleanup 25 Section 1-04.11 is supplemented as follows: +, 26 (******) 27 All salvage material as noted on the plans and taken from any of the discarded facilities 28 shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. 29 Any cost incurred in salvaging and delivering such items shall be considered incidental to the 30 project and no compensation will be made. 31 32 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all .. 33 work, equipment and materials required to perform final cleanup. If this pay item does not 34 appear in the contract documents then final clean up shall be considered incidental to the 35 contract and to other pay item and no further compensation shall be made. 36 37 1-05 CONTROL OF WORK 38 39 1-05.4 Conformity With and Deviation from Plans and Stakes 40 Section 1-05.4 is supplemented with the following: 41 (******) 42 If the project calls for Contractor supplied surveying, the Contractor shall provide all required ... 43 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 44 and elsewhere in these specifications as being provided by the Engineer. All costs for this 45 survey work shall be included in "Contractor Supplied Surveying," per lump sum. 46 47 The Engineer or Contractor supplied surveyor will provide construction stakes and marks 48 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such 49 work per Section 1-11. The Contractor shall assume full responsibility for detailed 50 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor 51 supplied surveyor furnished stakes and marks. 52 53 The Contractor shall provide a work site which has been prepared to permit construction •.• 54 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or 55 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours 56 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting 57 stakes. 58 RENTON GSPS 5 1 The Contractor shall carefully preserve stakes, marks, and other reference points, including 2 existing monumentation, set by Contracting Agency forces. The Contractor will be charged 3 for the costs of replacing stakes, markers and monumentation that were not to be disturbed 4 but were destroyed or damaged by the Contractor's operations. This charge will be deducted 5 from monies due or to become due to the Contractor. 6 7 Any claim by the Contractor for extra compensation by reason of alterations or 8 reconstruction work allegedly due to error in the Engineer's line and grade, will not be 9 allowed unless the original control points set by the Engineer still exist, or unless other 10 satisfactory substantiating evidence to prove the error is furnished the Engineer. Three 11 consecutive points set on line or grade shall be the minimum points used to determine any 12 variation from a straight line or grade. Any such variation shall, upon discovery, be reported 13 to the Engineer. In the absence of such report the Contractor shall be liable for any error in 14 alignment or grade. 15 16 The Contractor shall provide all surveys required other than those to be performed by the 17 Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING 18 STANDARDS of these specifications. 19 20 The Contractor shall keep updated survey field notes in a standard field book and in a format 21 set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work 22 performed by the Contractor's surveyor in establishing line, grade and slopes for the 23 construction work. Copies of these field notes shall be provided the Engineer upon request 24 and upon completion of the contract work the field book or books shall be submitted to the 25 Engineer and become the property of the Contracting Agency. 26 27 If the survey work provided by the Contractor does not meet the standards of the Engineer, 28 then the Contractor shall, upon the Engineer's written request, remove the individual or 29 individuals doing the survey work and the survey work will be completed by the Engineer at 30 the Contractor's expense. Costs for completing the survey work required by the Engineer will 31 be deducted from monies due or to become due the Contractor. 32 33 All costs for survey work required to be performed by the Contractor shall be included in the 34 prices bid for the various items which comprise the improvement or be included in the bid 35 item for "Contractor Supplied Surveying" per lump sum if that item is included in the 36 contracts. 37 38 Section 1-05.4(3) is a new section: 40 1-05.4(3) Contractor Supplied Surveying 41 When the contract provides for Contractor Supplied Surveying, the Contractor shall 42 supply the survey work required for the project. The Contractor shall retain as a part of 43 the Contractor Organization an experienced team of surveyors under the direct 44 supervision of a professional land surveyor licensed by the State of Washington. All 45 survey work shall be done in accordance with Sections 1-05.4 and 1-11. 46 47 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, 48 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor 49 from constructing the project in a manner satisfactory to the Engineer. All errors, 50 discrepancies, and omissions must be corrected to the satisfaction of the Engineer 51 before the survey work may be continued. 52 53 The Contractor shall coordinate his work with the Surveyor and perform his operations 54 in a manner to protect all survey stakes from harm. The Contractor shall inform the 55 Surveyor of the Contractor's intent to remove any survey stakes and/or points before 56 physically removing them. 57 58 The surveyor shall be responsible for maintaining As-Built records for the project. The 59 Contractor shall coordinate his operations and assist the Surveyor in maintaining 60 accurate As-Built records for the project. RENTON GSPS 6 .. 1 2 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these 3 plans and specifications, accurate As-Built records and other work the Engineer deems •• 4 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to 5 provide all As-Built records and other work as directed by the Engineer. The Engineer 6 shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed 7 to the Contractor. "' 8 9 Payment per Section 1-04.1 for all work and materials required for the full and complete 10 survey work required to complete the project and as-built drawings shall be included in aw 11 the lump sum price for "Contractor Supplied Surveying." 12 13 Section 1-05.4(4) is a new section: 14 (******) •• 15 1-05.4(4) Contractor Provided As-Built Information 16 It shall be the contractor's responsibility to record the location prior to the backfilling of 17 the trenches, by centerline station, offset, and depth below pavement, of all existing 18 utilities uncovered or crossed during his work as covered under this project. 19 20 It shall be the contractor's responsibility to have his surveyor locate by centerline 21 station, offset and elevation each major item of work done under this contract per the 22 survey standard of Section 1-11. Major items of work shall include but not be limited to: 23 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction 24 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in 25 Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. 26 27 After the completion of the work covered by this contract, the contractors surveyor shall 28 provide to the City the hard covered field book(s) containing the as-built notes and one 29 set of white prints of the project drawings upon which he has plotted the notes of the 30 contractor locating existing utilities, and one set of white prints of the project drawings 31 upon which he has plotted the as-built location of the new work as he recorded in the 32 field book(s). This drawing shall bear the surveyors seal and signature certifying its a„ 33 accuracy. 34 35 All costs for as-built work shall be included in the contract item "Contractor Supplied 36 Surveying," lump sum. 37 38 1-05.7 Removal of Defective and Unauthorized Work 39 Section 1-05.7 is supplemented as follows: 41 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance 42 with the intent of the Contract and without expense to Owner, and shall bear the expense of 43 making good all work of other contractors destroyed or damaged by such removal or r., 44 replacement. 45 46 If Contractor does not remove such condemned work and materials and commence re- 47 execution of the work within 7 calendar days of notice from Engineer, Owner may correct the 48 same as provided in the Standard Specifications. In that case, Owner may store removed 49 material. 50 51 If Contractor does not pay the cost of such removal and storage within 10 calendar days 52 from the date of the notice to Contractor of the fact of such removal, Owner may, upon an 53 additional 10 calendar days' written notice, sell such materials at public or private sale, and 54 deduct all costs and expenses incurred from moneys due to Contractor, including costs of 55 sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any 56 such sale. Contractor shall be liable to Owner for the amount of any deficiency from any 57 funds otherwise due Contractor. 58 59 .. RENTON GSPS 7 1 1-05.11(3) Operational Testing 2 Section 1-05.11(3) is supplemented as follows: 4 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a 5 minimum of 3 working days' notice of the time for each test and inspection. If the inspection 6 is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 7 working days' notice of the date fixed for such inspection. Required certificates of inspection 8 by other authority than Engineer shall be secured by Contractor. 9 10 1-05.14 Cooperation with Other Contractors 11 Section 1-05.14 is supplemented as follows: 12 (******) 13 Contractor shall afford Owner and other contractors working in the area reasonable 14 opportunity for the introduction and storage of their materials and the execution of their 15 respective work and shall properly connect and coordinate Contractor's work with theirs. 16 17 Other utilities, districts, agencies, and contractors who may be working within the project 18 area are: 19 20 1. Puget Sound Energy (gas and electric) 21 2. AT&T Broadband 22 3. QWEST Communications 23 4. City of Renton (water, sewer, transportation) 24 5. Soos Creek Water District 25 6. Private contractors employed by adjacent property owners 26 27 The Contractor shall coordinate with City of Renton on tying into any existing electrical 28 service cabinet. 29 30 1-05.18 Contractor's Daily Diary 31 Section 1-05.18 is a new section: 32 (******) 33 34 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record 35 of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type 36 that is commonly available through commercial outlets. The Diary must contain the Project 37 and Number; if the Diary is in loose-leaf form, this information must appear on every page. 38 The Diary must be kept and maintained by Contractor's designated project 39 superintendent(s). Entries must be made on a daily basis and must accurately represent all 40 of the project activities on each day. 41 42 At a minimum, the diary shall show on a daily basis: 43 1. The day and date. 44 2. The weather conditions, including changes throughout the day. 45 3. A complete description of work accomplished during the day with adequate 46 references to the Plans and Contract Provisions so that the reader can easily and 47 accurately identify said work in the Plans. Identify location/description of 48 photographs or videos taken that day. 49 4. An entry for each and every changed condition, dispute or potential dispute, 50 incident, accident, or occurrence of any nature whatsoever which might affect 51 Contractor, Owner, or any third party in any manner. 52 5. Listing of any materials received and stored on- or off-site by Contractor for future 53 installation, to include the manner of storage and protection of the same. 54 6. Listing of materials installed during each day. 55 7. List of all subcontractors working on-site during each day. 56 8. Listing of the number of Contractor's employees working during each day by 57 category of employment. 58 9. Listing of Contractor's equipment working on the site during each day. Idle 59 equipment on the site shall be listed and designated as idle. RENTON GSPS 8 1 10. Notations to explain inspections, testing, stake-out, and all other services furnished 2 by Owner or other party during each day. 3 11. Entries to verify the daily (including non-work days) inspection and maintenance of 4 traffic control devices and condition of the traveled roadway surfaces. Contractor 5 shall not allow any conditions to develop that would be hazardous to the public. 6 12. Any other information that serves to give an accurate and complete record of the 7 nature, quantity, and quality of Contractor's progress on each day. 8 13. Plan markups showing locations and dimensions of constructed features to be used 9 by Engineer to produce record drawings. 10 14. All pages of the diary must be numbered consecutively with no omissions in page 11 numbers. 12 15. Each page must be signed and dated by Contractor's official representative on the 13 project. 14 15 Contractor may use additional sheets separate from the diary book if necessary to provide a 16 complete diary record, but they must be signed, dated, and labeled with project name and 17 number. 18 19 It is expressly agreed between Contractor and Owner that the Daily Diary maintained 20 by Contractor shall be the "Contractor's Book of Original Entry" for the 21 documentation of any potential claims or disputes that might arise during this 22 Contract. Failure of Contractor to maintain this Diary in the manner described above 23 will constitute a waiver of any such claims or disputes by Contractor. 24 25 Engineer or other Owner's representative on the job site will also complete a Daily 26 Construction Report. 27 28 1-06 CONTROL OF MATERIAL 29 30 1-06.1 Approval of Materials Prior to Use 31 Section 1-06.1 is supplemented as follows: 32 (******) 33 The materials and equipment lists submitted to Engineer at the Preconstruction Conference 34 shall include the quantity, manufacturer and model number, if applicable, of materials and 35 equipment to be installed under the Contract. This list will be checked by Engineer as to 36 conformity with the Contract Documents. Engineer will review the lists within 10 working 37 days, noting required corrections. Contractor shall make required corrections and file 2 38 corrected copies with Engineer within one week after receipt of required corrections. 39 Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility 40 for suitability for the intended purpose, nor for deviations from the Contract Documents. 41 42 1-06.2(1)...Samples and Tests for Acceptance 43 Section 1-06.2(1) is supplemented a follows: 44 (******) 45 The finished Work shall be in accordance with approved samples. Approval of samples by 46 Engineer does not relieve Contractor of responsibility for performance of the Work in 47 accordance with the Contract Documents. 48 49 1-06.2(2) Statistical Evaluation of Materials for Acceptance 50 Section 1-06.02(2) is supplemented by adding the following: 51 (******) 52 Unless stated otherwise in the special provisions, statistical evaluation will not be used by 53 the City of Renton. 54 55 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 56 57 1-07.1 Laws to be Observed 58 Section 1-07.1 is supplemented as follows: RENTON GSPS 9 2 Contractor shall erect and properly maintain, at all times, as required by the conditions and 3 progress of the work, all necessary safeguards for protection of workers and the public; shall 4 post danger signs warning against known or unusual hazards; and shall designate as Safety 5 Supervisor a responsible employee on the construction site whose duty shall be the 6 enforcement of safety. The name and position of such person so designated shall be 7 reported in writing to Engineer by Contractor. 8 9 Contractor shall, at all times, enforce strict discipline and good order among all employees 10 and shall not employ any person unfit or not skilled in the work assigned to him/her. 11 12 Necessary sanitation conveniences for the use of the workers on the job, properly secluded 13 from public observation, shall be provided and maintained by Contractor. 14 15 1-07.6 Permits and Licenses 16 Section 1-07.6 is supplemented as follows: 17 (******) 18 The permits, easements, and right of entry documents that have been acquired are available 19 for inspection and review. 20 21 Contractor shall be required to comply with all conditions of the permits, easements, and 22 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner 23 from claims on all easements and rights of entry. 24 25 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall 26 comply with the special provisions and requirements of each. 27 28 Permits, permission under franchises, licenses and bonds of a temporary nature necessary 29 for and during the prosecution of the work, and inspection fees in connection therewith shall 30 be secured and paid for by Contractor. If Owner is required to secure such permits, 31 permission under franchises, licenses and bonds, and pay the fees, the costs incurred by 32 Owner thereby shall be charged against Contractor and deducted from any funds otherwise 33 due Contractor. 34 35 1-07.9(5) Required Documents 36 Delete the first sentence of the third paragraph, and replace it with the following: 38 Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors 39 and lower tier subcontractors, regardless of project's funding source. 40 41 42 1-07.11(11) City of Renton Affidavit of Compliance 43 Section 1-07.11(11) is new: 44 (******) 45 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a 46 copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this 47 document will be bound in the bid documents. 48 49 1-07.12 Federal Agency Inspection 50 Section 1-07.12 is supplemented with the following: 51 (******) 52 Required Federal Aid Provisions 53 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the 54 amendments thereto supersede any conflicting provisions of the Standard Specifications and 55 are made a part of this contract; provided, however, that if any of the provisions of FHWA 56 1273, as amended, are less restrictive than Washington State Law, then the Washington 57 State Law shall prevail. 58 59 The provisions of FHWA 1273, as amended, included in this contract require that the 60 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together RENTON GSPS 10 w. 1 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be 2 included in each subcontract requiring the subcontractors to insert the FHWA 1273 and 3 amendments thereto in any lower tier subcontracts, together with the wage rates. The •• 4 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is 5 inserted in each subcontract for subcontractors and lower tier subcontractors. For this 6 purpose, upon request to the Project Engineer, the Contractor will be provided with extra aw 7 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this 8 Special Provision. 9 10 1-07.13(1) General am 11 Section 1-07.13(1) is supplemented as follows: 12 (******) 13 During unfavorable weather and other conditions, the contractor shall pursue only such 14 portions of the work as shall not be damaged thereby. •• 15 16 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable 17 conditions shall be constructed while these conditions exist, unless by special means or 18 precautions acceptable to the engineer, the contractor shall be able to overcome them. 19 20 1-07.16(1) Private/Public Property 21 Section 1-07.16(1) is supplemented by adding the following: aw 22 (******) 23 The Contracting Agency will obtain all easements and franchises required for the project. 24 The contractor shall limit his operation to the areas obtained and shall not trespass on 25 private property. VW 26 27 The Contracting Agency may provide certain lands, as indicated in connection with the work 28 under the contract together with the right of access to such lands. The contractor shall not aw 29 unreasonably encumber the premises with his equipment or materials. 30 31 The contractor shall provide, with no liability to the Contracting Agency, any additional land 32 and access thereto not shown or described that may be required for temporary construction „ 33 facilities or storage of materials. He shall construct all access roads, detour roads, or other 34 temporary work as required by his operations. The contractor shall confine his equipment, 35 storage of material, and operation of his workers to those areas shown and described and 36 such additional areas as he may provide. 37 A. General. All construction work under this contract on easements, right-of-way, over 38 private property or franchise, shall be confined to the limits of such easements, right-of-way 39 or franchise. All work shall be accomplished so as to cause the least amount of disturbance 40 and a minimum amount of damage. The contractor shall schedule his work so that trenches 41 across easements shall not be left open during weekends or holidays and trenches shall not 42 be open for more than 48 hours. 43 B. Structures. The contractor shall remove such existing structures as may be ,., 44 necessary for the performance of the work and, if required, shall rebuild the structures thus 45 removed in as good a condition as found. He shall also repair all existing structures which 46 may be damaged as a result of the work under this contract. 47 C. Easements. Cultivated areas and other surface improvements. All cultivated �- 48 areas, either agricultural or lawns, and other surface improvements which are damaged by 49 actions of the contractor shall be restored as nearly as possible to their original condition. 50 Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil 51 from the trench or construction area and stockpile it in such a manner that it may be 52 replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be 53 carefully removed with the earth surrounding their roots wrapped in burlap and replanted in 54 their original positions within 48 hours. %W 55 56 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with 57 material of equal quality at no additional cost to the Contracting Agency. In the event that it 58 is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and MW 59 replaced after the trenches have been backfilled. The lawn area shall be cleaned by 60 sweeping or other means, of all earth and debris. MW r.r RENTON GSPS 1 1 2 The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes 3 used by side sewer contractors for all work, including excavation and backfill, on easements 4 or rights-of- way which have lawn areas. All fences, markers, mail boxes, or other temporary 5 obstacles shall be removed by the contractor and immediately replace, after the trench is 6 backfilled, in their original position. The contractor shall notify the Contracting Agency and 7 property Owner at least 24 hours in advance of any work done on easements or rights-of- 8 way. 9 10 Damage to existing structures outside of easement areas that may result from dewatering 11 and/or other construction activity under this contract shall be restored to their original 12 condition or better. The original condition shall be established by photographs taken and/or 13 inspection made prior to construction. All such work shall be done to the satisfaction of the 14 property Owners and the Contracting Agency at the expense of the contractor. 15 D. Streets. The contractor will assume all responsibility of restoration of the surface of 16 all streets (traveled ways) used by him if damaged. 17 18 In the event the contractor does not have labor or material immediately available to make 19 necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting 20 Agency will make the necessary repairs and the cost of such repairs shall be paid by the 21 contractor. 22 23 The contractor is responsible for identifying and documenting any damage that is pre- 24 existing or caused by others. Restoration of excavation in City streets shall be done in 25 accordance with the City of Renton Trench Restoration Requirements, which is available at 26 the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 27 1055 South Grady Way. 28 29 1-07.17 Utilities and Similar Facilities 30 Section 1-07.17 is supplemented by adding: 31 (******) 32 Existing utilities indicated in the Plans have been plotted from the best information available 33 to Engineer. Information and data shown or indicated in the Contract Documents with 34 respect to existing underground utilities or services at or contiguous to the project site are 35 based on information and data furnished to Owner and Engineer by owners of such 36 underground facilities or others, and Owner and Engineer do not assume responsibility for 37 the accuracy or completeness thereof. It is to be understood that other aboveground or 38 underground facilities not shown in the Plans may be encountered during the course of the 39 work. 40 41 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously 42 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their 43 location to be determined by the Engineer or utility personnel under adverse conditions, 44 (inclement weather or darkness). 45 46 Where underground main distribution conduits, such as water, gas, sewer, electric power, or 47 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall 48 assume that every property parcel will be served by a service connection for each type of 49 utility. 50 51 Contractor shall check with the utility companies concerning any possible conflict prior to 52 commencing excavation in any area. Contractor shall resolve all crossing and clearance 53 problems with the utility company concerned. No excavation shall begin until all known 54 facilities, in the vicinity of the excavation area, have been located and marked. 55 56 In addition to Contractor having all utilities field marked before starting work, Contractor shall 57 have all utilities field marked after they are relocated in conjunction with this project. 58 RENTON GSPS 12 1 Call Before You Dig 2 The 48 Hour Locators 3 1-800-424-5555 4 5 At least 2 and not more than 10 working days prior to commencing any excavations for utility 6 potholing or for any other purpose under this Contract, Contractor shall notify the 7 Underground Utilities Location Center by telephone of the planned excavation and progress 8 schedule. Contractor is also warned that there may be utilities on the project that are not 9 part of the One Call system. They must be contacted directly by Contractor for locations. 10 11 Contractor shall make arrangements 48 hours in advance with respective utility owners to 12 have a representative present when their utility is exposed or modified, if the utility chooses 13 to do so. 14 15 Existing utilities for telephone, power, gas, water, and television cable facilities shall be 16 adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. 17 These adjustments may be completed before Contractor begins work, or may be performed 18 in conjunction with the contract work. Contractor shall be entirely responsible for 19 coordination with the utility companies and arranging for the movement or adjustment, either 20 temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 21 of these Special Provisions. 22 23 If or when utility conflicts occur, Contractor shall continue the construction process on other 24 aspects of the project whenever possible. No additional compensation will be made to 25 Contractor for reason of delay caused by the actions of any utility company and Contractor 26 shall consider such costs to be incidental to the other items of the contract. 27 28 Utility Potholing 29 Potholing is included as a bid item for use in determining the location of existing utilities in 30 advance of the Contractor's operations. The Contractor shall submit all potholing requests to 31 the Engineer for approval, at least 2 working days before potholing is scheduled. 32 Additionally, the Contractor shall provide potholing at Engineer's request. 33 34 In no way shall the work described under Utility Potholing relieve Contractor of any of the 35 responsibilities described in Section 1-07.17 of the Standard Specifications and Special 36 Provisions, and elsewhere in the Contract Documents. 37 38 Payment 39 Payment will be made at the discretion of Engineer, for the following bid item(s) in 40 accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: 41 "Utility Potholing," Force Account 42 "Resolution of Utility Conflicts," Force Account 43 44 1-07.17(1) Interruption of Services 45 Section 1-07.17(1) is a new section: 46 (*****d 47 Whenever in the course of the construction operation it becomes necessary to cause an 48 outage of utilities, it shall be Contractor's responsibility to notify the affected users and 49 Engineer not less than 48 hours in advance of such outage. Contractor shall make 50 reasonable effort to minimize the duration of outages, and shall estimate the length of time 51 service will be interrupted and so notify the users. In the case of any utility outage that has 52 exceeded or will exceed four hours, user contact shall again be made. Temporary service, if 53 needed, will be arranged by Contractor at no cost to Owner. 54 55 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing 56 temporary overhead lighting to meet above requirements shall be incidental to the various 57 unit and lump sum items of the Contract; no separate payment will be made. 58 59 RENTON GSPS 13 1 1-07.18 Public Liability and Property Damage Insurance - 2 Section 1-07.18 is deleted replaced by the following new section and subsections: 3 ******) 4 5 1-07.18(1) General 6 The contractor shall obtain and maintain in full force and effect, from the Contract 7 Execution Date to the Completion Date, public liability and property damage insurance 8 with an insurance company(ies) or through sources approved by the State Insurance 9 Commissioner pursuant to RCW 48. 10 11 The Contractor shall not begin work under the Contract until the required insurance has 12 been obtained and approved by the Contracting Agency. Insurance shall provide 13 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting 14 Agency's consultant. The coverage shall protect against claims for bodily injuries, 15 personal injuries, including accidental death, as well as claims for property damages 16 which may arise from any act or omission of the Contractor or the subcontractor, or by 17 anyone directly or indirectly employed by either of them. 18 19 If warranted work is required the Contractor shall provide the City proof that insurance 20 coverage and limits established under the term of the Contract for work are in full force 21 and effect during the period of warranty work. 22 23 The Contracting Agency may request a copy of the actual declaration pages(s) for each 24 insurance policy effecting coverage(s) required on the contract prior to the date work 25 commences. Failure of the Contractor to fully comply during the term of the Contract 26 with the requirements described herein will be considered a material breach of contract 27 and shall be caused for immediate termination of the Contract at the option of the 28 Contractin Agency. 29 1-07.18r2 Coverages 30 As part of the response to this proposal, the Contractor shall submit a completed City of 31 Renton Insurance Information form which details specific coverage and limits for this 32 contract. 33 34 All coverage provided by the Contractor shall be in a form and underwritten by a 35 company acceptable to the Contracting Agency. The City requires that all insurers: 36 1. Be licensed to do business within the State of Washington. 37 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution 38 coverage are acceptable when written on a claims-made basis). The City may 39 also require proof of professional liability coverage be provided for up to two 40 (2) years after the completion of the project. 41 3. The City may request a copy of the actual declaration page(s) for each 42 insurance policy affecting coverage(s) required by the Contract prior to the 43 date work commences. 44 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is 45 preferred.) If any insurance carrier possesses a rating of less than AVII, the 46 City may make an exception. 47 48 The City reserves the right to approve the security of the insurance coverage provided 49 by the insurance company(ies), terms, conditions, and the Certificate of Insurance. 50 Failure of the Contractor to fully comply during the term of the contract with these 51 requirements will be considered a material breach of contract and shall be cause for 52 immediate termination of the contract at the option of the City. 53 54 The Contractor shall obtain and maintain the minimum insurance coverage set forth 55 below. By requiring such minimum insurance, the City of Renton shall not be deemed 56 or construed to have assessed the risks that may be applicable to the Contractor. The 57 Contractor shall assess its own risks and if it deems appropriate and/or prudent, 58 maintain higher limits and/or broader coverage. 59 60 Coverage shall include: RENTON GSPS 14 1 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be 2 written on an occurrence basis and include: 3 • Premises and Operations (including CG2503; General Aggregate to apply - 4 per project, if applicable). 5 • Explosion, Collapse and Underground Hazards 6 • Products/Completed Operations 7 • Contractual Liability (including Amendatory Endorsement CG 0043 or 8 equivalent which includes defense coverage assumed under contract) 9 • Broad Form Property Damage 10 • Independent Contractors 11 • Personal/Advertising Injury 12 • Stop Gap Liability 13 B. Automobile Liability including all 14 • Owned Vehicles 15 • Non-Owned Vehicles 16 • Hired Vehicles 17 C. Workers' Compensation 18 Statutory Benefits (Coverage A) - Show Washington Labor & Industries 19 Number 20 D. Umbrella Liability (when necessary) 21 Excess of Commercial General Liability and Automobile Liability. 22 Coverage should be as broad as primary. 23 E. Professional Liability - (whenever the work under this Contract includes 24 Professional Liability, (i.e. architectural, engineering, advertising, or computer 25 programming) the CONTRACTOR shall maintain professional liability covering 26 wrongful acts, errors and/or omissions of the CONTRACTOR for damage 27 sustained by reason of or in the course of operations under this Contract. 28 F The Contracting Agency reserves the right to request and/or require additional 29 coverages as may be appropriate based on work performed(i.e. pollution 30 liability). 31 32 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, 33 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). 34 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to 35 commencement of work. The City reserves the right to request copies of insurance 36 policies, if at their sole discretion it is deemed appropriate. Further, all policies of 37 insurance described above shall: 38 A. Be on a primary basis not contributory with any other insurance coverage 39 and/or self-insurance carried by CITY OF RENTON. 40 B. Include a Waiver of Subrogation Clause. 41 C. Severability of Interest Clause (Cross Liability) 42 D. Policy may not be non-renewed, canceled or materially changed or altered 43 unless forty-five (45) days prior written notice is provided to CITY OF 44 RENTON. Notification shall be provided to CITY OF RENTON by certified 45 mail. 46 1-07.18(3) Limits 47 LIMITS REQUIRED 48 Providing coverage in these stated amounts shall not be construed to relieve the 49 contractor from liability in excess of such limits. The CONTRACTOR shall carry the 50 following limits of liability as required below: 51 Commercial General Liabilit General Aggregate" $2,000,000 ** Products/Completed $2,000,000 ** Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 RENTON GSPS 15 " General Aggregate to apply per project (ISO Form CG2503 or equivalent) "Amount may vary based on project risk Automobile Liabilitv Bodily Injury/Property $1,000,000 Damage (Each Accident) Workers' Compensation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries Number) Umbrella Liabilitv Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed $1,000,000 Operations Aggregate Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 1 2 The City may require the CONTRACTOR to keep professional liability coverage in effect 3 for up to two (2) years after completion of the project. 4 5 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any 6 general aggregate or other aggregate limits are reduced. At their own expense, the 7 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 8 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a 9 new Certificate of Insurance showing such coverage is in force. 10 1-07.18(4) Evidence of Insurance: 11 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of 12 insurance by submitting to the CONTRACTING AGENCY the following: 13 1. City of Renton Insurance Information Form (attached herein) without 14 modification. 15 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items 16 as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised 17 above. Other requirements are as follows: 18 A. Strike the following or similar wording: "This Certificate is issued as a 19 matter of information only and confers no rights upon the Certificate 20 Holder"; 21 B. Strike the wording regarding cancellation notification to the City: "Failure 22 to mail such notice shall impose no obligation or liability of any kind upon 23 the company, its agents or representatives". 24 C. Amend the cancellation clause to state: "Policy may not be non-renewed, 25 canceled or materially changed or altered unless 45 days prior written 26 notice is provided to the City". Notification shall be provided to the City by 27 certified mail. 28 29 For Professional Liability coverage only, instead of the cancellation language 30 specified above, the City will accept a written agreement that the consultant's 31 broker will provide the required notification. 32 33 1-07.22 Use of Explosives 34 Section 1-07.22 is supplemented by the following: 35 (******) 36 Explosives shall not be used without specific authority of the Engineer, and then only under 37 such restrictions as may be required by the proper authorities. Explosives shall be handled 38 and used in strict compliance with WAC 296-52 and such local laws, rules and regulations RENTON GSPS 16 1 that may apply. The individual in charge of the blasting shall have a current Washington 2 State Blaster Users License. 3 4 The Contractor shall obtain, comply with, and pay for such permits and costs as are 5 necessary in conjunction with blasting operations. 6 7 1-07.23(1) Construction Under Traffic 8 Section 1-07.23(1) is supplemented by adding the following: 9 (******) 10 The contractor shall be responsible for controlling dust and mud within the project limits and 11 on any street which is utilized by his equipment for the duration of the project. The 12 contractor shall be prepared to use watering trucks, power sweepers, and other pieces of 13 equipment as deemed necessary by the engineer, to avoid creating a nuisance. 14 - 15 Dust and mud control shall be considered as incidental to the project, and no compensation 16 will be made for this section. 17 18 Complaints of dust, mud or unsafe practices and/or property damage to private Ownership 19 will be transmitted to the contractor and prompt action in correcting them will be required by 20 the contractor. 21 22 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership 23 will be transmitted to the Contractor and prompt action in correcting them will be required by 24 the Contractor. 25 26 Contractor shall maintain the roads during construction in a suitable condition to minimize 27 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by 28 Contractor. 29 30 At least one-way traffic shall be maintained on all cross-streets within the project limits 31 during working hours. One lane shall be provided in each direction for all streets during non- 32 working hours. 33 34 Contractor shall provide one driveable roadway lane and maintain convenient access for 35 local and commuter traffic to driveways, businesses, and buildings along the line of Work 36 throughout the course of the project. Such access shall be maintained as near as possible 37 to that which existed prior to the commencement of construction. This restriction shall not 38 apply to the paving portion of the construction process. 39 40 Contractor shall notify and coordinate with all property owners and tenants of street closures, 41 or other restrictions which may interfere with their access—at least 24 hours in advance for 42 single-family residential property, and at least 48 hours in advance for apartments, offices, 43 and commercial property. Contractor shall give a copy of all notices to Engineer. 44 45 When the abutting owners' access across the right-of-way line is to be eliminated and 46 replaced under the Contract by other access, the existing access shall not be closed until the 47 replacement access facility is available. 48 49 All unattended excavations shall be properly barricaded and covered at all times. Contractor 50 shall not open any trenches that cannot be completed and refilled that same day. Trenches 51 shall be patched or covered by a temporary steel plate, at Contractor's expense, except in 52 areas where the roadway remains closed to public traffic. Steel plates must be anchored. 53 54 1-08 PROSECUTION AND PROGRESS 55 Section 1-08.0 is a new section with subsection: RENTON GSPS 17 1 1-08.0 Preliminary Matters 2 1-08.0(1) Preconstruction Conference 3 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. 4 Additional documents may be furnished upon request at the cost of reproduction. Prior to 5 undertaking each part of the Work the Contractor shall carefully study and compare the 6 Contract Documents and check and verify pertinent figures shown therein and all applicable 7 field measurements. The Contractor shall promptly report in writing to the Engineer any 8 conflict, error or discrepancy which the Contractor may discover. 9 10 After the Contract has been executed, but prior to the Contractor beginning the Work, a 11 preconstruction conference will be held between the Contractor, the Engineer and such other 12 interested parties as may be invited. 13 14 The Contractor shall prepare and submit at the preconstruction meeting: 15 4 Contractor's plan of operation and progress schedule (3+ copies) 16 4 Approval of qualified subcontractors (bring list of subcontractors if different 17 from list submitted with Bid) 18 4 List of materials fabricated or manufactured off the project 19 4 Material sources on the project 20 4 Names of principal suppliers 21 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both 22 working and standby rates) 23 4 Weighted wage rates for all employee classifications anticipated to be used on 24 Project 25 4 Cost percentage breakdown for lump sum bid item(s) 26 4 Shop Drawings (bring preliminary list) 27 4 Traffic Control Plans (3+ copies) 28 4 Temporary Water Pollution/Erosion Control Plan 29 30 In addition, the Contractor shall be prepared to address: 31 Bonds and insurance 32 Project meetings —schedule and responsibilities 33 Provision for inspection for materials from outside sources 34 Responsibility for locating utilities 35 Responsibility for damage 36 Time schedule for relocations, if by other than Contractor 37 Compliance with Contract Documents 38 Acceptance and approval of work 39 Labor compliance, payrolls, certifications 40 Safety regulations for Contractors' and Owner's employees and 41 representatives 42 Suspension of work, time extensions 43 Change order procedures 44 Progress estimates - procedures for payment 45 Special requirements of funding agencies 46 Construction engineering, advance notice of special work 47 Any interpretation of the Contract Documents requested by Contractor 48 Any conflicts or omissions in Contract Documents 49 Any other problems or questions concerning the work 50 Processing and administration of public complaints 51 Easements and rights of entry 52 Other contracts 53 54 The franchise utilities may be present at the preconstruction conference, and Contractor 55 should be prepared for their review and discussion of progress schedule and coordination. 56 57 1-08.1 Subcontracting 58 Section 1-08.1 is supplemented as follows: RENTON GSPS 18 1 Written requests for change in subcontractors shall be submitted by Contractor to Engineer 2 at least 7 calendar days prior to start of a subcontractor's work. 3 4 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all 5 subcontractors and lower-tier subcontractors, and persons either directly or indirectly 6 employed by the subcontractors, as well as for the acts and omissions of persons directly 7 employed by Contractor. Contractor shall be required to give personal attention to the work 8 that is sublet. Nothing contained in the Contract Documents shall create any contractual 9 relation between any subcontractor and Owner. 10 11 Contractor shall be responsible for making sure all subcontractors submit all required 12 documentation, forms, etc. 13 14 1-08.2 Assignment 15 The second paragraph of Section 1-08.2 is modified as follows: 17 Contractor shall not assign any moneys due or to become due to Contractor hereunder 18 without the prior written consent of Owner. The assignment, if approved, shall be subject to 19 all setoffs, withholdings, and deductions required by law and the Contract. 20 21 1-08.3 Progress Schedule 22 Section 1-08.3 is supplemented as follows: 23 (.....) 24 The progress schedule for the entire project shall be submitted 7 calendar days prior to the 25 Preconstruction Conference. The schedule shall be prepared using the critical path 26 method (CPM), preferably using Microsoft Project or equivalent software. The schedule 27 shall contain this information, at a minimum: 28 1. Construction activities, in sufficient detail that all activities necessary to construct a 29 complete and functional project are considered. Any activity which has a scheduled w 30 duration exceeding 30 calendar days shall be subdivided until no sub-element has a 31 duration exceeding 30 calendar days. 32 The schedule shall clearly indicate the activities which comprise the critical path. For 33 each activity not on the critical path, the schedule shall show the float, or slack, time. 34 2. Procurement of material and equipment. 35 3. Submittals requiring review by Engineer. Submittal by Contractor and review by 36 Engineer shall be shown as separate activities. 37 4. Work to be performed by a subcontractor, agent, or any third party. 38 5. Allowances for delays which could result from normal inclement weather (time 39 extensions due to inclement weather will not be allowed). 40 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and 41 adjust their facilities as required. 42 43 Engineer may request Contractor to alter the progress schedule when deemed necessary in 44 the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for 45 coordination with any other activity of other contractors, the availability of all or portions of 46 the job site, or special provisions of this Contract, or to reasonably meet the completion date 47 of the project. Contractor shall provide such revised schedule within 10 days of request. 48 49 If, at any time, in the opinion of Engineer, the progress of construction falls significantly 50 behind schedule, Contractor may be required to submit a plan for regaining progress and a 51 revised schedule indicating how the remaining work items will be completed within the 52 authorized contract time. 53 54 Contractor shall promptly report to Engineer any conditions which Contractor feels will 55 require revision of the schedule and shall promptly submit proposed revisions in the 56 progress schedule for acceptance by Engineer. When such changes are accepted by 57 Engineer, the revised schedule shall be followed by Contractor. 58 RENTON GSPS 19 1 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which 2 sets forth specific work to be performed the following week, and a tentative schedule for the 3 second week. 4 " 5 Failure to Maintain Progress Schedule. Engineer will check actual progress of the work 6 against the progress schedule a minimum of two times per month. Failure, without just 7 cause, to maintain progress in accordance with the approved schedule shall constitute a 8 breach of Contract. If, through no fault of Contractor, the proposed construction schedule 9 cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for 10 acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the 11 original schedule. 12 13 Failure of Contractor to follow the progress schedule submitted and accepted, including 14 revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making 15 available all or any portion of the job site, and will relieve Owner of any responsibility for 16 delays to Contractor in the performance of the work. 17 18 The cost of preparing the progress schedule, any supplementary progress schedules, and 19 weekly schedules shall be considered incidental to the Contract and no other compensation 20 shall be made. 21 22 1-08.4 Prosecution Of Work 23 Section 1-08.4 is supplemented as follows: 24 (******) 25 26 The Engineer shall give the Contractor a written "Notice To Proceed" after the contract has been 27 executed. Work shall begin within ten days after receipt of Notice To Proceed, and all work, including 28 punch list items, must be completed within the specified working days. After 30 working days, the 29 Engineer shall give the Contractor a written punch list of items not completed on the contract. 30 31 32 1-08.5 Time For Completion 33 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 34 (******) 35 The Work shall be physically completed in its entirety within the time specified in the 36 Contract Documents or as extended by the Engineer. The Contract Time will be stated in 37 "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract 38 Completion Date. 39 40 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract 41 specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor 42 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The 43 day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. 44 The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, 45 Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding 46 working days shall be observed as holidays. When Christmas day occurs on a Sunday, the 47 two working days following shall be observed as holidays. When holidays other than 48 Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and 49 when they fall on a Sunday the following Monday will be counted as a non-working day. The 50 Contract Time has been established to allow for periods of normal inclement weather which, 51 from historical records, is to be expected during the Contract Time, and during which 52 periods, work is anticipated to be performed. Each successive working day, beginning with 53 the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged 54 to the Contract Time as it occurs except a day or part of a day which is designated a 55 nonworking day or an Engineer determined unworkable day. 56 57 The Engineer will furnish the Contractor a weekly report showing (1) the number of working 58 days charged against the Contract Time for the preceding week; (2) the Contract Time in 59 working days; (3) the number of working days remaining in the Contract Time; (4) the RENTON GSPS 20 1 number of nonworking days; and (5) any partial or whole days the Engineer declared 2 unworkable the previous week. This weekly report will be correlated with the Contractor's 3 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked 5 would ordinarily be charged as a working day then the fifth day of that week will be charged 6 as a working day whether or not the Contractor works on that day. 7 8 The Contractor will be allowed 10 calendar days from the date of each report in which to file 9 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the 10 report will be deemed to have been accepted by the Contractor as correct. 11 12 The requirements for scheduling the Final Inspection and establishing the Substantial 13 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 14 and 1-05.12. 15 16 Section 1-08.5 is supplemented as follows: 17 (******) 18 Within 10 calendar days after execution of the Contract by the Contracting Agency, 19 Contractor shall provide the Contracting Agency with copies of purchase orders for all 20 equipment items deemed critical by the Contracting Agency, including but not limited to 21 signal controller materials, lighting standards, and signal standards required for the physical 22 completion of the contract. Such purchase orders shall disclose the estimated delivery dates 23 for the equipment. 24 25 All items of work which can be performed without delivery of the critical items shall start and 26 be completed as soon as possible. At that time, Engineer may suspend the work upon 27 request of Contractor until the critical items are delivered to Contractor, if the Contracting 28 Agency received a purchase order within 10 calendar days after execution of the Contract by 29 the Contracting Agency. 30 31 Contractor will be entitled to only one such suspension of time during the performance of the 32 work and during such suspension shall not perform any additional work on the project. Upon 33 delivery of the critical items, contract time will resume and continue to be charged in 34 accordance with Section 1-08. 35 36 1-08.6 Suspension of Work 37 Section 1-08.6 is supplemented as follows: 38 (******) 39 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor 40 in writing. The work shall be resumed by Contractor within 14 calendar days after the date 41 fixed in the written notice from Owner to Contractor to do so. 42 43 Contractor shall not suspend work under the Contract without the written order of Owner. 44 45 If it has been determined that Contractor is entitled to an extension of time, the amount of 46 such extension shall be only to compensate for direct delays and shall be based upon 47 Contractor's diligently pursuing the work at a rate not less than that which would have been 48 necessary to complete the original Contract Work on time. 49 50 1-08.9 Liquidated Damages 51 Section 1-08.9 is supplemented as follows: 52 (******) 53 In addition, Contractor shall compensate Owner for actual engineering inspection and 54 supervision costs and any other expenses and legal fees incurred by Owner as a result of 55 such delay. Such labor costs will be billed to Contractor at actual costs, including 56 administrative overhead costs. 57 58 In the event that Owner is required to commence any lawsuit in order to enforce any 59 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled 60 to recover its costs, including reasonable attorneys fees, from Contractor. RENTON GSPS 21 1 2 1-08.11 Contractor's Plant and Equipment 3 The contractor alone shall at all times be responsible for the adequacy, efficiency, and 4 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the 5 right to make use of the contractor's plant and equipment in the performance of any work on 6 the site of the work. 7 8 The use by the Owner of such plant and equipment shall be considered as extra work and 9 paid for accordingly. 10 11 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security 12 of the site from the time contractor's operations have commenced until final acceptance of 13 the work by the engineer and the Owner. The contractor shall employ such measures as 14 additional fencing, barricades, and watchmen service, as he deems necessary for the public 15 safety and for the protection of the site and his plant and equipment. The Owner will be 16 provided keys for all fenced, secured areas. 17 18 Section 1-08.12 is a new section: 19 ******) 20 -08.12 Attention to Work 21 The contractor shall give his personal attention to and shall supervise the work to the end 22 that it shall be prosecuted faithfully, and when he is not personally present on the work site, 23 he shall at all times be represented by a competent superintendent who shall have full 24 authority to execute the same, and to supply materials, tools, and labor without delay, and 25 who shall be the legal representative of the contractor. The contractor shall be liable for the 26 faithful observance of any instructions delivered to him or to his authorized representative. 27 28 1-09 MEASUREMENT AND PAYMENT 29 30 1-09.1 Measurement of Quantities 31 Section 1-09.1 is supplemented by adding the following: 32 (**.***) 33 Lump Sum. The percentage of lump sum work completed, and payment will be based on 34 the cost percentage breakdown of the lump sum bid price(s) submitted at the 35 preconstruction conference. 36 37 The Contractor shall submit a breakdown of costs for each lump sum bid item. The 38 breakdown shall list the items included in the lump sum together with a unit price of labor, 39 materials, and equipment for each item. The summation of the detailed unit prices for each 40 item shall add up to the lump sum bid. The unit price values may be used as a guideline for 41 determining progress payments or deductions or additions in payment for ordered work 42 changes. 43 44 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments 45 only in the following manner. Where items are specified to be paid by the cubic yard, the 46 following tally system shall be used. 47 48 All trucks to be employed on this work will be measured to determine the volume of each 49 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall 50 be no duplication of numbers. 51 52 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered 53 . on the project. All tickets received that do not contain the following information will not be 54 processed for payment: 55 1 Truck number 56 2 Quantity and type of material delivered in cubic yards 57 3 Drivers name, date and time of delivery 58 4 Location of delivery, by street and stationing on each street 59 5 Place for Engineer to acknowledge receipt RENTON GSPS 22 1 6 Pay item number 2 7 Contract number and/or name 3 4 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for 5 each truckload of material delivered. Pay quantities will be prepared on the basis of said 6 tally tickets. 7 8 Loads will be checked by Engineer to verify quantity shown on ticket. 9 10 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is 11 given to the Inspector on the project at the time of delivery of materials for each truckload 12 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to 13 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be 14 honored for payment. 15 16 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no 17 duplication of numbers. 18 19 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the 20 project. All tickets received that do not contain the following information will not be 21 processed for payment: 22 1. Truck number 23 2. Truck tare weight (stamped at source) 24 3. Gross truck load weight in tons (stamped at source) 25 4. Net load weight (stamped at source) 26 5. Driver's name, date, and time of delivery 27 6. Location for delivery by street and stationing on each street 28 7. Place for Engineer to acknowledge receipt 29 8. Pay item number 30 9. Contract number and/or name 31 32 1-09.3 Scope of Payment 33 Section 1-09.3 is supplemented by adding the following: 34 (******) 35 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in 36 the "Payment" clause of each Section of the Standard Specifications, will be the only items 37 for which compensation will be made for the Work described in or specified in that particular 38 Section when the Contractor performs the specified Work. Should a Bid Item be listed in a 39 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the 40 Contractor and the work is not stated as included in or incidental to a pay item in the contract 41 and is not work that would be required to complete the intent of the Contract per Section 1- 42 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change 43 Order. 44 45 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the 46 Contract Documents are synonymous. 47 48 If the "payment" clause in the Specifications relating to any unit Bid Item price in the 49 Proposal Form requires that said unit Bid Item price cover and be considered compensation 50 for certain work or material essential to the item, then the work or material will not be 51 measured or paid for under any other Unit Bid Item which may appear elsewhere in the 52 Proposal Form or Specifications. 53 54 Pluralized unit Bid Items appearing in these Specifications are changed to singular form. 55 56 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section 57 of the Specifications shall be considered as including all of the Work required, specified, or 58 described in that particular Section. Payment items will generally be listed generically in the 59 Specifications, and specifically in the bid form. When items are to be "furnished" under one 60 payment item and "installed" under another payment item, such items shall be furnished RENTON GSPS 23 1 FOB project site, or, if specified in the Special Provisions, delivered to a designated site. 2 Materials to be "furnished," or "furnished and installed" under these conditions, shall be the 3 responsibility of the Contractor with regard to storage until such items are incorporated into 4 the Work or, if such items are not to be incorporated into the work, delivered to the 5 applicable Contracting Agency storage site when provided for in the Specifications. Payment 6 for material "furnished," but not yet incorporated into the Work, may be made on monthly 7 estimates to the extent allowed. 8 9 10 1-09.6 Force Account 11 Section 1-09.6 is supplemented as follows: 12 (,,,,. ) 13 To provide a common basis for all bidders, Owner has estimated and included in the 14 Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts 15 are to become a part of Contractor's total bid. However, Owner does not warrant expressly 16 or by implication, that the actual amount of work will correspond with those estimates. 17 Payment will be made on the basis of the amount of work actually authorized in writing by 18 Engineer. 19 20 1-09.7 Mobilization 21 Section 1-09.7 is supplemented as follows: 22 23 Sanitation 24 25 Portable toilet facilities 27 28 The Contractor shall furnish portable toilet facilities, at his expense. 29 30 The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any 31 accommodations for the Contractor and Owner employees that are necessary to comply with 32 the requirements and regulations of the State of Washington Department of Social and 33 Health Services and other agencies. The Contractor shall commit no public nuisance, keep 34 all sites clean, dispose of all refuse in a proper manner and leave the Project Site in a neat 35 and sanitary condition. 36 38 Mobilization shall also include, but not be limited to, the following items: the movement of 39 Contractor's personnel, equipment, supplies, and incidentals to the project site; the 40 establishment of an office, buildings, and other facilities necessary for work on the project; 41 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses 42 required to complete the project not furnished by Owner. 43 44 This item shall also include providing Engineer and Inspectors with access to telephone, 45 facsimile machine, and copy machine during all hours Contractor is working on the jobsite; 46 and a table and chair for their use when needed. 47 48 49 Payment will be made for the following bid item(s): 50 "Mobilization," Lump Sum. 51 52 1-09.9 Payments 53 Section 1-09.9 is supplemented as follows: 54 (******) 55 56 Furnishing portable toilets shall be considered incidental to the project and no additional 57 compensation shall be made. 58 59 RENTON GSPS 24 1 2 4 Applications for payment shall be itemized and supported to the extent required by Engineer 5 by receipts or other vouchers showing payment for materials and labor, payments to 6 subcontractors, and other such evidence of Contractor's right to payment as Engineer may 7 direct. 8 9 Contractor shall submit a progress report with each monthly request for a progress payment. 10 The progress report shall indicate the estimated percent complete for each activity listed on 11 the progress schedule (see Section 1-08.3). 12 13 1-09.9(1) Retainage 14 Section 1-09.9(1) is supplemented as follows: 15 (******) 16 The retained amount shall be released as stated in the Standard Specifications if no claims 17 have been filed against such funds as provided by law and if Owner has no unsatisfied 18 claims against Contractor. In the event claims are filed, Owner shall withhold, until such 19 claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In 20 addition, Owner shall withhold such amount as is required to satisfy any claims by Owner 21 against Contractor, until such claims have been finally settled. 22 23 Neither the final payment nor any part of the retained percentage shall become due until 24 Contractor, if requested, delivers to Owner a complete release of all liens arising out of this 25 Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so 26 far as Contractor has knowledge or information, the release and receipts include all labor 27 and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses 28 to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify 29 Owner against the lien. If any lien remains unsatisfied after all payments are made, 30 Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in 31 discharging such lien, including all costs and reasonable engineer's and attorney's fees. 32 33 1-09.11(2) Claims 34 Paragraph 5 is revised as follows: 35 (******) 36 Failure to submit with the Final Application for Payment such information and details as 37 described in this section for any claim shall operate as a waiver of the claims by the 38 Contractor as provided in Section 1-09.9. 39 40 1-09.13(3)B Procedures to Pursue Arbitration 41 Section 1-09.13(3)B is supplemented by adding: 42 (******) 43 The findings and decision of the board of arbitrators shall be final and binding on the parties, 44 unless the aggrieved party, within 10 days, challenges the findings and decision by serving 45 and filing a petition for review by the superior court of King County, Washington. The 46 grounds for the petition for review are limited to showing that the findings and decision: 47 1. Are not responsive to the questions submitted; 48 2. Is contrary to the terms of the contract or any component thereof; 49 3. Is arbitrary and/or is not based upon the applicable facts and the law 50 controlling the issues submitted to arbitration. The board of arbitrators shall support its 51 decision by setting forth in writing their findings and conclusions based on the evidence 52 adduced at any such hearing. 53 54 The arbitration shall be conducted in accordance with the statutes of the State of 55 Washington and court decisions governing such procedure. 56 57 The costs of such arbitration shall be borne equally by the City and the contractor unless it is 58 the board's majority opinion that the contractor's filing of the protest or action is capricious or 59 without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 60 RENTON GSPS 25 1 1-10 TEMPORARY TRAFFIC CONTROL 2 Section 1-10 is supplemented by adding the following: 3 (******) 4 Notifications 5 6 The Contractor shall be responsible for delivering notification twice to all properties 7 that front on, or access from, any street on which the asphalt concrete is to be 8 applied. The first notification shall be made approximately one week prior to the day 9 the work is scheduled to begin on the street and the second shall be made twenty- 10 four hours (24 hours)prior to the beginning work. 11 12 The City shall supply the Contractor with sufficient quantities of standard notification 13 forms that the Contractor shall fill out with the specific location and times for each 14 location prior to issuing the notices to fronting/accessing properties. 15 16 All work and materials associated with the notification procedures shall be incidental 17 to the contract lump sum price for "Project Temporayr Traffic Control." 18 19 On streets to be overlaid, the Contractor shall ost "No Parking" signs a minimum of 20 72 hours in advance of the work taking place. The signs shall specify the date and 21 hours that the parking restrictions will be in effect The Contractor shall assure that 22 prior approval for the parking restrictions has been obtained from the City of Renton 23 Department of Public Works Transportation Systems Division. 24 25 The Contractor shall be responsible for coordinating with the City's inspector and/or 26 Police Department if the need arises to tow any vehicles) violating a posted "No 27 Parking" sign However, the Contractor shall first make an effort to contact the 28 vehicle owner if it is likely the owner lives in the area. 29 30 Detailed Traffic control plans shall be required by the Contractor for some streets 31 prior to paving. 32 33 The Contractor shall provide and use sufficient traffic control equipment and trained 34 personnel at all times The Federal Highway Administration's Manual On Uniform 35 Traffic Control Devices for streets and highways , 2003 Edition, shall be the guideline 36 used to determine adequate traffic control. Proper traffic control and safety 37 procedure will be used during all phases of the work, to include utility adjustments. 38 ad 39 All work on this contract shall be performed between the off-peak traffic hours of 8:00 40 a.m. and 4:00 .m., unless otherwise approved by the engineer, except that the work 41 on NE 3 rd St shall be performed during the hours of 9:00 am and 3:00 pm.. 42 43 The Contractor shall at all times maintain one lane of traffic each direction on NE3 rd 44 St. 45 46 The contractor shall furnish and maintain 2 portable changeable message signs, one 47 at each end of NE 3" street. One shall be located just east of the 1-405 overpass over 48 NE 3r° Street and the other shall be located between Monroe A NE and Jefferson A 49 NE on Ale 3rd Street These variable message boards shall be in place and working 24 50 hours per day until NE 3rd Street is completely finished. The variable message signs RENTON GSPS 26 1 shall be in place and working a minimum of one week before any start of work on NE 2 Yl Street. 3 4 5 6 .. 7 1-10.1 General 8 Section 1-10.1 is supplemented by adding the following: 9 (******) 10 When the bid proposal includes an item for "Project Temporary Traffic Control," the work 11 required for this item shall be all items described in Section 1-10, including, but not limited to: 12 1. Furnishing and maintaining barricades, flashers, construction signing and other 13 channelization devices, unless a pay item is in the bid proposal for any specific ,r 14 device and the Special Provisions specify furnishing, maintaining, and payment in a 15 different manner for that device; 16 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic 17 control labor; 18 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction 19 signs and other traffic control devices; 20 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the 21 construction signs and the traffic control devices, unless a pay item is in the bid 22 proposal to specifically pay for this work; and 23 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and 24 replacing of the construction signs and the traffic control devices destroyed or 25 damaged during the life of the project. 26 6. Removing existing signs as specified or a directed by the engineer and delivering to 27 the City Shops or storing and reinstalling as directed by the Engineer. 28 7. Preparing a traffic control plan for the project and designating the person .. 29 responsible for traffic control at the work site. The traffic control plan shall include 30 descriptions of the traffic control methods and devices to be used by the prime 31 contractor, and subcontractors, shall be submitted at or before the preconstruction 32 conference, and shall be subject to review and approval of the Engineer. 33 8. Contacting police, fire, 911, and ambulance services to notify them in advance of 34 any work that will affect and traveled portion of a roadway. 35 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic 36 periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the 37 special provisions, or as directed by the Engineer. 38 10. Promptly removing or covering all nonapplicable signs during periods when they 39 are not needed. 40 41 If no bid item "Project Temporary Traffic Control" appears in the proposal then all work 42 required by these sections will be considered incidental and their cost shall be included in 43 the other items of work. 44 45 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of 46 equipment, or services which could not be usually anticipated by a prudent contractor for the 47 maintenance and protection of traffic, then a new item or items may be established to pay for 48 such items. Further limitations for consideration of payment for these items are that they are 49 not covered by other pay items in the bid proposal, they are not specified in the Special 50 Provisions as incidental, and the accumulative cost for the use of each individual 51 channelizing device, piece of equipment, or service must exceed $200 in total cost for the 52 duration of their need. In the event of disputes, the Engineer will determine what is usually 53 anticipated by a prudent contractor. The cost for these items will be by agreed price, price 54 established by the Engineer, or by force account. Additional items required as a result of the 55 contractor's modification to the traffic control plan(s) appearing in the contract shall not be 56 covered by the provisions in this paragraph. 57 .. RENTON GSPS 27 1 If the total cost of all the work under the contract increases or decreases by more than 25 2 percent, an equitable adjustment will be considered for the item "Project Temporary Traffic 3 Control" to address the increase or decrease. 4 5 Traffic control and maintenance for the safety of the traveling public on this project shall be 6 the sole responsibility of Contractor and all methods and equipment used will be subject to 7 the approval of Owner. 8 9 Traffic control devices and their use shall conform to City of Renton standards and the 10 Manual on Uniform Traffic Control Devices. 11 12 Contractor shall not proceed with any construction until proper traffic control has been 13 provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be 14 charged against Contractor's allowable contract time, and shall not be the cause for a claim 15 for extra days to complete the Work. 16 17 1-10.2(1)B Traffic Control Supervisor 18 Paragraphs 1 and 2 are revised as follows: 19 (******) 20 A TCS shall be on the project whenever traffic control labor is required or as authorized by 21 the Engineer. 22 23 The TCS shall assure that all the duties of the TCS are performed during the duration of the 24 contract. During nonwork periods, the TCS shall be able to be on the job site within a 45- 25 minute time period after notification by the Engineer. 26 27 1-10.2(2) Traffic Control Plans 28 Section 1-10.2(2) is supplemented as follows: 29 (******) 30 The Contractor shall be responsible for assuring that traffic control is installed and 31 maintained in conformance to established standards. The Contractor shall continuously 32 evaluate the operation of the traffic control plan and take prompt action to correct any 33 problems that become evident during operation. 34 35 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 36 Section 1-10.3 is supplemented as follows: 38 At the end of each working day, provisions shall be made for the safe passage of traffic and 39 pedestrians during non-working hours. 40 41 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M 42 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with 43 flashers. 44 45 1-10.3(3) Construction Signs 46 Section 1-10.3(3) paragraph 1 is revised as follows: 47 (******) 48 All signs required by the approved traffic control plan(s) as well as any other appropriate 49 signs prescribed by the Engineer, or required to conform with established standards, will be 50 furnished by the Contractor. 51 52 Section 1-10.3(3) paragraph 4 is revised as follows: 53 (******) 54 No separate pay item will be provided in the bid proposal for Class A or Class B construction 55 signs. All costs for the work to provide Class A or Class B construction signs shall be 56 included in the unit contract price for the various other items of the work in the bid proposal. 57 58 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone 59 Section 1-10.3(6) is replaced with: RENTON GSPS 28 1 The construction sometimes requires that traffic be maintained on a portion of the roadway 2 during the progress of the work using one-way piloted traffic control. If this is the case, the 3 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the - 4 other half. If, in the opinion of the Engineer, one-way piloted traffic control is necessary, it 5 shall be provided for as follows: 6 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot 7 car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished 8 by the Contractor. 9 10 1-10.4 Measurement 11 Section 1-10.4 is supplemented with: 12 (******) 13 No specific unit of measurement will apply to the lump sum item of "Traffic Control". 14 15 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief 16 flaggers. 17 18 1-10.5 Payment 19 Section 1-10.5 is replaced with: 20 (******) 21 Payment for all labor, materials, and equipment described in Section 1-10 will be made in 22 accordance with Section 1-04.1, for the following bid items when included in the proposal: 23 24 "Project Temporary Traffic Control," lump sum. 25 The lump sum contract price shall be full pay for all costs not covered by other specific pay 26 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control 27 devices required by the contract and as directed by the Engineer in conformance with 28 accepted standards and in such a manner as to maximize safety, and minimize disruption 29 and inconvenience to the public. 30 31 Progress payment for the lump sum item "Project Temporary Traffic Control" will be made as 32 follows: 33 1. When in initial warning signs for the beginning of the project and the end of 34 construction signs are installed and approved by the Engineer, 30 percent of the 35 amount bid for the item will be paid. 36 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on 37 a prorated basis in accordance with the total job progress as determined by 38 progress payments. 39 40 The item "Project Temporary Traffic Control" will be considered for an equitable adjustment 41 per Section 1-04.6 only when the total contract price increases or decreases by more than 42 25 percent. 43 44 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot 45 car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any 46 necessary flaggers will be paid under the item for traffic control. 47 48 The Lump Sum contract price shall be full pay for all costs for the labor provided for 49 performing those construction operations described in Section 1-10.3(1) and as authorized 50 by the Engineer. 51 52 The Lump Sum contract price shall be full pay for all costs for performing the work described 53 in Section 1-10.3(3). This payment will include all labor, equipment, and vehicles necessary 54 for the initial acquisition, the initial installation of Class A signs, and ultimate return of all 55 Contracting Agency-furnished signs 56 57 The Lump Sum contract price shall be full pay for all costs involved when a person performs 58 the duties described in Section 1-10.2(1)B including when performing traffic control labor 59 duties. 60 RENTON GSPS 29 1 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle - 2 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 3 4 5 1-11 RENTON SURVEYING STANDARDS 6 The following is a new section with new subsections: 8 1-11.1(1) Responsibility for surveys 9 All surveys and survey reports shall be prepared under the direct supervision of a 10 person registered to practice land surveying under the provisions of Chapter 18.43 11 RCW. 12 13 All surveys and survey reports shall be prepared in accordance with the requirements 14 established by the Board of Registration for Professional Engineers and Land Surveyors 15 under the provisions of Chapter 18.43 RCW. 16 17 1-11.1(2) Survey Datum and Precision 18 The horizontal component of all surveys shall have as its coordinate base: The North 19 American Datum of 1983/91. 20 21 All horizontal control for projects must be referenced to or in conjunction with a minimum 22 of two of the City of Renton's Survey Control Network monuments. The source of the 23 coordinate values used will be shown on the survey drawing per RCW 58.09.070. 24 25 The horizontal component of all surveys shall meet or exceed the closure requirements 26 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the 27 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail 28 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by 29 ALTA and ACSM in 1992 or comparable classification in future editions of said 30 document. The angular and linear closure and precision ratio of traverses used for 31 survey control shall be revealed on the face of the survey drawing, as shall the method 32 of adjustment. 33 34 The horizontal component of the control system for surveys using global positioning 35 system methodology shall exhibit at least 1 part in 50,000 precision in line length 36 dependent error analysis at a 95 percent confidence level and performed pursuant to 37 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined 38 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative 39 Positioning Techniques dated August 1, 1989 or comparable classification in future 40 editions of said document. 41 42 The vertical component of all surveys shall be based on NAVD 1988, the North 43 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey 44 Control Network benchmarks. If there are two such benchmarks within 3000 feet of the 45 project site a tie to both shall be made. The benchmark(s) used will be shown on the 46 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one 47 must be set on or near the project in a permanent manner that will remain intact 48 throughout the duration of the project. Source of elevations (benchmark) will be shown 49 on the drawing, as well as a description of any bench marks established. 50 51 1-11.1(3) Subdivision Information 52 Those surveys dependent on section subdivision shall reveal the controlling monuments 53 used and the subdivision of the applicable quarter section. 54 55 Those surveys dependent on retracement of a plat or short plat shall reveal the 56 controlling monuments, measurements, and methodology used in that retracement. 57 RENTON GSPS 30 1 1-11.1(4)Field Notes 2 Field notes shall be kept in conventional format in a standard bound field book with 3 waterproof pages. In cases where an electronic data collector is used field notes must 4 also be kept with a sketch and a record of control and base line traverses describing 5 station occupations and what measurements were made at each point. 6 7 Every point located or set shall be identified by a number and a description. Point 8 numbers shall be unique within a complete job. The preferred method of point 9 numbering is field notebook, page and point set on that page. Example: The first point 10 set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, 11 the second point would be 348.16.02, etc. 12 13 Upon completion of a City of Renton project, either the field notebook(s) provided by the 14 City or the original field notebook(s) used by the surveyor will be given to the City. For 15 all other work, surveyors will provide a copy of the notes to the City upon request. In 16 those cases where an electronic data collector is used, a hard copy print out in ASCII 17 text format will accompany the field notes. 18 19 1-11.1(5) Corners and Monuments 20 Corner A point on a land boundary, at the juncture of two or more boundary lines. A 21 monument is usually set at such points to physically reference a corner's location on the 22 ground. 23 24 Monument Any physical object or structure of record which marks or accurately 25 references: 26 27 A corner or other survey point established by or under the supervision of an 28 individual per section 1-11.1(1) and any corner or monument established by the 29 General Land Office and its successor the Bureau of Land Management including 30 section subdivision corners down to and including one-sixteenth corners; and 31 Any permanently monumented boundary, right of way alignment, or horizontal 32 and vertical control points established by any governmental agency or private w 33 surveyor including street intersections but excluding dependent interior lot 34 corners. 35 36 1-11.1(6) Control or Base Line Survey 37 Control or Base Line Surveys shall be established for all construction projects that will 38 create permanent structures such as roads, sidewalks, bridges, utility lines or 39 appurtenances, signal or light poles, or any non-single family building. Control or Base 40 Line Surveys shall consist of such number of permanent monuments as are required 41 such that every structure may be observed for staking or "as-builting" while occupying 42 one such monument and sighting another such monument. A minimum of two of these 43 permanent monuments shall be existing monuments, recognized and on record with the 44 City of Renton. The Control or Base Line Survey shall occupy each monument in turn, 45 and shall satisfy all applicable requirements of Section 1-11.1 herein. 46 47 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate 48 scale. North orientation should be clearly presented and the scale shown graphically as 49 well as noted. The drawing must be of such quality that a reduction thereof to one-half 50 original scale remains legible. 51 52 If recording of the survey with the King County Recorder is required, it will be prepared 53 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. 54 A photographic mylar of the drawing will be submitted to the City of Renton and, upon 55 their review and acceptance per the specific requirements of the project, the original will 56 be recorded with the King County Recorder. 57 58 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch 59 mylar, and the original or a photographic mylar thereof will be submitted to the City of 60 Renton. RENTON GSPS 31 1 .. 2 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and 3 shall conform to the City of Renton's Drafting Standards. American Public Works 4 Association symbols shall be used whenever possible, and a legend shall identify all 5 symbols used if each point marked by a symbol is not described at each use. 6 7 An electronic listing of all principal points shown on the drawing shall be submitted with 8 each drawing. The listing should include the point number designation (corresponding 9 with that in the field notes), a brief description of the point, and northing, easting, and 10 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 11 12 1-11.1(7) Precision Levels 13 Vertical Surveys for the establishment of bench marks shall satisfy all applicable 14 requirements of section 1-05 and 1-11.1. 15 16 Vertical surveys for the establishment of bench marks shall meet or exceed the 17 standards, specifications and procedures of third order elevation accuracy established 18 by the Federal Geodetic Control Committee. 19 20 Bench marks must possess both permanence and vertical stability. Descriptions of 21 bench marks must be complete to insure both recoverablilty and positive identification 22 on recovery. 23 24 1-11.1(8) Radial and Station -- Offset Topography 25 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. 26 27 All points occupied or back sighted in developing radial topography or establishing 28 baselines for station -- offset topography shall meet the requirements of section 1-11.1 29 herein. 30 31 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall 32 be observed for all topographic surveys. 33 34 1-11.1(9) Radial Topography 35 Elevations for the points occupied or back sighted in a radial topographic survey shall 36 be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or 37 Federal Geodetic Control Committee third order elevation accuracy specifications, OR 38 2) trigonometric leveling with elevation differences determined in at least two directions 39 for each point and with misclosure of the circuit not to exceed 0.1 feet. 40 41 1-11.1(10) Station--Offset Topography 42 Elevations of the baseline and topographic points shall be determined by spirit leveling 43 and shall satisfy Federal Geodetic Control Committee specifications as to the turn 44 points and shall not exceed 0.1 foot's error as to side shots. 45 46 1-11.1(11) As-Built Survey 47 All improvements required to be "as-built" (post construction survey) per City of Renton 48 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be 49 located both horizontally and vertically by a Radial survey or by a Station offset survey. 50 The "as-built" survey must be based on the same base line or control survey used for 51 the construction staking survey for the improvements being "as-built". The "as-built" 52 survey for all subsurface improvements should occur prior to backfilling. Close 53 cooperation between the installing contractor and the "as-builting" surveyor is therefore 54 required. 55 56 All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall 57 be based upon control or base line surveys made in conformance with these 58 Specifications. 59 RENTON GSPS 32 1 The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and 2 submitted with stamped and signed "as-built" drawings which includes a statement 3 certifying the accuracy of the "as built". 4 5 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall 6 be observed for all "as-built" surveys. 7 - 8 1-11.1(12) Monument Setting and Referencing 9 All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat 10 or other recorded survey shall be referenced by a permanent marker at the corner point 11 per 1-11.2(1). In situations where such markers are impractical or in danger of being 12 destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, 13 this will be the extension of the lot line to a tack in lead in the curb. The relationship 14 between the witness monuments and their respective corners shall be shown or 15 described on the face of the plat or survey of record, e.g., "Tacks in lead on the 16 extension of the lot side lines have been set in the curbs on the extension of said line 17 with the curb." In all other cases the corner shall meet the requirements of section 1- 18 11.2(1) herein. 19 20 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of 21 section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way 22 or other area, the monument shall be set below the ground surface and contained within 23 a lidded case kept separate from the monument and flush with the pavement surface, 24 per section 1-11.2(3). 25 26 In the case of right of way centerline monuments all points of curvature (PC), points of 27 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point 28 of intersection, PI, for the tangents of a curve fall within the paved portion of the right of 29 way, a monument can be set at the PI instead of the PC and PT of the curve. 30 31 For all non corner monuments set while under contract to the City of Renton or as part 32 of a City of Renton approved subdivision of property, a City of Renton Monument Card 33 (furnished by the city) identifying the monument; point of intersection (PI), point of 34 tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street 35 intersection, etc., complete with a description of the monument, a minimum of two 36 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out 37 and filed with the city. 38 39 1-11.2 Materials 40 41 1-11.2(1) Property/Lot Corners 42 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch 43 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and 44 permanently marked or tagged with the surveyor's identification number. The specific 45 nature of the marker used can be determined by the surveyor at the time of installation. 46 47 1-11.2(2) Monuments 48 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton 49 Standard Plans page H031 and permanently marked or tagged with the surveyor's 50 identification number. 51 52 1-11.2(3) Monument Case and Cover 53 Materials shall meet the requirements of section 9-22 and City of Renton Standard 54 Plans page H031. 55 56 57 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 58 Section 2-02 is revised supplemented as follows: RENTON GSPS 33 1 General Requirements 2 3 The Contractor shall remove all plastic traffic buttons and all thermoplastic markings 4 from the roadway surface and area must be swept clean prior to application of the tack 5 coat for overlay. 6 7 8 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 9 Section 2-02.3(3) is revised and supplemented as follows: 11 Item "1." Is revised as follows: 12 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul 13 broken-up pieces to some off-project site. 14 15 The section is supplemented as follows: 16 When an area where pavement, sidewalk, or driveway has been removed is to be 17 opened to traffic before pavement patching has been completed, temporary mix asphalt 18 concrete patch shall be required. Temporary patching shall be placed to a minimum 19 depth of 2 inches immediately after backfilling and compaction are complete, and before 20 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion 21 of the Engineer. 22 23 Section 2-02.4 replaces the existing vacant section: 24 ****** 25 -02. Measurement 26 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear 27 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for 28 separate payment, but shall be included in other items of Work. 29 30 2-02.5 Payment 31 Section 2-02.5 is supplemented by adding: 32 (******) 33 The removal and disposal of plastic traffic buttons and thermoplastic markings shall be 34 considered incidental to the project and no additional compensation shall be made. 35 36 37 "Saw Cutting", per Lineal Foot. 38 "Remove Sidewalk", per Square Yard. 39 "Remove Curb and Gutter", per Lineal Foot. 40 "Remove Asphalt Concrete Pavement," per square yard. 41 "Remove Cement Concrete pavement," per square yard. 42 "Remove existing ," per 43 44 All costs related to the removal and disposal of structures and obstructions including saw 45 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and 46 included in other items unless designated as specific bid items in the proposal. If pavements, 47 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay 48 items, their removal will be paid for as part of the quantity removed in excavation. If they are 49 mentioned as a separate item in the proposal, they will be measured and paid for as 50 provided under Section 2-02.5, and will not be included in the quantity calculated for 51 excavation. 52 53 5-04 HOT MIX ASPHALT 54 5-04.3(5) Conditioning of Existing Surface 55 56 Section 5-04.3(5) is supplemented by adding: 57 (******) RENTON GSPS 34 1 2 The Contractor shall maintain existing surface contour during overlay, unless 3 otherwise instructed by City en, ineer. 4 5 Some streets may require some pre-leveling at the discretion of the City's inspector. 6 7 "Thickened edges"maybe required on some streets 8 9 5-04.3(5)A Preparation of Existing Surfaces 10 Section 5-04.3(5)A is supplemented by adding_ 12 13 The Contractor shall provide their own mechanical sweeping equipment. The 14 sweeper will be on the project prior to the start of paving to insure the streets to be 15 paved are clean before the tack coat is applied The sweeper will keep the streets 16 clean ahead of the paving machine and clean the streets behind the empty trucks that 17 have dumped their loads into the paving machine The sweeper must sweep all 18 streets made dirty by the Contractor's equipment. if the paving machine is "walked" 19 from one site to another, the sweeper must sweep up behind the paving machine 20 The sweeper shall not leave the overlay site until given permission by the City's 21 inspector. 22 23 All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP 24 from sticking to the lids. Diesel shall not be used After the application of soap catch 25 basins must be covered to prevent tack and ACP from getting into catch basin 26 27 Preparation of existing surface shall be done as outlined in this section and a tack 28 coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard Payment for 29 preparation of the surface and application of the tack coat shall be considered 30 incidental to the paving and no separate payment shall be made. 31 32 All overlay ends and edges shall be sealed within five days following the completion 33 of the overlay. 34 35 The Contractor shall locate all utilities for access immediately after overlay and mark 36 the location by means of painting a circle around the location and scooping a portion 37 of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utilit 38 location. 39 40 The Contractor shall locate and completely expose gas and water valves for access 41 immediately after final rolling 42 43 The day following the start of application of ACP utility adjustments must begin The 44 Contractor shall have an adjustment crew adjusting utilities every workable working 45 day until adjustments are complete. 46 47 During the adjustment of any utility, existing concrete bricks or grouting material that 48 has been broken or cracked shall be removed and replaced at the Contractor's 49 expense. 50 51 Utility adjustment shall be made per contract with respect to materials and methods 52 except for revisions approved in the field by the City engineer. RENTON GSPS 35 1 2 Utility patches shall be sealed weekly. 3 4 Utility adjustments must be completed 15 working days after overlay is complete, and 5 within the specified working days. 6 7 Payment for utility adjustments includes all labor, materials, tools, and equipment 8 necessary to complete the adjustments (including asphalt concrete pavementj. 9 10 11 5-04.3(7)A Mix Design 12 Item 2 is deleted and replaced with: 13 (*****) 14 15 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification 16 that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 17 03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. 18 Verification of the mix design by the Contracting Agency is not needed. The Project 19 Engineer will determine anti-strip requirements for the HMA. 20 21 The mix design will be the initial job mix formula (JMF) for the class of mix. 22 Any additional adjustments to the JMF will require the approval of the Project 23 Engineer and may be made per Section 9-03.8(7). 24 25 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 26 Item 1 is deleted and replaced with: 27 (*****) 28 29 1. General. Acceptance of HMA shall be as provided under nonstatistical or 30 commercial evaluation. 31 32 Nonstatistical evaluation will be used for the acceptance of HMA 33 34 Commercial evaluation will be used for Commercial HMA and for other classes of 35 HMA in the following applications: sidewalks, road approaches, ditches, slopes, 36 paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications 37 as approved by the Project Engineer. Sampling and testing of HMA accepted by 38 commercial evaluation will be at the option of the Engineer. The proposal quantity of 39 HMA that is accepted by commercial evaluation will be excluded from the quantities 40 used in the determination of nonstatistical evaluation. 41 42 Item 7 is deleted 43 44 5-04.3(9) Spreading and finishing 45 Section 5-04.3(5) is supplemented by adding_ 46 (*****) 47 48 The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a± 2" 49 per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a 50 line as a guide. 51 RENTON GSPS 36 1 During overlay procedure, driveways and connecting streets shall be tied to new mat by 2 means of adding additional material and "FEATHERING" the edge. All material raked off 3 shall be removed from site. 4 5 6 5-04.3(14) Planing Bituminous Pavement 7 8 5-04.3(14) is supplemented with the following: 9 (*****) 10 11 Areas for cold-planing will be marked out by the Engineer in the field and also shown typical 12 in the standard plan. 13 14 Ne 3r6 Street shall be ground down 4"and repaved with 3"of HMA using 2 each 1 V2 " 15 lifts. 16 17 On NE 3 rd Street, whatever is ground out shall be paved back in the same shift 18 un less otherwise approved by the City. 19 20 On NE 3rd Street, the entire Street shall be ground down four inches including the 21 intersection at Jefferson. Prior to grinding, all utility castings shall be removed and 22 replaced with steel plates a minimum of 4" deep Removal of castings and installing 23 the steel plates shall be incidental to item # 6, Schedule B REMOVING ASPHALT 24 CONCRETE PAVEMENT BY COLD PLANING-4"DEEP. 25 Most of the gutters on NE 3'd have been overlaid with 2 +/- inches of ACP. This ACP 26 shall be removed without damage to the gutter or the curb. 27 28 On Houser Way South and on S 2"d Street the existinq ACP overlay and up to 1" of 29 concrete pavement shall be removed by grinding in order to regain a flatter profile. 30 31 On Houser Way South, the Contractor shall not damage the railroad concrete 32 crossing panels. 33 34 5-04.5(1)A Price Adjustments for Quality of HMA 35 Section is deleted and replaced with: 36 (*****) 37 Statistical analysis of quality of gradation and asphalt content will be performed 38 based on Section 1-06.2 using the following price adjustment factors: 39 Table of Price Adjustment Factors 40 Constituent Factor "f" 41 All aggregate passing: 1 1/2", 1", 3/", 42 '/2", 3/8" and No. 4 sieves 2 43 All aggregate passing No. 8, No 16, 44 No. 30, No. 50, No. 100 3 45 All aggregate passing No. 200 sieve 20 46 Asphalt binder 52 47 48 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of 49 HMA and for the asphalt binder. 50 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical 51 Evaluation and having all constituents falling within the tolerance limits of the RENTON GSPS 37 1 job mix formula shall be accepted at the unit contract price with no further 2 evaluation. When one or more constituents fall outside the nonstatistical 3 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in 4 accordance with Section 1-06.2 to determine the appropriate CPF. The 5 nonstatistical tolerance limits will be used in the calculation of the CPF and 6 the maximum CPF shall be 1.00. When less than three sublots exist, backup 7 samples of the existing sublots or samples from the street shall be tested to 8 provide a minimum of three sets of results for evaluation. 9 2. Commercial Evaluation. If sampled and tested, HMA produced under 10 Commercial Evaluation and having all constituents falling within the tolerance 11 limits of the job mix formula shall be accepted at the unit contract price with 12 no further evaluation. When one or more constituents fall outside the 13 commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be 14 evaluated to determine the appropriate CPF. The commercial tolerance limits 15 will be used in the calculation of the CPF and the maximum CPF shall be 16 1.00. When less than three sublots exist, backup samples of the existing 17 sublots or samples from the street shall be tested to provide a minimum of 18 three sets of results for evaluation. 19 20 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when 21 the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be 22 determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 23 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the 24 NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 25 26 If a constituent is not measured in accordance with these Specifications, its individual pay 27 factor will be considered 1.00 in calculating the composite pay factor. 28 29 5-04.5(1)A Price Adjustments for Quality of HMA Compaction 30 Section is deleted and replaced with: 31 (*****) 32 The maximum CPF of a compaction lot is 1.00 33 34 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 35 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference 36 of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be 37 calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit 38 contract price per ton of the mix. 39 40 41 7-05 MANHOLES, INLETS, AND CATCH BASINS 42 43 7-05.3 Construction Requirements 44 45 46 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 47 Section 7-05.3(1) is replaced with: 48 (******) 49 Where shown in the Plans or where directed by the Engineer, the existing manholes, 50 catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated 51 by the Engineer. 52 RENTON GSPS 38 1 The existing cast iron ring and cover on manholes and the catch basin frame and grate 2 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From 3 that point, the existing structure shall be raised or lowered to the required elevation. 4 5 The Contractor shall construct manholes so as to provide adjustment space for setting 6 cover and casting to a finished grade as shown on the construction plans, Manhole ring 7 and covers shall be adjusted to the finished elevations per standard detail BR29, SP 8 Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall 9 be adjusted to 6" above grade. 10 11 In unpaved streets: Manholes, catch basins and similar structures in areas to be 12 surfaced with crushed rock or gravel shall be constructed to a point approximately eight 13 inches below the subgrade and covered with a temporary wood cover. Existing 14 manholes shall be cut off and covered in a similar manner. The contractor shall 15 carefully reference each manhole so that they may be easily found upon completion of 16 the street work. After placing the gravel or crushed stone surfacing, the manholes and 17 manhole castings shall be constructed to the finished grade of the roadway surface. 18 Excavation necessary for bringing manholes to grade shall center about the manhole 19 and be held to the minimum area necessary. At the completion of the manhole 20 adjustment, the void around the manhole shall be backfilled with materials which result 21 in the section required on the typical roadway section, and be thoroughly compacted. 22 23 In cement concrete pavement: Manholes, catch basins and similar structures shall be 24 constructed and adjusted in the same manner as outlined above except that the final 25 adjustment shall be made and cast iron frame be set after forms have been placed and M 26 checked. In placing the concrete pavement, extreme care shall be taken not to alter the 27 position of the casting in any way. 28 29 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is 30 completed, at which time the center of each manhole shall be carefully relocated from 31 references previously established by the contractor. The pavement shall be cut in a 32 restricted area and base material be removed to permit removal of the cover. The 33 manhole shall then be brought to proper grade utilizing the same methods of 34 construction as for the manhole itself. The cast iron frame shall be placed on the 35 concrete blocks and wedged up to the desired grade. The asphalt concrete pavement 36 shall be cut and removed to a neat circle, the diameter of which shall be equal to the 37 outside diameter of the cast iron frame plus two feet. The base materials and crushed 38 rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall 39 be placed so that the entire volume of the excavation is replaced up to within but not to 40 exceed 2 inches of the finished pavement surface. On the day following placement of 41 the concrete, the edge of the asphalt concrete pavement, and the outer edge of the 42 casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be 43 placed and compacted with hand tampers and a patching roller. The complete patch 44 shall match the existing paved surface for texture, density, and uniformity of grade. The 45 joint between the patch and the existing pavement shall then be carefully painted with 46 hot asphalt cement or asphalt emulsion and shall be immediately covered with dry 47 paving sand before the asphalt cement solidifies. The inside throat of the manhole shall 48 be thoroughly mortared and plastered. 49 50 Adjustment of inlets: The final alignment and grade of cast iron frames for new and old 51 inlets to be adjusted to grade will be established from the forms or adjacent pavement 52 surfaces. The final adjustment of the top of the inlet will be performed in similar manner 53 to the above for manholes. On asphalt concrete paving projects using curb and gutter 54 section, that portion of the cast iron frame not embedded in the gutter section shall be 55 solidly embedded in concrete also. The concrete shall extend a minimum of six inches 56 beyond the edge of the casting and shall be left 2 inches below the top of the frame so 57 that the wearing course of asphalt concrete pavement will butt the cast iron frame. The 58 existing concrete pavement and edge of the casting shall be painted with hot asphalt 59 cement. Adjustments in the inlet structure shall be constructed in the same manner and RENTON GSPS 39 1 of the same material as that required for new inlets. The inside of the inlets shall be _. 2 mortared and plastered. 3 4 Monuments and cast iron frame and cover: Monuments and monument castings shall a. 5 be adjusted to grade in the same manner as for manholes. 6 7 Valve box castings: Adjustments of valve box castings shall be made in the same 8 manner as for manholes. 9 10 11 7-05.4 Measurement 12 Section 7-05.4 is revised and supplemented as follows: 13 (******) 14 Manholes will be measured per each. Measurement of manhole heights for payment 15 purposes will be the distance from finished rim elevation to the invert of the lowest outlet 16 pipe. 17 18 Adjustments of new structures and miscellaneous items such as valve boxes shall be 19 considered incidental to the unit contract price of the new item and no further compensation 20 shall be made. 21 22 Adjustment of existing structures and miscellaneous items such as valve boxes shall be 23 measured by "Adjust Existing ," per each, which shall be full pay for all labor and 24 materials including all concrete for the completed adjustment in accordance with Section 7- 25 05.3(1) and the City of Renton Standard Details. 26 27 Connection to existing pipes and structures shall be measured per each. 28 29 7-05.5 Payment 30 Section 7-05.5 is supplemented as follows: 31 (******) 32 "Adjust Existing ," per each. 33 The unit contract price per each for "Adjust Existing shall be full pay for all costs 34 necessary to make the adjustment including restoration of adjacent areas in a manner 35 acceptable to the Engineer. 36 37 If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in 38 the schedule of prices then the work will be considered incidental and its cost should be 39 included in the cost of the pipe. 40 41 "Connect to Existing Catch Basin," per each. 42 43 "Connect Structure to existing pipe," per each. 44 45 The bid items for Puget Sound Energy gas valves and Qwest manholes shall include 46 mobilization and traffic control. The contractor shall bill Puget Sound Energy and 47 Qwest directly. 48 49 8-09 RAISED PAVEMENT MARKERS 50 51 8-09.5 Payment 52 Section 8-09.5 has been revised as follows: 53 (******) 54 Payment will be made for each of the following bid items that are included in the proposal: 55 "Raised Pavement Marker Type 1", per each. 56 "Raised Pavement Marker Type 2", per each. 57 "Raised Pavement Marker Type 3- In.", per each. 58 "Recessed Pavement Marker", per each. RENTON GSPS 40 1 The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement 2 Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed 3 Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for 4 furnishing and installing the markers in accordance with these Specifications including all 5 cost involved with traffic control unless traffic control is listed in the contract as a separate 6 pay item. 7 8 9 8-14 CEMENT CONCRETE SIDEWALKS 10 8-14.3(3) Placing and Finishing Concrete 11 Section 8-14.3(4) is supplemented by adding the following: 12 (******) 13 14 On newly placed sidewalk ramps the detectable warning pattern shall be 15 achieved by a cast-in-place material and installed before the concrete has cured 16 The material and methods of detectable warning pattern placement is subject to 17 the engineer's approval. 18 19 On streets with concrete work the curb and gutter and/or curb ramps shall be 20 installed before the street is overlaid. 21 22 8-14.3(4) Curing 23 Section 8-14.3(4) is replaced with: 24 (******) 25 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard 26 Specifications shall prevail, except that white pigmented curing compound shall not be 27 used on sidewalks. The curing agent shall be applied immediately after brushing and 28 be maintained for a period of 5 days. 29 30 The Contractor shall have readily available sufficient protective covering, such as 31 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of 32 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian 33 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional 34 time as the Engineer may specify. 35 36 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 37 the newly placed concrete to prevent damage. Damaged, vandalized, discolored, 38 stained, or unsightly concrete shall be removed and replaced at the expense of the 39 Contractor. 40 41 8-14.3(5) Ramp Detectable Warning Retrofit 42 43 On the existing curb ramps the Contractor shall install preformed detectable 44 warnings approved by the engineer. 45 46 47 8-14.4 Measurement 48 Section 8-14.4 is supplemented by adding the following: 49 (******) 50 When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each 51 measurement shall include all costs for the complete installation per the plans and standard 52 details including expansion joint material, curb and gutter and ramped sidewalk section. 53 Sawcutting, removal and disposal of excavated materials including existing pavement and 54 sidewalk, crushed surfacing base materials and all other work, materials and equipment 55 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement 56 Concrete". 57 RENTON GSPS 41 1 8-14.5 Payment 2 Section 8-14.5 is supplemented by adding the following: 3 (******) 4 "Curb Ramp, Cement Concrete," per each. 5 6 7 8-20.3(14) Signal Systems 8 9 8-20.3(14)C Induction Loop Vehicle Detectors 10 Section 8-20.3(14)C is revised as follows: 11 11. Install sealant per Section 9-02.1(10). 12 13 8-20.3(14)D Test for Induction Loops and Lead-in Cable 14 Section 8-20.3(14)D is supplemented by adding the following: 15 (******) 16 The Contractor shall keep records of field testing and shall furnish the engineer with 17 a copy of the results. 18 19 20 8-22 PAVEMENT MARKING 21 22 8-22.1 Description 23 The following item in Section 8-22.1 is revised as follows: 24 (******) 25 Crosswalk Stripe 26 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk 27 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 28 center of lanes. See detail sheet. 29 30 Skip Center Line (Replacement) 31 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 32 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center 33 line delineation on two-lane or three-lane, two-way highways. 34 35 Double Yellow Center Line (Replacement) 36 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow 37 center stripe is used as center line delineation on multilane, two-way highways and for 38 channelization. 39 40 Approach Line (New) 41 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from 42 through movements, to separate high occupancy vehicle lanes from general purpose lanes, 43 for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45- 44 degree angle and 10 feet apart. 45 46 Lane Line (Replacement) 47 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the 48 same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 49 9-foot line and a 15-foot gap. 50 51 Two Way Left Turn Line (Replacement) 52 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, 53 separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit 54 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of 55 the broken line in the direction of travel. 56 57 Crosswalk Line (Replacement) RENTON GSPS 42 1 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk 2 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 3 center of lanes. See detail sheet. 4 5 Stop Line (Replacement) 6 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 7 8 8-22.3(5) Installation Instructions 9 Section 8-22.3(5) is revised as follows: 11 A manufacturer's technical representative need not be present at the initial material 12 installation to approve the installation procedure. 13 14 8-22.5 Payment 15 Section 8-22.5 is supplemented as follows: 16 (******) 17 "Approach Stripe," per linear foot. 18 19 "Remove Paint Line ....." wide," per linear foot.* 20 21 "Remove Plastic Line ........ Wide," per linear foot.* 22 23 "Remove existing traffic markings, "per lump sum.* 24 25 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the 26 lump sum contract price for "Remove existing traffic markings" shall be full compensation for 27 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic 28 markings as per the plans, specifications and detail sheets. If these pay items do not appear 29 in the contract schedule of prices, then the removal of old or conflicting traffic markings 30 required to complete the channelization of the project as shown on the plans or detail sheets 31 shall be considered incidental to other items in the contract and no further compensation 32 shall be made. 33 34 8-23 TEMPORARY PAVEMENT MARKINGS 35 36 8-23.5 Payment 37 Section 8-23.5 is supplemented with the following: 38 (******) 39 If no pay item is included in the contract for installation or for removal of temporary pavement 40 markings then all costs associated with these items are considered incidental to other items 41 in the contract or included under "Traffic Control," if that item is included as a bid item. 42 43 9-02 BITUMINOUS MATERIALS 44 Section 9-02.1(10) is a new section: 45 (******) 46 9-02.1(10) Loop Sealant(RC) 47 Unless specified otherwise in the contract or permitted by the Engineer upon request from 48 the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop 49 Detector Sealant or approved equal), shall meet the penetration, flow and resilience 50 specifications of ASTM D3407. 51 52 The Contractor shall request and obtain approval from the Engineer for the type of loop 53 sealant to be used before installing detector loops and shall submit manufacturer cutsheets 54 or other data if requested by the Engineer in order to enable the Engineer to determine the 55 acceptability of the sealant. 56 57 (January 5, 2004) 58 RENTON GSPS 43 1 9-03.8(7) HMA Tolerances and Adjustments 2 Item 1 is deleted and replaced with: 3 (****) 4 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 5 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the 6 following tolerances: 7 Nonstatistical Commercial 8 Evaluation Evaluation 9 Aggregate, percent passing 10 1", 3/4", 'h", and 3/8" sieves ±6% ±8% 11 U.S. No. 4 sieve ±6% +8% 12 U.S. No. 8 sieve ±6% ±8% 13 U.S. No. 16 sieve ±4% ±6% 14 U.S. No. 30 sieve ±4% ±6% 15 U.S. No. 50 sieve ±4% ±6% 16 U.S. No. 100 sieve ±3% ±5% 17 U.S. No. 200 sieve 2.0% ±3.0% 18 Asphalt Binder ±0.5% ±0.7% 19 20 VMA 1.5% below minimum value in 9-03.8(2) 21 VFA min. and max. as listed in 9-03.8(2) 22 Va 2.5% minimum and 5.5% maximum 23 24 These tolerance limits constitute the allowable limits as described in Section 1-06.2. 25 The tolerance limit for aggregate shall not exceed the limits of the control points section, 26 except the tolerance limits for sieves designated as 100% passing will be 99-100. 27 28 29 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 30 31 9-23.9 Fly Ash (RC) 32 Section 9-23.9 is revised as follows: 33 (******) 34 Fly ash shall not be used around water lines. 35 36 37 38 RENTON GSPS 44 or CITY OF RENTON 2008 STREET OVERLAY WITH CURB RAMPS CONTRACT DOCUMENTS +rr r AMENDMENTS TO THE STANDARD SPECIFICATIONS to to W. go iw to g ow o No so „w 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard , ► 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 0W 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 AW 36 1-04.6 Variation in Estimated Quantities 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: we 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 60 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL 40 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: aw 1 +war 2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 3 Approval (ASA) Database, or the Request for Approval of Material (RAM)form. 4 5 Number 1 under the second paragraph is revised to read: 6 7 1. Shall be new, unless the Special Provisions or Standard Specifications permit wu 8 otherwise; 9 10 1-06.1(1) Qualified Products List(QPL) 11 This section is supplemented with the following: 12 13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPUQPL.cfm 14 15 The following new sub-section is inserted to follow 1-06.1(2). 16 17 1-06.9(3) Aggregate Source Approval(ASA) Database 18 The ASA is a database containing the results of WSDOT preliminary testing of 19 aggregate sources. This database is used by the Contracting Agency to indicate the 20 approval status of these aggregate sources for applications that require preliminary 21 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 22 identifies the currently approved applications for each aggregate source listed. The 23 acceptance and use of these aggregates is contingent upon additional job sampling 24 and/or documentation. 25 26 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' 27 not conforming to the specifications, not fulfilling the acceptance requirements, or 28 improperly handled or installed, shall be replaced at the Contractor's expense. 29 30 For questions regarding the approval status of an aggregate source, contact the 31 WSDOT Regional Materials Engineer for the Region the source is located in. The 32 Contracting Agency reserves the right to make revisions to the ASA database at 33 anytime. 34 35 If there is a conflict between the ASA database and the contract, then the contract shall 36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 37 database can be accessed on-line at www.wsdot.wa.aov/biz/mats/ASA 38 w ru w 1 1-06.2(2)D Quality Level Analysis 2 Item�9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor(CPF)for each lot. 5 6 Mw 7 CPF = f1(PF1) + f2(PF2) +•••+ fi(PR) Ef1 �. 9 i = 1 toj 10 11 where: fi= price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 15 16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 17 April 2, 2007 18 1-07.9(1) General 19 The fifth paragraph is revised to read: 20 21 If employing labor in a class not listed in the contract provisions on state funded projects 22 only, the Contractor shall request a determination of the correct wage and benefits rate 23 for that class and locality from the Industrial Statistician, Washington State Department 24 of Labor and Industries (State L&I), and provide a copy of those determinations to the 25 Engineer. 26 27 The fifth paragraph is supplemented with the following new paragraph: 28 29 If employing labor in a class not listed in the contract provisions on federally funded 30 projects, the Contractor shall request a determination of the correct wage and benefits 31 for that class and locality from the U. S. Secretary of Labor through the project 32 engineer's office. Generally, the Contractor initiates the request by preparing Standard 33 Form 1444 Request for Authorization of Additional Classification and Rate, available at 34 hftr)://www.wdol-oov/docs/Sfl444.odf, and submitting it to the Project Engineers' office 35 for further action. 36 37 1-07.10 Worker's Benefits 38 The fourth paragraph is revised to read: 39 40 The Public Works Contract Division of the Washington State Department of Labor and 41 Industries will provide the Contractor with applicable industrial insurance and medical ' 42 aid classification and premium rates. After receipt of Revenue Release from the 43 Washington State Department of Revenue, the contracting agency will verify through the 44 Department of Labor and. Industries that the Contractor is current with respect to the r 45 payments of industrial insurance and medical aid premiums. 46 47 1-07.15 Temporary Water Pollution/Erosion Control 48 The first paragraph is revised to read: VW 2 In an effort to prevent, control, and stop water pollution and erosion within the project, 3 thereby protecting the work, nearby land, streams, and other bodies of water, the 4 Contractor shall perform all work in strict accordance with all Federal, State, and local 5 laws and regulations governing waters of the State, as well as permits acquired for the 6 project. 7 ,w 8 1-07.17 Utilities and Similar Facilities 9 This section is revised to read: 10 11 The Contractor shall protect all private and public utilities from damage resulting from 12 the Work. Among others, these utilities include: telephone, telegraph, and power lines; 13 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting rr 14 and signing systems. All costs required to protect public and private utilities shall be at 15 the Contractor's expense, except as provided otherwise in this section. 16 17 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground 18 utilities. In accordance with this RCW, the Contractor shall call the One-Number 19 Locator Service for field location of utilities. If no locator service is available for the 20 area, notice shall be provided individually to those owners of utilities known to, or 21 suspected of, having underground facilities within the area of the proposed excavation. 22 23 This section is supplemented with the following two new sub-sections: ++ 24 25 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 26 If the Work requires removing or relocating a utility, the contract will assign the task to sir 27 the Contractor or the utility owner. When the task is assigned to the Contractor it shall 28 be performed in accordance with the Plans and Special Provisions. New utility 29 construction shall be performed according to the appropriate contract requirements. 30 31 To ease or streamline the Work for its own convenience, the Contractor may desire to 32 ask utility owners to move, remove, or alter their equipment in ways other than those 33 listed in the Plans or Special Provisions. The Contractor shall make the arrangements 34 and pay all costs that arise from work performed by the utility owner at the Contractor's 35 request. Two weeks prior to implementing any such utility work, the Contractor shall 36 submit plans and details to the Engineer for approval describing the scope and schedule ■" 37 of all work performed at the Contractors request by the utility owner. 38 39 In some cases, the Plans or special provisions may not show all underground facilities. 40 If the Work requires these to be moved or protected, the Engineer will assign the task to 41 others or issue a written change order requiring the Contractor to do so as provided in 42 Section 1-04.4. 43 44 1-07.17(2) Utility Construction, Removal or Relocation by Others 45 Any authorized agent of the Contracting Agency or utility owners may enter the highway 46 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 47 cooperate with such efforts and shall avoid creating delays or hindrances to those doing 48 the work. As needed, the Contractor shall arrange to coordinate work schedules. 49 50 If the contract provides notice that utilities will be adjusted, relocated, replaced, or 51 constructed by others during the prosecution of the work, the Special Provisions will 52 establish the utility owners anticipated completion. The Contractor shall carry out the wr r go 1 Work in a way that will minimize interference and delay for all forces involved. Any 2 costs incurred prior to the utility owners anticipated completion (or if no completion is 3 specified, within a reasonable period of time) that results from the coordination and fm 4 prosecution of the Work regarding utility adjustment, relocation, replacement, or 5 construction shall be at the Contractor's expense as provided in Section 1-05.14. 6 ,,,,,, 7 When others delay the Work through late removal or relocation of any utility or similar 8 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The 9 Contracting Agency will either suspend Work according to Section 1-08.6, or order the ""` 10 Contractor to coordinate the Work with the work of the utility owner in accordance with 11 Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, 12 the Contractor shall prosecute the Work in a way that will minimize interference and 13 delay for all forces involved. m. 14 15 SECTION 1-08, PROSECUTION AND PROGRESS 16 December 4, 2006 17 1-08.1 Subcontracting 18 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 19 funds and Federal assistance ...) is supplemented with the following: 20 21 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Ww 22 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 23 Agency funded only contracts to the contracting agency on a monthly basis using the 24 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 25 located at hilp://www.omwbe-wa-gov/bizwebatwashington. Use of CMATS will become a 26 requirement for all contractors effective January 7, 2008. 27 28 1-08.3 Progress Schedule 29 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 30 following: 31 32 1-08.3 Progress Schedule 33 1-08.3(1) General Requirements 34 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 35 Updates to the Engineer for approval. Schedules shall show work that complies 36 with all time and order of work requirements in the contract. Scheduling terms and 37 practices shall conform to the standards established in Construction Planning and 4W 38 Scheduling, Second Edition, published by the Associated General Contractors of 39 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet 40 these General Requirements, and provide the following information: 41 42 1. Include all activities necessary to physically complete the project. 43 40 44 2. Show the planned order of work activities in a logical sequence. 45 46 3. Show durations of work activities in working days as defined in Section 1- lw 47 08.5. 48 49 4. Show activities in durations that are reasonable for the intended work. ,to 50 to as 1 5. Define activity durations in sufficient detail to evaluate the progress of 2 individual activities on a daily basis. 3 4 6. Show the physical completion of all work within the authorized contract 5 time. 6 7 The Contracting Agency allocates its resources to a contract based on the total 8 time allowed in the contract. The Contracting Agency may accept a Progress 9 Schedule indicating an early physical completion date but cannot guarantee the 10 Contracting Agency's resources will be available to meet an accelerated schedule. 11 No additional compensation will be allowed if the Contractor is not able to meet 12 their accelerated schedule due to the unavailability of Contracting Agency's 13 resources or for other reasons beyond the Contracting Agency's control. 14 15 If the Engineer determines that the Progress Schedule or any necessary Schedule 16 Update does not provide the required information, then the schedule will be 17 returned to the Contractor for correction and resubmittal. 18 19 The Engineer's approval of any schedule shall not transfer any of the Contractor's 20 responsibilities to the Contracting Agency. The Contractor alone shall remain 21 responsible for adjusting forces, equipment, and work schedules to ensure 22 completion of the work within the time(s)specified in the contract. 23 wr 24 1-08.3(2) Progress Schedule Types 25 Type A Progress Schedules are required on all projects that do not contain the bid 26 item for Type B Progress Schedule. Type B Progress Schedules are required on all rr 27 projects that contain the bid item for Type B Progress Schedule. Weekly Look- 28 Ahead Schedules and Schedule Updates are required on all projects. 29 30 1-08.3(2)A Type A Progress Schedule 31 The Contractor shall submit five copies of a Type A Progress Schedule no later 32 than 10 days after the date the contract is executed, or some other mutually 33 agreed upon submittal time. The schedule may be a critical path method 34 (CPM) schedule, bar chart, or other standard schedule format. Regardless of 35 which format used, the schedule shall identify the critical path. The Engineer 36 will evaluate the Type A Progress Schedule and approve or return the schedule 37 for corrections within 15 calendar days of receiving the submittal. 38 39 1-08.3(2)B Type B Progress Schedule 40 The Contractor shall submit a preliminary Type B Progress Schedule no later 41 than five calendar days after the date the contract is executed. The 42 preliminary Type B Progress Schedule shall comply with all of these 43 requirements and the requirements of Section 1-08.3(1), except that it may be 44 limited to only those activities occurring within the first 60 working days of the 45 project. to 46 47 The Contractor shall submit five copies of a Type B Progress Schedule no later 48 than 30 calendar days after the date the contract is executed. The schedule rrr 49 shall be a critical path method (CPM) schedule developed by the Precedence 50 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 51 change the logic of the network or the critical path. The schedule shall display 52 at least the following information: rr 2 Contract Number and Title 3 Construction Start Date 4 Critical Path 5 Activity Description 6 Milestone Description 7 Activity Duration 8 Predecessor Activities 9 Successor Activities 10 Early Start(ES)and Early Finish (EF)for each activity 11 Late Start(LS)and Late Finish (LF)for each activity 12 Total Float(TF) and Free Float(FF)for each activity 13 Physical Completion Date +�+ 14 Data Date 15 16 The Engineer will evaluate the Type B Progress Schedule and approve or 17 return the schedule for corrections within 15 calendar days of receiving the 18 submittal. 19 ■r 20 1-08.3(2)C Vacant 21 22 1-08.3(2)D Weekly Look-Ahead Schedule 23 Each week that work will be performed, the Contractor shall submit a Weekly 24 Look-Ahead Schedule showing the Contractor's and all subcontractors' 25 proposed work activities for the next two weeks. The Weekly Look-Ahead 26 Schedule shall include the description, duration and sequence of work, along 27 with the planned hours of work. This schedule may be a network schedule, 28 bar chart, or other standard schedule format. The Weekly Look-Ahead 29 Schedule shall be submitted to the Engineer by the midpoint of the week 30 preceding the scheduled work or some other mutually agreed upon submittal 31 time. 32 33 1-08.3(3) Schedule Updates 34 The Engineer may request a Schedule Update when any of the following events 35 occur. 36 37 1. The project has experienced a change that affects the critical path. 38 39 2. The sequence of work is changed from that in the approved schedule. 40 41 3. The project is significantly delayed. 42 43 4. Upon receiving an extension of contract time. 44 45 The Contractor shall submit five copies of a Type A or Type B Schedule Update 46 within 15 calendar days of receiving a written request, or when an update is 47 required by any other provision of the contract. A "significant" delay in time is 48 defined as 10 working days or 10 percent of the original contract time, whichever is 49 greater. 50 51 In addition to the other requirements of this Section, Schedule Updates shall reflect '� 52 the following information: 1 2 1. The actual duration and sequence of as-constructed work activities, 3 including changed work. 4 5 2. Approved time extensions. 6 7 3. Any construction delays or other conditions that affect the progress of the 1 8 work. 9 10 4. Any modifications to the as-planned sequence or duration of remaining 11 activities. 12 13 5. The physical completion of all remaining work in the remaining contract 14 time. " 15 16 Unresolved requests for time extensions shall be reflected in the Schedule Update 17 by assuming no time extension will be granted, and by showing the effects to 18 follow-on activities necessary to physically complete the project within the currently 19 authorized time for completion. 20 ■r 21 1-08.3(4) Measurement 22 No specific unit of measurement shall apply to the lump sum item for Type B 23 Progress Schedule. aw 24 25 1-08.3(5) Payment 26 Payment will be made in accordance with Section 1-04.1, for the following bid item 27 when it is included in the proposal: 28 29 "Type B Progress Schedule", lump sum. 30 31 The Lump Sum price shall be full pay for all costs for furnishing the Type B 32 Progress Schedule and preliminary Type B Progress Schedule. 33 34 Payment of 80 percent of the lump sum price will be made upon approval of the 35 Progress Schedule. 36 mi 37 Payment will be increased to 100 percent of the lump sum price upon completion of 38 80 percent of the original total contract award amount. 39 40 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 41 Schedules are considered incidental to other items of work in the contract. 42 43 No payment will be made for Schedule Updates that are required due to the 44 Contractors operations. Schedule Updates required by events that are attributed to 45 the actions of the Contracting Agency will be paid for in accordance with Section 1- 46 09.4. 47 48 1-08.4 Prosecution of Work ag 49 The first sentence is revised to read: 50 51 The Contractor shall begin work within 21 calendar days from the date of execution of 52 the contract by the Contracting Agency, unless otherwise approved in writing. N 1 2 1-08.5 Time for Completion 3 This section is revised to read: 4 5 The Contractor shall complete all physical contract work within the number of "working 6 days" stated in the Contract Provisions or as extended by the Engineer in accordance 7 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 8 nonworking day or an Engineer determined unworkable day. A nonworking day is 9 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically 10 prohibits work on the critical path of the Contractor's approved progress schedule, or 11 one of these holidays: January 1, the third Monday of January, the third Monday of 12 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 13 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 14 the following Monday shall be counted a nonworking day. When the holiday falls on a 15 Saturday, the preceding Friday shall be counted a nonworking day. The days between 16 December 25 and January 1 will be classified as nonworking days. 17 18 An unworkable day is defined as a half or whole day the Engineer declares to be 19 unworkable because of weather or conditions caused by the weather that prevents 20 satisfactory and timely performance of the work shown on the critical path of the 21 Contractor's approved progress schedule. Other conditions beyond the control of the 22 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 23 24 Contract time shall begin on the first working day following the 21st calendar day after 25 the date the Contracting Agency executes the contract. If the Contractor starts work on 26 the project at an earlier date, then contract time shall begin on the first working day 27 when onsite work begins. The contract provisions may specify another starting date for 28 contract time, in which case, time will begin on the starting date specked. 29 30 Each working day shall be charged to the contract as it occurs, until the contract work is 31 physically complete. If substantial completion has been granted and all the authorized 32 working days have been used, charging of working days will cease. Each week the 33 Engineer will provide the Contractor a statement that shows the number of working 34 days: (1) charged to the contract the week before; (2) specified for the physical 35 completion of the contract; and (3) remaining for the physical completion of the contract. 36 The statement will also show the nonworking days and any half or whole day the 37 Engineer declares as unworkable. Within 10 calendar days after the date of each 38 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 39 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 40 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 41 protest in that period, the Contractor shall be deemed as having accepted the statement „ 42 as correct. 43 44 The Engineer will give the Contractor written notice of the physical completion date for 45 all work the contract requires. That date shall constitute the physical completion date of 46 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 47 48 The Engineer will give the Contractor written notice of the completion date of the 49 contract after all the Contractor's obligations under the contract have been performed by 50 the Contractor. The following events must occur before the Completion Date can be 51 established: ' ' 52 1 1. The physical work on the project must be complete; and 2 3 2. The Contractor must furnish all documentation required by the contract and 4 required by law, to allow the Contracting Agency to process final acceptance of 5 the contract. The following documents must be received by the Project 6 Engineer prior to establishing a completion date: 7 8 a. Certified Payrolls(Federal-aid Projects) 9 b. Material Acceptance Certification Documents 10 c. Annual Report of Amounts Paid as MBE/WBE Participants or 11 Quarterly Report of Amounts Credited as DBE Participation, as 12 required by the Contract Provisions. 13 d. FHWA 47 (Federal-aid Projects) 14 e. Final Contract Voucher Certification 15 16 1-08.8 Extensions of Time 17 Section 1-08.8 is revised to read: 18 19 The Contractor shall submit any requests for time extensions to the Engineer in writing 20 no later than 10 working days after the delay occurs. The requests for time extension 21 shall be limited to the affect on the critical path of the Contractor's approved schedule 22 attributable to the change or event giving rise to the request. 23 24 To be considered by the Engineer, the request shall be in sufficient detail (as determined 25 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time 26 requested. The request shall include an updated schedule that supports the request 27 and demonstrates that the change or event: (1) had a specific impact on the critical 28 path, and except in cases of concurrent delay, was the sole cause of such impact, and 29 (2) could not have been avoided by resequencing of the work or by using other 30 reasonable alternatives. If a request combined with previous extension requests, 31 equals 20 percent or more of the original contract time then the Contractor's letter of 32 request must bear consent of Surety. In evaluating any request, the Engineer will r„ 33 consider how well the Contractor used the time from contract execution up to the point 34 of the delay and the effect the delay has on any completion times included in the special 35 provisions. The Engineer will evaluate and respond within 15 calendar days of 36 receiving the request. 37 38 The authorized time for physical completion will be extended for a period equal to the 39 time the Engineer determines the work was delayed because of: 40 41 1. Adverse weather causing the time requested to be unworkable, provided that 42 the Engineer had not already declared the time to be unworkable and the 43 Contractor has filed a written protest according to Section 1-08.5. 44 45 2. Any action, neglect, or default of the Contracting Agency, its officers, or 46 employees, or of any other contractor employed by the Contracting Agency. 47 48 3. Fire or other casualty for which the Contractor is not responsible. 49 50 4. Strikes. 51 1 5. Any other conditions for which these Specifications permit time extensions 2 such as: 3 4 a. In Section 1-04.4 if a change increases the time to do any of the work 5 including unchanged work. 6 7 b. In Section 1-04.5 if increased time is part of a protest that is 8 found to be a valid protest. 9 10 c. In Section 1-04.7 if a changed condition is determined to exist that 11 caused a delay in completing the contract. 12 13 d. In Section 1-05.3 if the Contracting Agency does not approve properly 14 prepared and acceptable drawings within 30 calendar days. 15 16 e. In Section 1-07.13 if the performance of the work is delayed as a 17 result of damage by others. 18 19 f. In Section 1-07.17 if the removal or the relocation of any utility by MW 20 forces other than the Contractor caused a delay. 21 22 g. In Section 1-07.24 if a delay results from all the right of way o 23 necessary for the construction not being purchased and the special 24 provisions does not make specific provisions regarding unpurchased 25 right of way. W 26 27 h. In Section 1-08.6 if the performance of the work is suspended, 28 delayed, or interrupted for an unreasonable period of time that proves 29 to be the responsibility of the Contracting Agency. 30 31 L In Section 1-09.11 if a dispute or claim also involves a delay in 32 completing the contract and the dispute or claim proves to be valid. 33 34 j. In Section 1-09.6 for work performed on a force account basis. 35 36 6. If the actual quantity of work performed for a bid item was more than the 37 original plan quantity and increased the duration of a critical activity. 38 Extensions of time will be limited to only that quantity exceeding the original 39 plan quantity. 40 41 7. Exceptional causes not specifically identified in items 1 through 6, provided the 42 request letter proves the Contractor had no control over the cause of the delay 43 and could have done nothing to avoid or shorten it. 44 45 Working days added to the contract by time extensions, when time has overran, shall 46 only apply to days on which liquidated damages or direct engineering have been 47 charged, such as the following: 48 49 If substantial completion has been granted prior to all of the authorized working 50 days being used, then the number of days in the time extension will eliminate an 51 equal number of days on which direct engineering charges have accrued., If the 52 substantial completion date is established after all of the authorized working days 1 have been used, then the number of days in the time extension will eliminate an 2 equal number of days on which liquidated damages or direct engineering charges 3 have accrued. 4 The Engineer will not allow a time extension for any cause listed above if it resulted 5 from the Contractor's default, collusion, action or inaction, or failure to comply with 6 the contract. 7 The Contracting Agency considers the time specified in the special provisions as 8 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 9 time extension for 10 to 11 0 Failure to obtain all materials and workers unless the failure was the result of 12 exceptional causes as provided above in subsection 7; 13 14 • Changes, protests, increased quantities, or changed conditions (Section 1-04) 15 that do not delay the completion of the contract or prove to be an invalid or 16 inappropriate time extension request; 17 18 Delays caused by nonapproval of drawings or plans as provided in Section 19 1-05.3; 20 at 21 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 22 23 Correction of thickness deficiency as provided in Section 5-05.5(1)6. 24 25 The Engineer will determine whether the time extension should be granted, the reasons 26 for the extension, and the duration of the extension, if any. Such determination will be +o 27 final as provided in Section 1-05.1. 28 29 SECTION 1-09, MEASUREMENT AND PAYMENT 30 December 4, 2006 31 1-09.6 Force Account 32 The last paragraph under "3. For Equipment"is revised to read: 33 34 Copies of the AGCMSDOT Equipment Rental Agreement will be maintained on the 35 Contracting Agency's web site at www.wsdot.wa.gov. 36 37 1-09.9(1) Retainage 38 The fourth paragraph is revised to read: 39 40 Release of the retainage will be made 60 days following the Completion Date (pursuant Eli 41 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 42 43 1. On contracts totaling more than $20,000, a release has been obtained from the 44 Washington State Department of Revenue. 45 46 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 47 with the Contracting Agency(RCW 39.12.040). 48 49 3. A certificate of Payment of Contributions Penalties and Interest on Public 50 Works Contract is received from the Washington State Employment Security 51 Department. �• 1 2 4. Washington State Department of Labor and Industries (per section 1-07.10) 3 shows the Contractor is current with payments of industrial insurance and 4 medical aid premiums. 5 6 5. All claims, as provided by law, filed against the retainage have been resolved. 7 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are �. 8 met, the Contractor will be paid such retained percentage less an amount 9 sufficient to pay any such claims together with a sum determined by the 10 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 11 cover attomey's fees. 12 13 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 14 April 2, 2007 15 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 16 Item 3. is revised to read: 17 18 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, ow 19 or gutter that is to remain and the portion to be removed. For portland cement 20 concrete pavement removal, a second vertical full depth relief saw cut offset 12 21 inches to 18 inches from and parallel to the initial saw cut is also required, unless to 22 the Engineer approves otherwise. 23 24 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT tv 25 August 7, 2006 26 2-03.3(2) Rock Cuts 27 This section is revised to read: 28 29 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break 30 down, loosen, or damage the rock under the subgrade line, except as provided by 31 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the 32 rock bench that will remain. The Contractor shall be responsible for methods used 33 and for any damage caused to the roadbed, regardless of any previous approvals 34 by the Engineer. 35 36 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the 37 Contractor shall scale and dress them, removing all loose fragments and rocks not 38 firmly fastened to the rock slope. The Contractor shall also remove any 39 overhanging rock the Engineer sees as a hazard to roadway users. 40 41 If the Engineer requires it, the Contractor shall remove loose fragments and rocks 42 lying outside the slope stakes. Payment for such extra work shall be by force 43 account as provided in Section 1-09.6. The Contracting Agency will pay for loading 44 and hauling these materials at the unit contract prices that apply or as provided in 45 Section 1-04.4. 46 47 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 48 blasting operations or at any time the Contractor proposes to change the drilling 49 and blasting methods, the Contractor shall submit a blasting plan to the Engineer 50 for review. The blasting plan shall contain the full details of the drilling and blasting 1 patterns and controls the Contractor proposes to use for both the controlled and 2 production blasting. The blasting plan submittal is required for all blasting 3 operations and shall contain the following minimum information: 4 5 a) Station limits of proposed shot. 6 7 b) Plan and section views of proposed drill pattern including free face, 8 burden, blast hole spacing, blast hole diameter, blast hole angles, lift 9 height, and subdrill depth. 10 11 c) Loading diagram showing type and amount of explosives, primers, 12 initiators, and location and depth of stemming. 13 14 d) Initiation sequence of blast holes including delay times and delay system. 15 16 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 17 employed. 18 19 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 20 responsibility for the accuracy and adequacy of the plan when implemented in the 21 field. 22 23 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, 24 the Contractor shall use controlled blasting. The Engineer may require the 25 Contractor to use controlled blasting to form the faces of other slopes, even if the 26 slopes could be formed by nonblasting methods. 27 28 Controlled blasting refers to the controlled use of explosives and blasting 29 accessories in carefully spaced and aligned drill holes to provide a free surface or 30 shear plane in the rock along the specified backslope. Controlled blasting 31 techniques covered by this specification include presplitting and cushion blasting. 32 33 In addition to the blasting plan submittal, when using controlled blasting the 34 Contractor shall: 35 36 a) Prior to commencing full-scale blasting operations, the Contractor shall 37 demonstrate the adequacy of the proposed blast plan by drilling, blasting, 38 and excavating short test sections, up to 100 feet in length, to determine 39 which combination of method, hole spacing, and charge works best. 40 When field conditions warrant, the Contractor may be ordered to use test 41 section lengths less than 100 feet. 42 43 Unless otherwise approved by the Engineer, the Contractor shall begin the 44 tests with the controlled blast holes spaced 30-inches apart, then adjust if 45 needed, until the Engineer approves the spacing to be used for full-scale 0 46 blasting operations. 47 48 b) The Contractor shall completely remove all overburden soil and loose or , 49 decomposed rock along the top of the excavation for a distance of at least 50 30 feet beyond the end of the production hole drilling limits, or to the end 51 of the cut, before drilling the presplitting holes. 52 aw 1 c) The controlled blast holes shall be not less than 21/2 inches nor more than 2 3 inches in diameter. 3 w 4 d) The Contractor shall control drilling operations by the use of the proper 5 equipment and technique to ensure that no hole shall deviate from the 6 plane of the planned slope by more than 9 inches either parallel or normal aw 7 to the slope. Drill holes exceeding these limits shall not be paid for unless 8 satisfactory slopes are being obtained. 9 10 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits 11 of the production holes to be detonated, or to the end of the cut as 12 applicable. 13 14 f) The length of controlled blast holes for any individual lift shall not exceed 15 20 feet unless the Contractor can demonstrate to the Engineer the ability 16 to stay within the above tolerances and produce a uniform slope. If wo 17 greater than 5 percent of the presplit holes are misaligned in any one lift, 18 the Contractor shall reduce the height of the lifts until the 9-inch alignment 19 tolerance is met. Upon satisfactory demonstration, the length of holes 20 may be increased to a maximum of 60 feet with written approval of the 21 Engineer. 22 23 g). When the cut height requires more than one lift, a maximum 2-foot offset 24 between lifts will be permitted to allow for drill equipment clearances. The 25 Contractor shall begin the control blast hole drilling at a point that will 26 allow for necessary offsets and shall adjust, at the start of lower lifts, to 27 compensate for any drift that may have occurred in the upper lifts. 28 29 h) Before placing charges, the Contractor shall determine that the hole is free 30 of obstructions for its entire depth. All necessary precautions shall be 31 exercised so that the placing of the charges will not cause caving of 32 material from the walls of the holes. 33 34 i) The maximum diameter of explosives used in presplit holes shall not be 35 greater than 1/2 the diameter of the presplit hole. 36 37 j) Only standard explosives manufactured especially for controlled blasting 38 shall be used in controlled blast holes, unless otherwise approved by the 39 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed 40 to be loaded in the presplit holes. 41 .r 42 k) If fractional portions of standard explosive cartridges are used, they shall 43 be firmly affixed to the detonating cord in a manner that the cartridges will 44 not slip down the detonating cord nor bridge across the hole. Spacing of 45 fractional cartridges along the length of the detonating cord shall not 46 exceed 30 inches center to center and shall be adjusted to give the 47 desired results. 48 49 1) Continuous column cartridge type of explosives used with detonating cord 50 shall be assembled and affixed to the detonating cord in accordance with 51 the explosive manufacturer's instructions, a copy of which shall be 52 furnished to the Engineer. +wi .® 1 � 2 m) The bottom charge of a presplit hole may be larger than the line charges 3 but shall not be large enough to cause overbreak. The top charge of the 4 presplitting hole shall be placed far enough below the collar, and reduced 5 sufficiently, to avoid overbreaking and heaving. 6 7 n) The upper portion of all presplit holes, from the top most charge to the 9A 8 hole collar, shall be stemmed. Stemming materials shall be sand or other 9 dry angular material, all of which passes a3/8-inch sieve. 10 11 o) If presplitting is specified, the detonation of these holes shall be fired first. 12 13 p) If cushion blasting is specified, the detonation of these holes shall be fired 14 last on an instantaneous delay after all other blasting has taken place in 15 the excavation. 16 17 q) Production blast holes shall not be drilled closer than 6 feet to the 18 controlled blast line, unless approved by the Engineer. The bottom of the 19 production holes shall not be lower than the bottom of the controlled blast 20 holes. Production holes shall not exceed 6 inches in diameter, unless ' 21 approved by the Engineer. Detonation of production holes shall be on a 22 delay sequence toward a free face. 23 24 r) The use of horizontal blast holes for either production or controlled 25 blasting is prohibited. 26 27 SECTION 2-09, STRUCTURE EXCAVATION 28 April 2, 2007 29 2-09.3(1)E Backfilling 30 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted 31 and replaced with the following: 32 33 Alternative Sources. When material from structure excavation is unsuitable for use as 34 backfill, the Engineer may: 35 36 1. require the Contractor to use other material covered by the contract if such 37 substitution involves work that does not differ materially from what would 38 otherwise have been required; 39 40 2. require the Contractor to substitute selected material in accordance with 41 Section 2-03.3(10); go 42 43 3. require the Contractor to use Controlled Density Fill (CDF) also known as 44 Controlled Low Strength Material (CLSM)), or; 45 46 4. require the Contractor to obtain material elsewhere. Material obtained 47 elsewhere will be paid for in accordance with Section 1-04.4. 48 49 Controlled Density Fill (CDF) or Controlled Low-Strength Material (CLSM). CDF is 50 a self compacting, cementitious, flowable material requiring no subsequent vibration or „ 51 tamping to achieve consolidation. The Contractor shall provide a mix design in writing I to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the 2 CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix 3 design. CDF shall be designed to have a minimum 28-day strength of 50 psi and a 4 maximum 28-day strength not to exceed 300 psi. The CDF consistency shall be 5 flowable (approximate slump 3 to 10 inches). 6 7 The following testing methods shall be used by the Contractor to develop the CDF mix 8 design: 9 10 28 day compressive strength-ASTM D 4832, 11 Unit weight, yield, and air content–ASTM D 6023, 12 Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. 13 14 The water/cement ratio shall be calculated on the total weight of cementitious material. 15 The following are considered cementitious materials: Portland cement, fly ash, ground 16 granulated blast furnace slag and microsilica fume. 17 18 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 19 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 20 Admixtures shall be used in accordance with the manufacturer's recommendations and 21 non-chloride accelerating admixtures may be used to accelerate the hardening of CDF 22 23 CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on 24 a Certificate of Compliance. The producer shall provide a Certificate of Compliance for 25 each truckload of CDF in accordance with Section 6-02.3(5)B. 26 27 Item 1 of the first paragraph under Compaction is revised to read: 28 29 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill 30 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 31 signal standards, and roadside and overhead sign structure foundations — placed 32 in horizontal layers no more than 6 inches thick with each layer compacted to 33 95 percent of the maximum density determined by the Compaction Control Test, 34 Section 2-03.3(14)D. 35 36 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 37 This section is revised to read: 38 r 39 The Contractor may dig open pits or perform extra excavation without shoring or 40 cofferdams, if: 41 42 1. Footings can be placed in dry material away from running water. 43 44 2. The integrity of the completed structure and its surroundings is not reduced. 45 46 3. Worker safety is ensured as required by law. 47 48 4. The excavation does not disturb the existing pavement or any other adjacent 49 structural elements. 50 51 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the 52 slide disturbs an area over which a highway will be built, the Contractor shall backfill rw 1 and compact the site to the original ground line as approved by the Engineer. If the slide 2 damages an existing facility such as a roadway or structure, the Contractor shall repair 3 the damage caused by the slide. The Contractor shall pay all costs related to removing 4 slide material and restoring the slide area, including the repair of any pavement or 5 structural elements damaged by the slide. 6 7 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 8 soften the bottom. If equipment in the pit or inadequate water removal makes the 9 foundation material unstable, the Contractor shall, at no expense to the Contracting 10 Agency, remove and replace it with material the Engineer approves. 11 12 When the Engineer believes ground water flow may impair a concrete footing, the 13 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing 14 the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 15 provision shall not apply to the building of concrete seals. 16 17 The Contractor may omit forms when the earthen sides of a footing excavation will 18 stand vertically. In this case, the Contractor may excavate to the neat line dimensions of 19 the footing and pour concrete against the undisturbed earth. If the hole is larger than 20 neat line dimensions, the Contractor shall bear the cost of the extra concrete. 21 22 For open temporary cuts, the following requirements shall be met: 23 .rr 24 1. No vehicular or construction traffic, or construction surcharge loads will be 25 allowed within a distance of 5-feet from the top of the cut. 26 27 2. Exposed soil along the slope shall be protected from surface erosion. 28 29 3. Construction activities shall be scheduled so that the length of time the 30 temporary cut is left open is reduced to the extent practical. 31 32 4. Surface water shall be diverted away from the excavation. 33 34 Submittals and Design Requirements. The Contractor shall submit working drawings 35 and calculations showing the geometry and construction sequencing of the proposed 36 excavation slopes. The Contractor shall not begin excavation operations until receiving 37 the Engineer's approval of the excavation submittal. 38 39 The excavation stability design shall be conducted in accordance with the WSDOT 40 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 41 designed for site specific conditions which shall be shown and described in the working 42 drawings. Examples of such items that shall be shown on the excavation submittal and 43 supported by calculations include, but are not limited to, the following: 44 45 1. Excavation geometry and controlling cross sections showing adjacent existing „ 46 foundations, utilities, site constraints, and any surcharge loading conditions 47 that could affect the stability of the slope; 48 49 2. A summary clearly describing subsurface soil and groundwater conditions, 50 sequencing considerations, and governing assumptions; 51 O+ 1 1 Any supplemental subsurface explorations made to meet the requirements for 2 geotechnical design of excavation slopes, in accordance with the WSDOT 3 Geotechnical Design Manual; 4 5 4. Supporting geotechnical calculations used to design the excavation, the soil 6 and material properties selected for design, and the justification for the 7 selection for those properties, in accordance with the WSDOT Geotechnical 8 Design Manual; 9 a 10 5. Safety factors, or load and resistance factors used, and justification for their 11 selection, in accordance with the WSDOT Geotechnical Design Manual, and 12 referenced AASHTO design manuals; 13 go 14 6. Location and weight of construction equipment adjacent to the excavation top, 15 and location of adjacent traffic; and, 16 17 7. A monitoring plan to evaluate the excavation performance throughout its 18 design life. 19 20 2-09.3(3)D Shoring and Cofferdams 21 Paragraphs one through seven are revised to read: 22 ,,. 23 Definitions. Structural shoring is defined as a shoring system that is installed prior to 24 excavation. Structural shoring shall provide lateral support of soils and limit lateral 25 movement of soils supporting structures, roadways, utilities, railroads, etc., such that 26 these items are not damaged as a result of the lateral movement of the supporting soils. 27 28 Structural shoring systems includes driven cantilever sheet piles, sheet piles with .� 29 tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, 30 cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple 31 tier tieback systems. 32 33 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed 34 after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of 35 a pre-excavated slope, are not allowed as structural shoring. 36 37 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 38 dewatering operation, that surrounds the excavated area of a structure. The Contractor 39 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is 40 under water or affected by ground water. 41 . 42 Submittals and Design Requirements. The Contractor shall submit working drawings 43 and calculations showing the proposed methods and construction details of structural 44 shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The 45 Contractor shall not begin construction of structural shoring or cofferdams, nor begin 46 excavation operations, until approval of the structural shoring submittal has been given 47 by the Project Engineer. 48 49 Structural shoring and cofferdams shall be designed for conditions stated in this Section 50 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 51 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 52 AASHTO LRFD Bridge Design Spec cations, Third Edition, 2004 and current interims r 1 for load and resistance factor design. The USS Steel Sheet Piling Design Manuals, 2 published by United States Steel, may be used for shoring walls that do not support 3 other structures and that are 15 feet in height or less. Allowable stresses for materials 4 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring 5 design shall also-,be in compliance with the WSDOT Geotechnical Design Manual (M46- 6 03). In the case of conflict or discrepancy between manuals, the Geotechnical Design 7 Manual shall govern. 8 9 For open temporary cuts associated with a shoring system, the requirements for open 10 temporary cuts specified in Section 2-09.3(3)B shall be met. 11 12 The structural shoring system shall be designed for site specific conditions which shall 13 be shown and described in the working drawings. The structural shoring system design 14 shall include the design of the slopes for stability above and below the shoring system. 15 Except as otherwise noted, the design height of all structural shoring in design 16 calculations and working drawings shall be for the depth of excavation as required by 17 the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If 18 the Contractor provides written documentation to the satisfaction of the Engineer that 19 the soil conditions at the site are not likely to require overexcavation, the Engineer may 20 waive the requirement for two feet of overexcavation design height. r1° 21 22 Examples of such items that shall be shown on the structural shoring submittal and 23 supported by calculations include, but are not limited to, the following: 24 25 1. Heights; soil slopes; soil benches; and controlling cross sections showing 26 adjacent existing foundations, utilities, site constraints, and any surcharge 27 loading conditions that could affect the stability of the shoring system, including 28 any slopes above or below the shoring. 29 30 2. A summary clearly describing performance objectives, subsurface soil and 31 groundwater conditions, sequencing considerations, and governing 32 assumptions. 33 34 3. Any supplemental subsurface explorations made to meet the requirements for 35 geotechnical design of excavation slopes, shoring walls, and other means of 36 ground support, in accordance with the WSDOT Geotechnical Design Manual. 37 38 4. Supporting geotechnical calculations used to design the shoring system, 39 including the stability evaluation of the shoring system in its completed form as 40 well as intermediate shoring system construction stages, the soil and material 41 properties selected for design, and the justification for the selection for those 42 properties, in accordance with the WSDOT Geotechnical Design Manual. 43 44 5. Safety factors, or load and resistance factors used, and justification for their 45 selection. 40 46 47 6. Location and weight of construction equipment adjacent to the excavation; 48 location of adjacent traffic; and structural shoring system material properties, 114 49 spacing, size, connection details, weld sizes, and embedment depths. 50 51 7. Structural shoring installation and construction sequence, procedure, length of 52 time for procedure and time between operations; proof load testing procedure r I The average density of the cores shall be at least 97 percent of the approved mix 2 design density or the actual concrete density when determined by the Contractor using 3 AASHTO T 121 with no cores having a density of less than 96 percent. 4 5 5-05.3(8)A Contraction Joints 6 The fifth paragraph is revised to read: 7 8 When cement concrete pavement is placed adjacent to existing cement concrete 9 pavement, the vertical face of all existing working joints shall be covered with aw 10 polyethylene film or building paper in accordance with AASHTO M 171. 11 12 5-05.3(10) Tie Bars and Dowel Bars 13 The second sentence in the seventh paragraph is revised to read: 14 15 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 16 9-26. Ift 17 18 5-05.3(12) Surface Smoothness 19 The first sentence in the first paragraph is revised to read: 40 20 21 The pavement smoothness will be checked with equipment furnished and operated by 22 the Contractor, under supervision of the Engineer, within 48 hours following placement two 23 of concrete. 24 25 5-05.4 Measurement 26 Item 3. is revised to read: 27 28 3. The depth will be determined from the reference cores. The depth utilized to 29 calculate the volume shall not exceed the plan depth plus 0.04 feet. 30 31 SECTION 6-02, CONCRETE STRUCTURES 32 April 2, 2007 33 6-02.3(2) Proportioning Materials 34 The third paragraph is revised to read: 35 36 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 37 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 38 ash and ground granulated blast furnace slag is optional for all other classes of 39 concrete. 40 MW 41 6-02.3(2)A Contractor Mix Design 42 The first paragraph is revised to read: 43 44 The Contractor shall provide a mix design in writing to the Engineer for all classes of 45 concrete specified in the Plans except for those accepted based on a Certificate of 46 Compliance. No concrete shall be placed until the Engineer has reviewed the mix 47 design. The required average 28 day compressive strength shall be selected per ACI 48 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine 49 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or ; . 50 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a I minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 2 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content 3 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 4 pounds. All other concrete mix designs, except those for lean concrete and commercial 5 concrete, shall have a minimum cementitious material content of 564 pounds per cubic 6 yard of concrete. 7 8 The first sentence of the second paragraph is revised to read: 9 10 The Contractor's submittal of a mix design shall be on WSDOT form 350-040 and shall 11 provide a unique identification for each mix design and shall include the mix proportions 12 per cubic yard, the proposed sources, the average 28 day compressive strength for 13 which the mix is designed, the fineness modulus, and the water cement ratio. 14 15 The following new sentence is inserted after the first sentence in the fourth paragraph. 16 17 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also 18 be used. 19 20 6-02.3(4)A Qualification of Concrete Suppliers 21 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced 22 with the following: 23 rr 24 Batch Plant Prequalification may be obtained through one of the following methods: 25 26 1. Certification by the National Ready Mix Concrete Association (NRMCA). 27 Information concerning NRMCA certification may be obtained from the NRMCA 28 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. 29 The NRMCA certification shall be good for a two year period. When this 30 method of certification is used the following documentation shall be submitted 31 to the project engineer. 32 33 a. A copy of the current NRMCA Certificate of Conformance, the 34 concrete mix design(s) (WSDOT Form 350-040), along with copies of 35 the truck list, batch plant scale certification, admixture dispensing 36 certification, and volumetric water batching devices (including water 37 meters)verification. 38 39 2. Independent evaluation certified by a Professional Engineer using NRMCA 40 checklist. The Professional Engineer shall be licensed under title 18 RCW, 41 state of Washington, qualified in civil engineering. The independent certification 42 using the NRMCA checklist shall be good for a two year period. When this +rr 43 method of certification is used the following documentation shall be submitted 44 to the engineer. 45 40 46 a. A copy of the Professional Engineer's stamped and sealed NRMCA 47 Verification of Inspection and Application for Certificate page from the 48 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350- 49 040), along with copies of the truck list, batch plant scale certification, 50 admixture dispensing certification, and volumetric water batching 51 devices (including water meters)verification. 52 +rr ., 1 3. Inspection conducted by the Plant Manager, defined as the person directly 2 responsible for the daily plant operation, using the NRMCA Plant Certification 3 checklist. The Plant Manager certification shall be done prior to the start of a 4 project, and every six months throughout the life of the project, and meet the 5 following requirements: 6 7 a. The Agreement to Regularly Check Scales and Volumetric Batching 8 Dispensers page in the NRMCA Plant Certification checklist shall be 9 signed by the Plant Manager and notarized. 10 11 b. The signed and notarized Agreement to Regularly Check Scales and 12 Volumetric Batching Dispensers page and a copy of the NRMCA 13 Plant Certification checklist cover page showing the plant designation, 14 address and Company operating plant shall all be submitted to the 15 Project Engineer with the concrete mix design (WSDOT Form 350- 16 040), along with copies of the truck list, batch plant scale certification, 17 admixture dispensing certification, and volumetric water batching 18 devices (including water meters)verification. 19 20 c. The NRMCA Plant Certification checklists shall be maintained by the 21 Plant Manager and are subject to review at any time by the 22 Contracting Agency. 23 24 e. Volumetric water batching devices (including water meters) shall be 25 verified every 90 days. 26 27 6-02.3(5)C Conformance to Mix Design 28 Item 2 under the first paragraph is revised to read: 29 30 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 31 that specified in the mix design. 32 33 6-02.3(5)H Sampling and Testing for Compressive Strength 34 This section including title is revised to read: 35 36 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial 37 Curing 38 Acceptance testing for compressive strength shall be conducted at the same frequency 39 as the acceptance tests for temperature, consistency, and air content. 40 41 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. 42 The Contractor shall also provide, maintain and operate all necessary power sources 43 and connections needed to operate the curing box. Concrete cylinders shall be cured in 44 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall 45 maintain a temperature between 60°F and 80°F for concrete with specified strengths 46 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 47 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure 48 the internal temperature of the cure box. The thermometer shall be readable from 49 outside of the box and be capable of recording the high and low temperatures in a 24- 50 hour period. The cure boxes shall create an environment that prevents moisture loss 51 from the concrete specimens. The top shall have a working lock and the interior shall be `` 52 rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure I box shall be the appropriate size to accommodate the number of concrete acceptance 2 cylinders necessary or the Contractor shall provide additional cure boxes. Once 3 concrete cylinders are placed in the cure box, the cure box shall not be moved until the 4 cylinders have been cured in accordance with these specifications. When concrete is 5 placed at more than one location simultaneously, multiple cure boxes shall be provided. 6 7 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration va 8 and shock waves during the curing period in accordance with Section 6-02.3(6)D. 9 10 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 11 The section Cold Weather Protection is revised to read: 12 13 NOTE: Table 6-02.3(6)"Surface Evaporation from Concrete", remains unchanged. 14 15 Cold Weather Protection 16 This Specification applies when the weather forecast predicts air temperatures below 17 35° F at any time during the seven days following concrete placement. Weather ` 18 forecast is based on predictions from the Western Region Headquarters of the National 19 Weather Service. This forecast can be found at http://www.wrh.noaa.gov/. 20 21 To achieve adequate curing, the temperature of the concrete shall be maintained above 22 50° F during the entire curing period or seven days, whichever is greater. The concrete 23 temperature shall not be allowed to fall below 35 ° F during this time. Prior to placing ► 24 concrete in cold weather, the Contractor shall provide a written procedure for cold 25 weather concreting to the Engineer. The procedure shall detail how the Contractor will 26 adequately cure the concrete and prevent the concrete temperature from failing below wr► 27 35° F. Extra protection shall be provided for areas especially vulnerable to freezing 28 (such as exposed top surfaces, comers and edges, thin sections, and concrete placed 29 into steel forms). Concrete placement will only be allowed if the Contractor's cold 30 weather protection plan has been approved by the Engineer. 31 32 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 33 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate 34 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with 35 the aggregates before the cement is added. Any equipment and methods shall heat the 36 materials evenly. Concrete placed in shafts and piles is exempt from such preheating 37 requirements. 38 39 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 40 applying flame directly or under sheet metal. If the aggregates are in bins, steam or 41 water coils or other heating methods may be used if aggregate quality is not affected. 42 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 43 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 44 absorb moisture. 45 s 46 The Contractor shall provide and maintain a maturity meter sensor, continuously 47 recording time and temperature during the curing period, in the concrete at a location 48 specified by the Engineer for each concrete placement. The Contractor shall also 49 provide recording thermometers or other approved devices to monitor the surface 50 temperature of the concrete. During curing, data from the maturity meter and recording 51 thermometer shall be readily available to the Engineer. The Contractor shall record time ow �w 1 and temperature data on hourly intervals. Data shall be provided to the Engineer upon 2 request. 3 4 Starting immediately after placement, the concrete temperatures measured by the 5 maturity meter and recording thermometer shall be maintained at or above 50° F and 6 the relative humidity shall be maintained above 80%. These conditions shall be "W 7 maintained for a minimum of seven days or for the cure period required by Section 6- 8 02.3(11), whichever is longer. During this time, if the temperature falls below 50° F on 9 the maturity meter or recording thermometer, no curing time is awarded for that day. 10 Should the Contractor fail to adequately protect the concrete and the temperature of the 11 concrete falls below 35° F during curing, the Engineer may reject it. 12 13 The Contractor is solely responsible for protecting concrete from inclement weather 14 during the entire curing period. Permission given by the Engineer to place concrete 15 during cold weather will in no way ensure acceptance of the work by the Contracting 16 Agency. Should the concrete placed under such conditions prove unsatisfactory in any «� 17 way, the Engineer shall still have the right to reject the work although the plan and the 18 work were carried out with the Engineer's permission. 19 aw 20 6-02.3(6)D Protection Against Vibration 21 The last sentence in the second paragraph is revised to read: 22 23 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and 24 soldier pile shaft installation operations. 25 26 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: '�• 27 28 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated 29 impact tools, pavement breakers, and other large pieces of equipment. 30 31 6-02.3(11) Curing Concrete 32 In item 1. under the first paragraph, "box culvert tops" is deleted. 33 34 The second paragraph is supplemented with the following: 35 36 Runoff water shall be collected and disposed of in accordance with all applicable 37 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or 38 other surface waters. ww 39 40 6-02.3(16) Plans for Falsework and Formwork 41 The address for FEDEX delivery following the fourth paragraph is revised to read: 42 43 Washington State Department of Transportation 44 Bridge and Structures Engineer 00 45 7345 Linderson Way SW 46 Tumwater, WA 98501-6504 47 d„ 48 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 49 The address for FEDEX delivery following the first paragraph is revised to read: 50 51 Washington State Department of Transportation 52 Bridge and Structures Engineer Ow aw 1 7345 Linderson Way SW 2 Tumwater, WA 98501-6504 3 4 6-02.3(16)B Preapproved Formwork Plans 5 The address for FEDEX delivery following the second paragraph is revised to read: 6 7 Washington State Department of Transportation 8 Bridge and Structures Engineer 9 7345 Linderson Way SW 10 Tumwater, WA 98501-6504 11 12 6-02.3(17)N Removal of Falsework and Forms 13 The second through the fifth paragraphs are revised to read: 14 Concrete Placed In Percent of Specified Number Minimum Compressive of Days Strength Columns, walls, non-sloping box girder — 3 webs, abutments, footings, traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Crossbeams, pier caps, struts, inclined 80 5 it columns and inclined walls.' Roadway slabs supported on wood or 80 ' 10 steel stringers or on steel or prestressed .rr concrete girders.'•2 Box girders, T beam girders, and flat- 80 14 slab superstructure.' Arches.1.2 — 21 15 16 'Where forms support the concrete weight. 17 18 2Where continuous spans are involved, the time for all spans will be determined by 19 the last concrete placed affecting any span. 20 21 Before releasing supports from beneath beams and girders, the Contractor shall remove 22 forms from columns to enable the Engineer to inspect the column concrete. 23 24 The Contractor may remove the side forms of footings 24 hours after concrete 25 placement if a curing compound is applied immediately. This compound shall not be 26 applied to that area of the construction joint between the footing and the column or wall. 27 28 The Contractor may remove side forms not supporting the concrete weight 24 hours wir 29 after concrete placement if the concrete reaches a compressive strength of 1400 psi 30 before form removal. This strength shall be proved by test cylinders made from the last 31 concrete placed into the form. The cylinders shall be cured according to WSDOT FOP 32 for AASHTO T 23. 33 34 6-02.3(24)C Placing and Fastening 35 The 14th paragraph is revised to read: 2 Clearances shall be at least: 3 4 4-inches between: Main bars and the top of any concrete masonry 5 exposed to the action of salt or alkaline water. 6 7 3-inches between: Main bars and the top of any concrete deposited 8 against earth without intervening forms. 9 10 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the 11 top of the roadway slab. 12 13 2-inches between: Adjacent layers. Main bars and the surface of concrete O 14 exposed to earth or weather(except in roadway slabs). 15 Reinforcing bars and the faces of forms for exposed 16 �. 17 aggregate finish. 18 11/2-inches between: Main bars and the surface of concrete not exposed to 19 earth or weather. Slab bars and the top of the slab 20 (except roadway slabs). Barrier and curb bars and the 21 surface of the concrete. Stirrups and ties and the 22 surface of the concrete exposed to earth or weather. 23 24 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties 25 and the surface of the concrete not exposed to earth or +. 27 weather. 28 6-02.3(24)E Welding Reinforcing Steel 29 This section is revised to read: IN 30 31 Welding of steel reinforcing bars shall conform to the requirements of ANSI JAWS D1.4 32 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by 33 the Special Provisions, Plans, and these Specifications. 34 35 Before any welding begins, the Contractor shall obtain the Engineer's approval of a 36 written welding procedure for each type of welded splice to be used, including the weld 37 procedure specifications and joint details. The weld procedure specifications shall be 38 written on a foram taken from AWS D1.4 Annex A, or equivalent. Test results of tensile .. 39 strength, macroetch, and visual examination shall be included. The form shall be signed 40 and dated. 41 42 Welders shall be qualified in accordance with AWS 131.4. The Contractor shall be 43 responsible for the testing and qualification of welders, and shall submit welder 44 qualification and retention records to the Engineer for approval. The weld joint and 45 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 46 welder qualifications shall remain in effect indefinitely unless, (1) the welder is not 47 engaged in a given process of welding for which the welder is qualified for a period 48 exceeding six months, or(2) there is some specific reason to question a welder's ability. 49 50 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 51 Table 5.1. All filler metals shall be low-hydrogen and handled in compliance with low- 52 hydrogen practices specified in the AWS code. +r 1 0 2 All welding shall be protected from air currents, drafts, and precipitation to prevent loss 3 of heat or loss of arc shielding. Short circuiting transfer with gas metal arc welding will 4 not be allowed. Slugging of welds will not be allowed. r 5 6 The minimum preheat and interpass temperature for welding shall be in accordance 7 with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of „ 8 reinforcing. Preheating shall be applied to the reinforcing bars and other splice 9 members within 6-inches of the weld, unless limited by the available lengths of the bars 10 or splice member. 11 12 Generally, post heating of welded splices is only required for direct butt welded splices 13 of AASHTO M 31/ASTM A 615 Grade 60 bars size No. 9 or larger and shall be done 14 immediately after welding before the splice has cooled to 700°F. Post heating shall not 15 be less than 800°F nor more than 1,000°F and held at this temperature for not less than 16 10 minutes before allowing the splice to cool naturally to ambient temperature. 17 18 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop 19 reinforcing shall be considered Flare-V groove welds, indirect butt joints. 20 21 The Contractor is responsible for using a welding sequence that will limit the alignment 22 distortion of the bars due to the effects of welding. The maximum out-of-line permitted 23 will be '/4-inch from a 3.5-foot straight-edge centered on the weld and in line with the 24 bar. 25 26 The following procedure for welding steel reinforcing bars is recommended: 27 28 Sheared bar ends shall be burned or sawed off a minimum of '/2-inch to completely 29 remove the ruptured portion of the steel shear area prior to welding butt splices. 30 Surfaces to be welded shall be smooth, uniform, and free from fins, tears, cracks, 31 and other defects. Surfaces to be welded and surfaces adjacent to a weld shall also 32 be free from loose or thick scale, slag, rust, moisture, grease, paint, epoxy 33 covering, or other foreign materials. All tack welds shall be within the area of the 34 final weld. No other tack weld will be permitted. Double bevel groove welds require 35 chipping, grinding, or gouging to sound metal at the root of the weld before welding 36 the other side. Progression of vertical welding shall be upward. The ground wire + 37 from the welding machine shall be clamped to the bar being welded. 38 39 Should the Contractor elect to use a procedure which differs in any way from the �r 40 procedure recommended, the Contractor shall submit the changes, in writing, to the 41 Engineer for approval.Approved weld procedures shall be strictly followed. 42 43 6-02.3(26)A Shop Drawings _ 44 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 45 46 Washington State Department of Transportation 47 Bridge and Structures Engineer 48 7345 Linderson Way SW 49 Tumwater, WA 98501-6504 50 51 6-02.3(28)A Shop Drawings 52 The first paragraph is revised to read: 2 Before casting the structural elements, the Contractor shall submit: 3 4 1. Seven sets of shop drawings for approval by the Department of Transportation 5 Bridge and Structures Engineer, Construction Support, addressed as follows: 6 7 If sent via US Postal Service: 8 9 Washington State Department of Transportation 10 Bridge and Structures Engineer, Construction Support 11 P. O. Box 47340 12 Olympia, WA 98504-7340 13 14 If sent via FedEx: 15 16 Washington State Department of Transportation 17 Bridge and Structures Engineer, Construction Support 18 7345 Linderson Way SW 19 Tumwater, WA 98501-6504; and 20 21 2. Two sets of shop drawings to the Project Engineer. 22 23 6-02.4 Measurement 24 This section is supplemented with the following: 25 26 No specific unit of measure will apply to the lump sum item for cure box. 27 28 6-02.5 Payment 29 This section is supplemented with the following: 30 31 "Cure Box", lump sum. 32 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, 33 operating, maintaining, moving and removing the cure boxes and providing, maintaining 34 and operating all necessary power sources and connections needed to operate the 35 curing boxes. 36 37 SECTION 6-03, STEEL STRUCTURES 38 April 2, 2007 39 6-03.3(7) Shop Plans 40 The first two sentences in the first paragraph are revised to read: 41 42 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 43 These shall be sent to the Department of Transportation Bridge and Structures 44 Engineer, Construction Support, addressed as follows: 45 46 If sent via US Postal Service: 47 48 Washington State Department of Transportation 49 Bridge and Structures Engineer, Construction Support 50 P. O. Box 47340 51 Olympia, WA 98504-7340 1 2 If sent via FedEx: 3 4 Washington State Department of Transportation 5 Bridge and Structures Engineer, Construction Support 6 7345 Linderson Way SW 7 Tumwater, WA 98501-6504 8 9 6-03.3(21)A Web Plates 10 This section is revised to read: 11 12 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 13 measure 1/4-inch, and shall not exceed 3/8-inch. 14 15 6-03.3(33) Bolted Connections 16 The first sentence in the second paragraph is revised to read: 17 18 All bolted connections are slip critical. 19 20 SECTION 6-05, PILING 21 August 7, 2006 22 6-05.3(11)H Pile Driving From or Near Adjacent Structures 23 The second paragraph is revised to read: 24 25 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 26 against vibration in accordance with Section 6-02.3(6)D. 27 28 The third paragraph is deleted. .r 29 30 6-05.5 Payment 31 The paragraph following "Fumishing St. Piling", per linear foot is revised to read: 32 33 The unit contract price per linear foot for "Furnishing (type) Piling (_�" shall be full 34 pay for furnishing the piling specified, including fabricating and installing the steel 35 reinforcing bar cage, and casting and curing the concrete, as required for concrete 36 piling. Such price shall also be full pay, when measurement includes, for piling length 37 ordered but not driven. 38 39 SECTION 6-07, PAINTING 40 August 7, 2006 41 6-07.2 Materials 42 The first sentence in the second paragraph is revised to read: 43 44 Material used for field abrasive blasting shall meet Military Specification MIL-A- 45 22262B(SH)as listed on QPL-22262-28 as maintained by the Department of the Navy. 46 47 6-07.3(2)A Bridge Cleaning 48 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening 49 size (ASTM D4751) is revised to read: .w to vw 1 2 #100 US Sieve 3 4 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 5 April 2, 2007 6 6-09.3(2) Submittals 7 Number 3. is revised to read: 8 9 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The 10 Runoff Water Disposal Plan shall describe all provisions for the containment, 11 collection, filtering, and disposal of all runoff water and associated contaminants 12 and debris generated by the hydro-demolition process, including containment, 13 collection and disposal of runoff water and debris escaping through breaks in the 14 bridge deck. 15 16 Number 7. is revised to read: 17 18 7. Paving equipment specifications and details of the screed rail support system, 19 including details of anchoring the rails and providing rail continuity. 20 21 6-09.3(6) Further Deck Preparation 22 This section is revised to read: 23 24 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 25 Contractor, with the Engineer, shall perform an inspection of the completed work and 26 the Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. When hydro-demolition is 28 used as the method of scarification, the inspection for further deck preparation shall take 29 place after one pass of the hydro-demolition machine. 30 31 Further deck preparation will be required when any one of the following conditions is 32 present: 33 34 1. Unsound concrete. 35 2. Lack of bond between existing concrete and reinforcing steel. 36 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for 37 a distance of 12-inches or more along the bar. 38 4. Existing non-concrete patches as authorized by the Engineer. 39 40 Further deck preparation performed beyond the areas authorized by the Engineer will • 41 be at the Contractor's expense in accordance with Section 1-05.7. If the concrete 42 overlay is placed on a bridge deck as part of the same contract as the bridge deck 43 construction, then all work associated with the further deck preparation shall be �. 44 performed at no additional expense to the Contracting Agency. 45 46 6-09.3(6)C Placing Deck Repair Concrete 47 This section is revised to read: 48 49 Deck repair concrete for modified concrete overlays shall be either modified concrete or 50 concrete Class M. 51 ow wr 1 Before placing any deck repair concrete, the Contractor shall flush the existing concrete 2 in the repair area with water and make sure that the existing concrete is well saturated. 3 The Contractor shall remove any freestanding water prior to placing the deck repair 4 concrete. The Contractor shall place the deck repair concrete onto the existing concrete 5 while it is wet. 6 7 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck r 8 repairs, and all deck repairs of an area greater than ten square feet (measured at the 9 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in 10 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 11 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 12 13 Small deck repairs, defined as those of an area equal to or less than ten square feet 14 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 15 material during the placement of the concrete overlay. 16 17 6-09.3(14) Checking for Bond 18 The first paragraph is revised to read: 19 20 After the requirements for curing have been met, the entire overlaid surface shall be 21 sounded by the Contractor, in a manner approved by and in the presence of the 22 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded 23 areas shall be removed and replaced by the Contractor with the same modified 24 concrete as used in the overlay. Removal and replacement of the overlay in unbonded 25 areas shall be performed at the expense of the Contracting Agency, except as specified 26 in Section 6-09.3(6) when the overlay is placed on a bridge deck as part of the same „ 27 contract as the bridge deck construction. All cracks, except those that are significant 28 enough to require removal, shall be thoroughly filled and sealed as specified in Section 29 6-09.3(12). 30 31 6-09.4 Measurement 32 The last paragraph is revised to read: 33 34 When further deck preparation is measured by volume, it will be measured by the cubic 35 foot of material removed from the deck repair locations. The depth measurement at 36 each deck repair location will be the average depth beneath a straightedge placed at the 37 level of the existing deck surface. The area measurement at each deck repair location 38 will be the surface area of the removed concrete. 39 40 6-09.5 Payment 41 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 42 43 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 44 furnishing the modified concrete overlay, including the overlay material placed into small 45 deck repairs in accordance with Section 6-09.3(6)C. .r 46 47 SECTION 6-10, CONCRETE BARRIER 48 December 4, 2006 ,r 49 6-10.2 Materials 50 The fourth paragraph is revised to read: 51 ar aw 1 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 2 06.5(4)and be galvanized in accordance with AASHTO M 232. All other hardware shall 3 conform to Section 9-06.5(1)and be galvanized in accordance with AASHTO M 232. 4 5 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 6 April 2, 2007 7 This section including title is revised to read: 8 9 SECTION 6-11, REINFORCED CONCRETE WALLS 10 6-11.1 Description "w 11 This work consists of constructing reinforced concrete retaining walls, including those 12 shown in the Standard Plans, L walls, and counterfort walls. 13 14 6-11.2 Materials 15 Materials shall meet the requirements of the following sections: 16 17 Cement 9-01 18 Aggregates for Portland Cement Concrete 9-03.1 19 Gravel Backfill 9-03.12 20 Premolded Joint Filler 9-04.1(2) 21 Steel Reinforcing Bar 9-07.2 22 Epoxy-Coated Steel Reinforcing Bar 9-07.3 23 Concrete Curing Materials and Admixtures 9-23 24 Fly Ash 9-23.9 25 Water 9-25 26 27 Other materials required shall be as specified in the Special Provisions. 28 29 6-11.3 Construction Requirements 30 31 6-11.3(1) Submittals 32 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 33 accordance with Section 2-09.3(3)D. 34 35 The Contractor shall submit all falsework and formwork plans to the Engineer for 36 approval in accordance with Sections 6-02.3(16)and 6-02.3(17). 37 38 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 39 following information shall be submitted to the Engineer for approval in accordance with 40 Sections 6-01.9 and 6-02.3(28)A: 41 42 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 43 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 44 devices with the manufacturer's recommended safe working capacity, and 45 material specifications. arw 46 47 2. Working drawings and design calculations for the erection of the wall stem 48 panels showing dimensions, support points, support footing sizes, erection 49 blockouts, member sizes, connections, and material specifications. 50 1 3. Design calculations for the precast wall stem panels, the connection between 2 the precast panels and the cast-in-place footing, and all modifications to the 3 cast-in-place footing details as shown in the Plans or Standard Plans. 4r 5 The Contractor shall not begin excavation and construction operations for the retaining 6 walls until receiving the Engineer's approval of the above submittals. 7 No 8 6-11.3(2) Excavation and Foundation Preparation 9 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 10 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 11 replaced in accordance with Section 2-09.3(1)C. 12 13 6-11.3(3) Precast Concrete Wall Stem Panels 14 The Contractor may fabricate precast concrete wall stem panels for construction of 15 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 16 concrete wall stem panels may be used for construction of non-Standard Plan retaining 17 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 18 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 19 20 The precast concrete wall stem panels shall be designed in accordance with the 21 requirements for Load Factor Design in the following codes: 22 23 1. For all loads except as otherwise noted -AASHTO Standard Specifications for 24 Highway Bridges, latest edition and current interims. The seismic design shall 25 use the acceleration coefficient and soil profile type as specified in the Plans. 26 27 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 28 Sound Barriers, latest edition and current interims. 29 30 The precast concrete wall stem panels shall be fabricated in accordance with the 31 dimensions and details shown in the Plans, except as modified in the shop drawings as 32 approved by the Engineer. 33 34 The precast concrete wall stem panels shall be fabricated full height, and shall be 35 fabricated in widths of 8 feet, 16 feet, and 24 feet. 36 37 The construction tolerances for the precast concrete wall stem panels shall be as 38 follows: 39 40 Height ±1/4 inch 41 Width t1/4 inch 42 Thickness +1/4 inch 43 -1/8 inch 44 Concrete cover for steel reinforcing bar +3/8 inch 45 -1/8 inch 46 Width of precast concrete wall stem panel joints ±114 inch 47 Offset of precast concrete wall stem panels f1/4 inch 48 (Deviation from a straight line extending 5 feet on each side of the panel joint) 49 50 The precast concrete wall stem panels shall be constructed with a mating shear key 51 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 52 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- W 1 112 inches maximum. The shear key shall be continuous and shall be of uniform width 2 over the entire height of the wall stem. 3 g, 4 The Contractor shall provide the specified surface finish as noted, and to the limits 5 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 6 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the to 7 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall 8 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on 9 both sides of the wall stem panel. 10 11 The precast concrete wall stem panel shall be rigidly held in place during placement and 12 curing of the footing concrete. 13 14 The precast concrete wall stem panels shall be placed a minimum of one inch into the 15 footing to provide a shear key. The base of the precast concrete wall stem panel shall 16 be sloped % inch per foot to facilitate proper concrete placement. 17 18 To ensure an even flow of concrete under and against the base of the wall panel, a form 19 shall be placed parallel to the precast concrete wall stem panel, above the footing, to 20 allow a minimum one foot head to develop in the concrete during concrete placement. 21 22 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 23 concrete wall stem panel by 1-1/2 inches minimum. 24 25 All precast concrete wall stem panel joints shall be constructed with joint filler installed 26 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet 27 below the final ground level in front of the wall to the top of the wall. The joint filler shall 28 be a nonorganic flexible material and shall be installed to create a waterproof seal at 29 panel joints. 30 31 The soil bearing pressure beneath the falsework supports for the precast concrete wall 32 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 33 the retaining wall. 34 35 6-11.3(4) Cast-In-Place Concrete Construction 36 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, 37 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 38 and Standard Plans. All cast-in-place concrete shall be Class 4000. 39 40 The Contractor shall provide the specified surface finish as noted, and to the limits 41 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 42 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 43 Special Provisions. 44 45 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 46 joints) shall be formed and placed separately, with a minimum 12 hour time period 47 between concrete placement operations. 48 49 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 50 expansion joints in accordance with Section 6-01.14. 51 1 6-11.3(5) Backfill, Weepholes and Gutters oil 2 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 3 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 4 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 5 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 6 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted 7 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. to 8 9 Cement concrete gutter shall be constructed as shown in the Standard Plans. 10 11 6-11.3(6) Traffic Barrier and Pedestrian Barrier 12 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 13 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 14 and Standard Plans. 15 16 6-11.4 Measurement 17 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 18 19 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 20 retaining wall will be measured as specified in Section 6-02.4. 21 22 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 23 cast-in-place concrete barrier. 24 25 6-11.5 Payment 26 Payment will be made in accordance with Section 1-04.1 for each of the following bid 27 items when they are included in the proposal: 28 29 "Conc. Class 4000 For Retaining Wall", per cubic yard. 30 All costs in connection with furnishing and installing weep holes and premolded 31 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 32 4000 for Retaining Wall". ,r 33 34 "St. Reinf. Bar For Retaining Wall", per pound. 35 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 36 37 "Traffic Barrier", per linear foot. 38 "Pedestrian Barrier", per linear'foot. 39 The unit contract price per linear foot for " Barrier" shall be full pay for 40 constructing the barrier on top of the retaining wall, except that when these bid 41 items are not included in the proposal, all costs in connection with performing the 42 work as specified shall be included in the unit contract price per cubic yard for 43 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for 44 Bar For Retaining Wall". 45 46 SECTION 6-12, NOISE BARRIER WALLS 47 April 2, 2007 48 6-12.3(6) Precast Concrete Panel Fabrication and Erection 49 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 7. 50 51 The below new items 5 and 6 are is inserted ahead of renumbered item 7: nir ■r 1 2 5. Precast concrete panels shall not be erected until the foundations for the panels 3 have attained a minimum compressive strength of 3,400 psi. 4 5 6. The bolts connecting the precast concrete panels to their foundation shall be 6 tightened to "snug tight"as defined in Section 6-03.3 (32). "• 7 8 SECTION 6-13, STRUCTURAL EARTH WALLS 9 April 2, 2007 10 6-13.3(2) Submittals 11 The fifth paragraph is revised to read: .r 12 13 The design calculation and working drawing submittal shall include detailed design 14 calculations and all details, dimensions, quantities, and cross-sections necessary to 15 construct the wall. The calculations shall include a detailed explanation of any symbols, 16 design input, material property values, and computer programs used in the design of the 17 walls. All computer output submitted shall be accompanied by supporting hand 18 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used 19 for the wall design, hand calculations supporting MSEW are not required. 20 21 The sixth paragraph is supplemented with the following: 22 23 6. The minimum soil reinforcement length shall be the greater dimension of the 24 following: 25 26 a. 0.7 times the wall design height H. 27 b. 6'-0". 28 c. That required by design to meet internal stability design requirements, soil 29 bearing pressure design requirements, and constructability requirements. 30 31 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 32 This section is supplemented with the following: 33 34 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2- 35 12.3 and 6-13.3(5). 36 37 6-13.3(7) Backfill 38 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to 39 "a plate compactor". A 40 41 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 42, This Section is revised to read: 43 44 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 45 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 46 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The 47 barrier working drawings and supporting calculations shall include, but not be limited to, 48 the following: 49 50 1. Complete details of barrier cross section geometry, including the portion below 51 ground, and accommodations necessary for bridge approach slabs, PCCP, aw 1 drainage facilities, underground utilities, and sign support, luminaire pole, 2 traffic signal standard, and other barrier attachments. 3 to 4 2. Details of the steel reinforcement of the barrier, including a bar list and bending 5 diagram in accordance with Section 6-02.3(24), and including additiona' 6 reinforcement required at sign support, luminaire pole, traffic signal standaro 7 and other barrier attachment locations. 8 9 3. Details of the interface of, and the interaction between, the barrier and the toE 10 layers of structural earth wall reinforcement and facing. 11 12 4. When the Plans specify placement of conduit pipes through the barrier, detail, 13 of conduit pipe and junction box placement. rw 14 15 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 16 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural 17 earth wall working drawings as approved by the Engineer. 18 19 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS do 20 December 4, 2006 21 6-14.3(2) Submittals Ift 22 Item 2 is revised to read: 23 24 2. The Contractor's proposed wall construction method, including proposed forming 25 systems, types of equipment to be used, proposed erection sequence and details 26 of how the backfill will be retained during each stage of construction. 27 28 6-14.3(4) Erection and Backfill go 29 The first sentence in the eighth paragraph is revised to read: 30 31 The Contractor shall place and compact the wall backfill in accordance with the wall 32 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, 33 except as follows: 34 rr 35 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised 36 to"a plate compactor". 37 38 6-14.4 Measurement 39 The first three paragraphs are revised to read: 40 41 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 42 measured by the square foot of face of completed wall. Corner wrap area and 43 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or 44 staked by the Engineer are considered incidental to the wall construction and will not be 45 included in the measurement of the square foot of face of completed geosynthetic 46 retaining wall. 47 48 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 49 Section 2-03.4. 50 wil I Shotcrete facing and concrete fascia panel will be measured by the square foot surface 2 area of the completed facing or fascia panel, measured to the neat lines of the facing or 3 panel as shown in the Plans. When a footing is required, the measurement of the fascia 4 panel area will include the footing. 5 6 6-14.5 Payment 7 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are 8 revised to read: 9 10 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 11 All costs in connection with furnishing and placing backfill material for temporary or 12 permanent geosynthetic retaining walls as specified shall be included in the unit contract 13 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 14 15 SECTION 6-15, SOIL NAIL WALLS 16 August 7, 2006 17 6-15.3(8) Soil Nail Testing and Acceptance 18 The first sentence in the fourth paragraph is revised to read: 19 20 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 21 the maximum test load, whichever is less. 22 23 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 24 August 7, 2006 25 6-16.3(5) Backfilling Shaft ow 26 The first and second paragraphs are revised to read: 27 28 The excavated shaft shall be backfilled with either controlled density fill (CDF), or "" 29 pumpable lean concrete, as shown in the Plans and subject to the following 30 requirements: 31 32 1. Dry shaft excavations shall be backfilled with CDF. 33 34 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 35 .. 36 3. Pumpable lean concrete shall be a Contractor designed mix providing a 37 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable 38 lean concrete will conform to the acceptance requirements specified in Section 39 2-09.3(1)for CDF. 40 41 4. A wet shaft is defined as a shaft where water is entering the excavation and 43 remains present to a depth of six inches or more. 44 5. When the Plans or test hole boring logs identify the presence of a water table 45 at or above the elevation of the bottom of soldier pile shaft, the excavation 46 shall be considered as wet, except as otherwise noted. Such a shaft may be 47 considered a dry shaft provided the Contractor furnishes and installs casing 48 that is sufficiently sealed into competent soils such that water cannot enter the 49 excavation. 50 w. W 1 Placement of the shaft backfill shall commence immediately after completing the shaft 2 excavation and receiving the Engineer's approval of the excavation. CDF or pumpablE''"" 3 lean concrete shall be placed in one continuous operation to the top of the shaft;,,' 4 Vibration of shaft backfill is not required. 5 6 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 7 The first paragraph is revised to read: 8 9 The excavation and removal of CDF and pumpable lean concrete for the lagging 10 installation shall proceed in advance of the lagging, and shall not begin until the CDF" 11 and pumpable lean concrete are of sufficient strength that the material remains in , 12= placed during excavation and lagging installation. If the CDF or pumpable lean concrete 13 separates from the soldier pile, or caves or spalls from around the pile, the Contractoil' 14 shall discontinue excavation and timber lagging installation operations until the CDF and 15 pumpable lean concrete is completely set. The bottom of the excavation in front of the 16 wall shall be level. Excavation shall conform to Section 2-03. 17 18 SECTION 6-17, PERMANENT GROUND ANCHORS 19 August 7, 2006 r 20 6-17.3(8) Testing and Stressing 21 The first sentence in the third paragraph is revised to read: 22 23 The pressure gauge shall be graduated in increments of either 100 psi or two percent of 24 the maximum test load,whichever is less. ,, 25 26 SECTION 7-01, DRAINS 27 August 7, 2006 28 7-01.3 Construction Requirements 29 This section is revised to read: 30 31 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 32 excavated to the grade and line given by the Engineer. 33 34 Section 7-01.3 is supplemented with the following new sub-sections: 35 36 7-01.3(f) Drain Pipe 37 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. 38 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete 39 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be 40 jointed with a bell and spigot joint using a flexible elastomeric seal as described in 41 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with 42 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by 43 the manufacturer of the tubing. 44 45 7-01.3(2) Underdrain Pipe 46 When underdrain pipe is being installed as a means of intercepting ground or surface 47 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 48 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill ia 49 shall be placed to the depth shown in the Plans or as designated by the Engineer. All we 1 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with 2 three passes of a vibratory compactor for each layer. The Contractor shall use care in 3 placing the gravel backfill material to prevent its contamination. ` 4 5 Class 2 perforations shall be used unless otherwise specified. When Class 1 6 perforations are specified the perforated pipe shall be laid with the perforations down. 7 Upon final acceptance of the work, all drain pipes shall be open, clean, and free 8 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall 9 be jointed using either the flexible elastomedc seal as described in Section 9-04.8 or ow 10 solvent cement as described in Section 9-04.9, at the option of the Contractor unless 11 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing 12 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound 13 coupling bands, as recommended by the manufacturer of the tubing. 14 15 SECTION 7-02, CULVERTS .w 16 January 3, 2006 17 7-02.2 Materials 18 The fifth and seventh paragraphs are deleted: 19 20 SECTION 7-04, STORM SEWERS 21 January 3, 2006 22 7-04.2 Materials 23 The fourth and sixth paragraphs are deleted: 24 - 25 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 26 December 4, 2006 27 8-01.3(1) General 28 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 29 replaced with the following: 30 31 Erodible soil not being worked, whether at final grade or not, shall be covered within the 32 following time period, using an approved soil covering practice, unless authorized 33 otherwise by the Engineer. 34 35 In western Washington (west of the Cascade Mountain crest): 36 37 October 1 through April 30 2 days maximum 38 May 1 to September 30 7 days maximum 39 40 In eastern Washington (east of the Cascade Mountain crest.): 41 42 October 1 through June 30 5 days maximum 43 July 1 through September 30 10 days maximum 44 45 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead 46 This section is revised to read: , , 47 1 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 2 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 3 Training in Construction Site Erosion and Sediment Control from a course approved bytir 4 the Washington State Department of Ecology. The ESC Lead shall be listed on the 5 Emergency Contact List required under Section 1-05.13(1). 6 a, 7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 8 plan. Implementation shall•include, but is not limited to: 9 10 1. Installing and maintaining all temporary erosion and sediment control Best' 11 Management Practices (BMPs) included in the TESC plan to assure continued; 12 performance of their intended function. Damaged or inadequate TESC BMPs 13 shall be corrected immediately. 14 15 2. Updating the TESC plan to reflect current,field conditions. 16 17 When a TESC plan is included in the contract plans, the Contractor shall inspect all on- 18 site erosion and sediment control BMPs at least once every calendar week and within 19 24 hours of runoff events in which stormwater discharges from the site. Inspections of„j 20 temporarily stabilized, inactive sites may be reduced to once every calendar month. 21 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall 22 be completed for each inspection and a copy shall be submitted to the Engineer no later 23 than the end of the next working day following the inspection. 24 25 8-01.3(2)E Tacking Agent and Soil Binders 26 The third paragraph, (PAM) is revised to read: 27 28 Soil Binding Using Polyacrylamide (PAM) 29 The PAM shall be applied on bare soil completely dissolved and mixed in water or 30 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 31 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of 32 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved 33 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held 34 fertilizer spreader or a tractor-mounted spreader. 35 + 36 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 37 The second paragraph under East of the summit of the Cascade Range, beginning with "The 38 Contractor will be responsible", is deleted. 39 40 8-01.3(9)A Silt Fence 41 The fifth paragraph is revised to read: 42 43 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 44 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall 45 have a minimum weight of 0.90 Ibs/ft 46 47 8-01.4 Measurement to 48 This section is supplemented with the following: 49 50 Coir log will be measured by the linear foot along the ground line of the completed 51 installation. 52 to 1 8-01.5 Payment 2 The following bid item is inserted after"Compost Sock", per linear foot: ON 3 4 "Coir Log", per linear foot 5 �" 6 This section is supplemented with the following: 7 9 "Mowing", per acre. 10 SECTION 8-02, ROADSIDE RESTORATION 11 April 3, 2006 W. 12 8-02.3(8) Planting 13 The seventh and eighth paragraphs are deleted and replaced with the following: 14 •+ 15 All burlap, baskets, string, wire and other such materials shall be removed from the hole 16 when planting balled and burlapped plants. The plant material shall be handled in such 17 a manner that the root systems are kept covered and damp at all times. The root 18 systems of all bare root plant material shall be dipped in a slurry of silt and water 19 immediately prior to planting, The root systems of container plant material shall be 20 moist at the time of planting. In their final position, all plants shall have their top true root 21 (not adventitious root) no more than 1" below the soil surface, no matter where that root 22 was located in the original root ball or container. After planting, the backfill material and 23 root ball shall be thoroughly watered in within 24 hours. 24 25 8-02.3(9) Pruning, Staking, Guying, and Wrapping 26 The first paragraph is revised to read: 27 "" 28 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 29 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in 30 such a manner as to retain or to encourage natural growth characteristics of the plants. 31 All other pruning shall be performed only after the plants have been in the ground at 32 least one year. 33 34 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 35 December 4, 2006 36 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 37 The first paragraph is supplemented with the following: 38 •� 39 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 40 pavement surface at the rate ordered by the Engineer. 41 •�• 42 8-04.4 Measurement 43 The first paragraph is revised to read: 44 45 All curbs, gutters, and spillways will be measured by the linear foot along the line and 46 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 47 cement concrete curb and cement concrete curb and gutter, when constructed across 48 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 49 wo r. 00 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 so 3 8-06.2 Materials 4 The second paragraph is deleted. 5 to 6 8-06.3 Construction Requirements 7 The following new paragraph is inserted in front of existing paragraph one. 8 rri 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement 11 Concrete Pavement conforming to the requirements of Section 5-05. 12 13 SECTION 8-08, RUMBLE STRIPS 14 April 3, 2006 to 15 8-08.1 Description 16 The first sentence is revised to read: 17 18 This work consists of constructing centerline and shoulder rumble strips by grinding hot 19 mix asphalt. 20 21 8-08.3 Construction Requirements 22 The first sentence in the first paragraph is revised to read: 23 24 The equipment shall have a rotary type cutting head or series of cutting heads capable 25 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard 26 Plans. 27 28 The third sentence in the third paragraph is revised to read: 29 30 All cuttings and other debris shall become the property of the Contractor and be 31 disposed of outside the project limits. 32 33 SECTION 8-09, RAISED PAVEMENT MARKERS 34 April 3, 2006 35 8-09.3(5) Recessed Pavement Marker 36 This section is revised to read: 37 38 Construct recesses for pavement markers by grinding the pavement in accordance with 39 the dimensions shown in the Standard Plans. This work shall include cleanup and 40 disposal of cuttings and other resultant debris. Prepare the surface in accordance with 41 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard 42 Plans and Section 8-09.3(4). 43 44 SECTION 8-11, GUARDRAIL 45 April 2, 2007 46 8-11.3(1)A Erection of Posts 47 The second sentence of the second paragraph is revised to read: wr 1 2 The length of the posts for beam guardrail with long posts shall be as specified in the ,w 3 Plans. 4 5 8-11.3(1)C Erection of Rail .r 6 The first paragraph is supplemented with the following: 7 8 Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of do 9 galvanizing repair paint Formula A-9-73 meeting the requirements of Section 9-08.2. 10 11 8-11.3(4) Removing Guardrail 12 This section including title is revised to read: 13 14 8-11.3(4) Removing Guardrail and Guardrail Anchor 15 Removal of the various types of guardrail shall include removal of the rail, cable dw 16 elements, hardware, and posts, including transition sections, expansion sections and 17 terminal sections . Removal of the various types of guardrail anchors shall include 18 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel r 19 tubes and any other appurtenances in the anchor assembly. All holes resulting from the 20 removal of the guardrail posts and anchors shall be backfilled with granular material in 21 layers no more than 6-inches thick and compacted to a density similar to that of the 22 adjacent material. The removed guardrail items shall become the property of the 23 Contractor. 24 25 8-11.3(5) Raising Guardrail 26 This section is revised to read: 27 28 For raising guardrail anchors and raising guardrail terminals, the existing guardrail posts 29 shall be raised to attain the guardrail height shown in the Plans, measured from the top 30 of the rail to the finished shoulder surface. The material around each post shall be 31 tamped to prevent settlement of the raised post. 32 33 For raising all other guardrail, the existing guardrail posts shall not be raised to attain 34 the new mounting height. The existing rail elements and blocks shall be removed from 35 the guardrail post. The Contractor shall field drill new 3/4" diameter holes in the existing 36 posts to accommodate the 5/8" diameter button head bolts. When existing guardrail 37 posts are galvanized steel, the new drill holes shall be painted with two coats of �. 38 galvanizing repair paint, Formula A-9-73; meeting the requirements of Section 9-08.2. 39 The Contractor shall then reinstall the guardrail block and rail element at the new 40 mounting height shown in the Plans, measured from the top of the rail to the finished 41 shoulder surface. The new position of the top of the block shall not be more than four 42 inches above the top of the guardrail post. 43 ,wr 44 The Contractor shall remove and replace any existing guardrail posts and blocks that 45 are not suited for re-use, as staked by the Engineer. The void caused by the removal of 46 the post shall be backfilled and compacted. The Contractor shall then furnish and install 47 a new guardrail post to provide the necessary mounting height. 48 49 8-11.4 Measurement 50 The first paragraph is revised to read: 51 Ow dw w 1 Measurement of beam guardrail and beam guardrail with long posts will be by the linear 2 foot measured along the line of the completed guardrail, including expansion section" 3 and will also include the end section for F connections. No 4 5 The last sentence of the last paragraph is revised to read: 6 go 7 This will include transition sections, expansion sections, anchors, and terminal sections, 8 and replacement of any hardware that is damaged or missing but is required to provide 9 a complete installation. to 10 11 This section is supplemented with the following: 12 13 Measurement of beam guardrail post used for raising guardrail will be per each. 16" 14 15 Measurement of beam guardrail blocks used for raising guardrail will be per each. 16 17 8-11.5 Payment 18 This section is supplemented with the following, to be inserted after"Beam Guardrail Type 1- 19 Ft. Long Post", per linear foot.: to 20 21 "Beam Guardrail Type 31- Ft. Long Post", per linear foot. 22 23 The paragraph following "Weathering St. Beam Guardrail Type per linear foot, is 24 revised to read: 25 to 26 The unit contract price per linear foot for"Beam Guardrail Type °, "Beam Guardrail 27 Type 1- Ft. Long Post", "Beam Guardrail Type 31- Ft. Long Post", or 28 "Weathering St. Beam Guardrail Type " shall include all CRT posts, additional rail 29 elements when nested rail is required, and connection to concrete masonry structures. 30 31 This section is supplemented with the following, to be inserted after "Raising Existing Beam 32 Guardrail", per linear foot: 33 34 The unit contract price per linear foot for "Raising`'Existing Beam Guardrail", per linear 35 foot shall be full pay for raising existing posts, compacting existing material, field drilling ' 36 existing posts, raising guardrail and blocks, furnishing and installing new bolts, painting 37 galvanized steel posts with galvanizing paint, and replacing any hardware that is 38 damaged or missing but is required to provide a complete installation. 39 40 This section is supplemented with the following: 41 2, 42 "Beam Guardrail Post", per each. 43 The unit contract price per each for "Beam Guardrail Post" shall include furnishing and 44 installing the new post, removal and disposal of the existing post, and backfilling and 45 compacting the void created by the post removal. 46 47 "Beam Guardrail Block", per each. 48 The unit contract price per each for "Beam Guardrail Block" shall include furnishing and 49 installing the new block, and removal and disposal of the existing block. 50 ®r I SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 3 8-14.2 Materials 4 The second paragraph is deleted. dr 5 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 ow 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 dw 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type ", per each, the second 14 sentence is revised to read: aw 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades to 18 shown, and shall include all costs thereof in the unit contract price per square yard for 19 "Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type " wr 21 22 SECTION 8-16, CONCRETE SLOPE PROTECTION 23 August 7, 2006 24 8-16.2 Materials 25 The material "Concrete Class 3000" and referenced section "6-02"are revised to read: 26 27 Commercial Concrete 6-02.3(2)B 28 29 8-16.3(3) Poured in Place Cement Concrete 30 In the second paragraph, the words "Class 3000 cement"are revised to read "commercial". 31 32 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 33 ELECTRICAL 34 December 4, 2006 a 35 8-20.3(2) Excavating and Backfilling 36 The third paragraph is revised to read: 37 38 The excavations shall be backfilled in conformance with the requirements of Section 2- 39 09.3(1)E, Structure Excavation. 40 41 8-20.3(4) Foundations 42 The second paragraph is revised to read: 43 t " 44 The bottom of concrete foundations shall rest on firm ground. If the portion of the 45 foundation beneath the existing ground line is formed or cased instead of being cast 46 against the existing soil forming the sides of the excavation, then all gaps between the 47 existing soil and the completed foundation shall be backfilled and compacted in 48 accordance with Section 2-09.3(1)E. W. 1 2 The thirteenth paragraph is revised to read: 3 4 Both forms and ground which will be in contact with the concrete shall be thoroughly 5 moistened before placing concrete; however, excess water in the foundation excavatior 6 will not be permitted. Foundations shall have set at least 72 hours prior to the remova 7 of the forms. All forms shall be removed, except when the Plans or Special Provisions 8 specifically allow or require the forms or casing to remain. 9 10 8-20.3(9) Bonding, Grounding wo 11 The first, second, and fourth paragraphs are revised to read: 12 13 All metallic appurtenances containing electrical conductors (luminaires, light standards;" 14 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to 15 form continuous systems, that shall be effectively grounded. 16 Orr 17 Where conduit is installed, the installation shall include an equipment ground conductor, 18 in addition to the conductors noted in the contract. Bonding jumpers and equipment 19 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 20 Where existing conduits are used for the installation of new circuits, an equipment- 21 grounding conductor shall be installed unless an existing equipment ground conductor, 22 which is appropriate for the largest circuit, is already present in the existing raceway.,, 23 The equipment ground conductor between the isolation switch and the sign lighter 24 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel 25 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be 26 sized by the largest overcurrent device serving any circuit contained within the conduit. 27 28 Supplemental grounding shall be provided at light standards, signal standards, 29 cantilever and sign bridge structures. Steel sign posts which support signs with sign 30 lighting or flashing beacons shall also have supplemental grounding. The supplemental 31 ground conductor shall be connected to the foundation rebar (all rebar crossings shall 32 be wire tied) by means of a grounding connector listed for use in concrete, and lead up ' 33 directly adjacent to a conduit installed within the foundation. The free end of the 34 conductor shall be terminated to the ground terminal, with an approved clamp, within 35 the pole. If no ground terminal is provided, bond to standard or post. Three feet of nr 36 slack shall be provided inside the standard. Where a concrete and rebar foundation is 37 not used the supplemental ground shall be a grounding electrode placed in the hole 38- next to the post prior to back fill. For light standards, signal standards, cantilever and r 39 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 40 AWG stranded copper conductor. For steel sign posts which support signs with sign 41 lighting or flashing beacons the supplemental grounding conductor shall be a non- 42 insulated 6 AWG stranded copper conductor. 43 44 8-20.3(14)E Signal Standards „ 45 The second paragraph is revised to read: 46 47 Signal standards shall not be erected on concrete foundations until the foundations 48 have attained 2400 psi or 14 days after concrete placement. Signal standards without 49 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be 50 erected but the messenger cable (span wire) shall not be placed until the foundation has 51 attained 2400 psi or 14 days after concrete placement. 52 VA no ON 1 SECTION 8-21, PERMANENT SIGNING 2 January 3, 2006 aw 3 8-21.3(9)F Bases 4 The second paragraph is revised to read: aw 5 6 The excavation and backfill shall be in conformance with the requirements of Section 2- 7 09.3(1)E. 8 N 9 The fifth paragraph is revised to read: 10 11 The bottom of concrete foundations shall rest on firm ground. If the portion of the to 12 foundation beneath the existing ground line is formed or cased instead of being cast 13 against the existing soil forming the sides of the excavation, then all gaps between the 14 existing soil and the completed foundation shall be backfilled and compacted in d 15 accordance with Section 2-09.3(1)E. 16 17 The fourteenth paragraph is revised to read: r 18 19 Both forms and ground which will be in contact with the concrete shall be thoroughly 20 moistened before placing concrete; however, excess water in the foundation excavation 21 will not be permitted. Forms shall not be removed until the concrete has set at least 22 three days. All forms shall be removed, except when the Plans or Special Provisions 23 specifically allow or require the forms or casing to remain. 24 25 SECTION 8-22, PAVEMENT MARKING 26 April 2, 2007 27 8-22.1 Description 28 This section is revised to read: 29 30 This work consists of furnishing, installing, and removing pavement markings upon the 31 roadway surface in accordance with the Plans, Standard Plans, the FHWA publication 32 Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, 33 at locations shown in the Contract or as ordered by the Engineer in accordance with 34 Section 1-04.4. 35 36 Pavement Markings may be either Longitudinal (long) Line Markings or Transverse 37 Markings. Longitudinal line markings are generally placed parallel and adjacent to the 38 flow of traffic. Transverse markings are generally placed perpendicular and across the 39 flow of traffic. Word and symbol markings are classified as transverse markings. 40 Traffic letters used in word messages shall be 8-feet high with the exception of the "R" 41 in the railroad crossing symbol which shall be as shown in the Standard Plans. 42 43 8-22.2 Materials 44 This section is revised to read: 45 46 Material for pavement marking shall be paint or plastic as noted in the bid item meeting 47 the requirements of Section 9-34. Glass beads for paint shall meet the requirements of 48 Section 9-34.4. Glass beads for plastic shall be as recommended by the material 49 manufacturer. 50 MW a 1 8-22.3(2) Preparation of Roadway Surfaces 2 The following new sentence is inserted after the first sentence in the second paragraph: 3 4 The temperature requirement may be superseded by the material manufacturers written 5 installation instructions. 6 7 The last sentence in the third paragraph is revised to read: 8 9 These cure periods may be reduced if the manufacturer performs a successful bon(,, 10 test and approves the reduction of the pavement cure period. 11 12 8-22.3(3) Marking Application 13 This section is revised to read: 14 15 Marking colors 16 Lane line and right edge line shall be white in color. Center line and left edge line shal 17 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 18 Standard Plans. 19 20 Line Patterns 21 Solid line—a continuous line without gaps. 22 23 Broken line—a line consisting of solid line segments separated by gaps. 24 25 Dotted line — a broken line with noticeably shorter line segments separated by4 i 26 noticeably shorter gaps. 27 28 Line Surfaces 29 Flat Lines —Pavement marking lines with a flat surface. 30 31 Profiled Marking—A profiled pavement marking is a marking that consists of a base line , 32 thickness and a profiled thickness which is a portion of the pavement marking line that is 33 applied at a greater thickness than the base line thickness. Profiles shall be applied 34 using the extruded method in the same application as the base line. The profiles may 35 be slightly rounded provided the minimum profile thickness is provided for the length of 36 the profile. See the Standard Plans for the construction details. 37 38 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse to 39 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 40 the construction details. 41 42 Line Applications 43 Surface line—a line applied directly to the pavement surface. 44 45 Grooved Line—A line constructed by grinding or saw cutting a groove into the pavement 46 surface and spraying, extruding or gluing pavement marking material into the groove. 47 The groove depth is dependent upon the material used, the pavement surface and to 48 location. See the project Plans and Special Provisions. 49 50 Two applications of paint will be required to complete all paint markings. The second 51 application of paint shall be squarely on top of the first pass. The time period between 1 paint applications will vary depending on the type of pavement and paint (low VOC 2 waterbome, high VOC solvent, or low VOC solvent)as follows: 3 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 hours min., Treatment 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Low VOC Waterborne 4 hours min., Pavement 30 days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., ■r 1 30 days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 days max. 4 No 5 Centerlines on two lane highways with broken line patterns, paint or plastic, shall be 6 applied in the increasing mile post direction so they are in cycle with existing broken line 7 patterns at the beginning of the project. Broken line patterns applied to multi-lane or "" 8 divided roadways shall be applied in cycle in the direction of travel. 9 10 Where paint is applied on centerline on two-way roads with bituminous surface 11 treatment or centerline rumble strips, the second paint application shall be applied in the 12 opposite (decreasing mile post) direction as the first application (increasing mile post) 13 direction. This will require minor broken line pattern corrections for curves on the • 14 second application. 15 16 Application Thickness 17 Pavement markings shall be applied at the following base line thickness measured 18 above the pavement surface or above the groove bottom for grooved markings in 19 thousandths of an inch (mils): 20 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint-second coat spray 15 15 15 Type A-flat/transverse&symbols extruded 125 125 125 aw Type A-flattlong line&symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 + ► Type A-embossed with profiles extruded 160 160 160 Type A—grooved/flat/long line extruded 230 230 230 Type B-flat/transverse&symbols heat 125 125 125 wr fused Type C-2-flat/transverse &symbols adhesive 90 90 NA Type C-1 &2-flattlong line adhesive 60 60 NA Type C-1 -grooved/flat/long line adhesive 60 60 NA Ow t" Type D-flat/transverse&symbols spray 120 120 120 Type D-flat/transverse&symbols extruded 120 120 120 Type D-flat/long line spray 90 90 120 40 Type D-flattlong line extruded 90 90 120 Type D-profiled/long line extruded 90 90 120 Type D—grooved/flatAong line extruded 230 230 230 1 2 Liquid pavement marking material yield per gallon depending on thickness shall notir 3 exceed the following: 4 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 15 322 108 16 30 161 54 40 125 42 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 5 ■i 6 Solid pavement marking material (Type A).yield per 50 pound bag shall not exceed the 7 following: 8 Mils thickness Feet of 4" line/50#bag Square feet/50# bag 30-flat 358 120 45-flat 240 80 ` 60-flat 179 60 wy 90-flat 120 40 Sri 90-flat with profiles 67 23 120-flat 90 30 120-flat with profiles 58 20 125-embossed 86 29 125-embossed with 58 20 40 profiles 230-flat grooved 47 15 9 10 All grooved plastic lines shall be applied into a groove cut or ground into the pavement. 11 For Type A or D material the groove shall be cut or ground with equipment to produce a 12 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 40 13 with equipment to produce a smooth bottom square groove with a width in accordance W 1 with the material manufacturer's recommendation. The groove depth for Type C-1 2 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D 3 material shall be as shown in the Plans. After grinding, clean the groove by a method 4 approved by Engineer. Immediately before placing the marking material clean the 5 groove with high pressure air. 6 7 Section 8-22.3 is supplemented with the following new sub-section. 8 9 8-22.3(3)A Glass beads r" 10 Top dress glass beads shall be applied to all spray and extruded pavement marking 11 material. Glass beads shall be applied by a bead dispenser immediately following the 12 pavement marking material application. Glass bead dispensers shall apply the glass 13 beads in a manner such that the beads appear uniform on the entire pavement marking 14 surface with 50 to 60% embedment. Hand casting of beads will not be allowed. 15 Ow 16 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 17 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be 18 applied at the rate recommended by the marking material manufacturer. 19 20 When two or more spray applications are required to meet thickness requirements for 21 Type A and Type D materials, top dressing with glass beads is only allowed on the last 22 application. The cure period between successive applications shall be in accordance 23 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall 24 be swept or blown off the line prior to application of each successive application. 25 Successive applications shall be applied squarely on top of the preceding application. 26 27 8-22.3(5) Installation Instructions 28 This section including title is revised to read: 4W 29 30 8-22.3(5) Plastic Installation Instructions 31 Installation instructions for plastic markings shall be provided for the Engineer. All 32 materials including glass beads shall be installed according to the manufacturer's 33 recommendations. A manufacturer's technical representative shall be present at the 34 initial installation of plastic material to approve the installation procedure or the material 35 manufacturer shall certify that the Contractor will install the plastic material in 36 accordance with their recommended procedure. 37 38 8-22.4 Measurement 39 This section is revised to read: 40 41 Center line, center line with no pass line, double center line, double lane line, edge line, 42 solid lane line, dotted extension line, lane line, reversible lane line, and two-way left turn 43 center line will be measured by the completed linear foot as "Paint Line", "Plastic Line", w. 44 "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line", 45 "Inlaid Plastic Line" or"Grooved Plastic Line". 46 47 The measurement for "Paint Line" will be based on a marking system capable of 48 simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will 49 be made for the unmarked area when the marking includes a broken line such as center 50 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or 51 two-way left turn center line. No additional measurement will be made when more than aw Ow a6 1 one line can be installed on a single pass such as center line with no-pass line, double 2 center line, double lane line, reversible lane line, or two-way left turn center line. 3 W 4 The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", 5 "Profiled Embossed Plastic Line", "Inlaid Plastic Line" or"Grooved Plastic Line" will bE 6 based on the total length of each 4-inch wide plastic line installed. No deduction will bE. 7 made for the unmarked area when the marking includes a broken line such as, center 8 line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or , 9 two-way left turn center line. 10 11 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled 12 Plastic Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier 13 Center Line", "Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line",i 14 will be based on the total length of each painted, plastic or profiled plastic line installed. 15 No deduction will be made for the unmarked area when the marking includes a broken 16 line such as, wide broken lane line, drop lane line, or wide dotted lane line. The" 17 measurement for double wide lane line will be based on the total length of each wide 18 lane line installed. 19 20 No additional measurement for payment will be made for the required second 21 application of paint. No additional measurement for payment will be made for additional 22 applications required to meet thickness requirements for plastic markings. 23 aw 24 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 25 stalls are constructed of painted or plastic 4 inch or 8 inch lines in the color and pattern 26 shown in the Standard Plans. These lines will be measured as "Painted Line", "Plastic 27 Line "Painted Wide Line" or "Plastic Wide Line" by the linear foot of line installed. 28 Crosswalk line will be measured by the square foot of marking installed. 29 30 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 31 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 32 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 33 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 34 regardless of the number of arrow heads. 35 rr 36 Removal of lines, 4-inches, 8-inches, 18 inches and 20-inches in width will be measured 37 by the linear foot, with no deduction being made for the unmarked area when the 38 marking includes a gap. rr 39 40 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 41 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial , 42 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 43 bump symbol will be measured per each. Removal of crosswalk lines will be measured 44 by the square foot of lines removed. 45 46 8-22.5 Payment 47 This section is revised to read: 48 49 Payment will be made in accordance with Section 1-04.1, for each of the following bid 50 items that are included in the proposal: 51 52 "Paint Line", per linear foot. rr r 1 "Plastic Line", per linear foot. 2 "Embossed Plastic Line", per linear foot. ,,,,,, 3 "Profiled Plastic Line", per linear foot. 4 "Profiled Embossed Plastic Line", per linear foot. 5 "Inlaid Plastic Line", per linear foot. dw 6 "Grooved Plastic Line", per lineal foot. 7 "Painted Wide Lane Line", per linear foot. 8 "Plastic Wide Lane Line", per linear foot. 9 "Profiled Plastic Wide Lane Line", per linear foot. 10 "Painted Wide Line", per linear foot. 11 "Plastic Wide Line", per linear foot. 12 "Painted Barrier Center Line", per linear foot. • 13 "Plastic Barrier Center Line", per linear foot. 14 "Painted Stop Line", per linear foot. 15 "Plastic Stop Line", per linear foot. Aw 16 "Painted Crosswalk Line", per square foot. 17 "Plastic Crosswalk Line", per square foot. 18 "Painted Traffic Arrow", per each. im 19 "Plastic Traffic Arrow", per each. 20 "Painted Traffic Letter", per each. 21 "Plastic Traffic Letter", per each. Ow 22 "Painted Access Parking Space Symbol", per each. 23 "Plastic Access Parking Space Symbol", per each. 24 "Painted Railroad Crossing Symbol", per each. 25 "Plastic Railroad Crossing Symbol", per each. 26 "Painted Bicycle Lane Symbol", per each. 27 "Plastic Bicycle Lane Symbol", per each. 28 "Painted Drainage Marking", per each. 29 "Plastic Drainage Marking", per each. 30 "Painted Aerial Surveillance Full Marker", per each. 31 "Plastic Aerial Surveillance Full Marker", per each. 32 "Painted Aerial Surveillance 1/2 Marker", per each. 33 "Plastic Aerial Surveillance 1/2 Marker", per each. 34 "Painted Access Parking Space Symbol with Background", per each. 35 "Plastic Access Parking Space Symbol with Background", per each. 36 "Painted HOV Lane Symbol", per each. 37 "Plastic HOV Lane Symbol", per each. 4, 38 "Painted Yield Line Symbol", per each. 39 "Plastic Yield Line Symbol", per each. 40 "Painted Yield Ahead Symbol", per each. 41 "Plastic Yield Ahead Symbol", per each. `�` 42 "Painted Speed Bump Symbol", per each. 43 "Plastic Speed Bump Symbol", per each. 44 "Removing Paint Line", per linear foot. 45 "Removing Plastic Line", per linear foot. 46 "Removing Painted Crosswalk Line", per square foot. 47 "Removing Plastic Crosswalk Line", per square foot. 48 "Removing Painted Traffic Marking", per each . 49 "Removing Plastic Traffic Marking", per each . 50 aw 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read: 5 „rr 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the materia' 8 will be considered as failing to meet the minimum specified sand equivalent. 9 10 SECTION 9-01, PORTLAND CEMENT 11 April 2, 2007 12 9-01.2(1) Portland Cement 13 The second sentence in the first paragraph is revised to read: 14 15 The total amount of processing additions used shall not exceed 1% of the weight of 16 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long 17 as it complies with the requirements of ASTM C-465. 18 19 9-01.2(4) Blended Hydraulic Cement 20 The first paragraph is revised to read: 21 22 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) '{ 23 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not.* 24 exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 25 content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated 26 as 2.650A1203 minus 1.692Fe203, and meet the following additional requirements: „ 27 28 SECTION 9-02, BITUMINOUS MATERIALS 29 January 3, 2006 4 30 9-02.1(4) Asphalt Binders 31 This section including title is revised to read: 32 33 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 34 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the 35 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 36 314) of M 320 is not a specification requirement. 37 38 9-02.1(4)A Performance Graded Asphalt Binder 39 This section including title is revised to read: 40 41 9-02.9(4)A Quality Control Plan 42 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 43 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 44 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 45 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 46 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 47 PGAB meets the specification requirements of the contract. 46 48 err .r 1 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 2 This section is revised to read: No 3 4 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer 5 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. aw 6 The asphalt CRS-2P shall meet the following specifications: 7 AASHTO Test Specifications �. Method Minimum Maximum Viscosity @122°F, SFS T59 100 400 Storage Stability 1 day% T 59 ___ 1 Demulsibility 35 ml. 0.8% Dioctyl T 59 40 --- Sodium Sulfosuccinate „ Particle Charge T 59 positive — Sieve Test% T 59 --- 0.30 Distillation it distillate by vol. of emulsion % T 59"Ote' 0 3 No esidue T 59 note' 65 --- Test on the Residue From Distillation as Penetration @77°F T 49 100 250 AW orsional Recovery % note 2 18 or oughness/Tenacity in-lbs note 3 50/25 --- 8 9 me 'Distillation modified to use 300 grams of emulsion heated to 350°F t 9°F and 10 maintained for 20 minutes. 11 12 note 2The Torsional Recovery test shall be conducted according to the California 13 Department of Transportation Test Method No. 332. The residue material for this 14 test shall come from California Department of Transportation Test Method No. 331. 15 16 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 77°F, 17 20 in. per minute pull. Tension head 7/,B in. diameter. 18 19 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 20 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 21 method is used for acceptance the supplier must supply all test data verifying 22 specification conformance. 23 r. I SECTION 9-03, AGGREGATES 2 April 2, 2007 w► 3 9-03.1(4)A Deleterious Substances 4 The reference to"AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 5 go 6 9-03.4(2) Grading and Quality 7 The reference to"AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 8 9 9-03.8(2) HMA Test Requirements 10 In the first paragraph, item 2. and the associated graph are revised to read: 11 12 2. The fracture requirements for the combined coarse aggregate shall apply to the 13 material retained on the U.S. No. 4 sieve and above, when tested in accordance 14 with FOP for AASHTO TP 61. 15 ESAL's #Fractured %Fracture (millions) Faces < 10 1 or more 90 > 10 2 or more 90 16 'u 17 9-03.9(3) Crushed Surfacing 18 The reference to"AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 19 20 9-03.20 Test Methods for Aggregates 21 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 22 "AASHTO TP 61". 23 24 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 25 April 2, 2007 26 9-05.1(1) Concrete Drain Pipe 27 This section is revised to read: 28 29 Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage 30 pipe. 31 32 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 33 This section including title is revised to read: err 34 35 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 36 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type 4 37 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth 38 inner liner).The maximum size pipe shall be 10 inches in diameter. 39 40 9-05.2(3) Perforated Bituminized Fiber Underdrain Pipe 41 This section including title is revised to read: 42 43 9-05.2(3) Vacant 44 r 1 9-05.1(7) Corrugated Polyethylene Drain Pipe 2 This section including title is revised to read: • 3 4 9-05.9(7) Corrugated Polyethylene Drain Pipe (92-inch through 60-inch) 5 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall r 6 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 7 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 8 -, 9 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 10 Pipe 11 This section including title is revised to read: 12 13 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 90- 14 inch) 15 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 16 AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 17 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 18 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the r 19 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 20 21 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 22 This section including title is revised to read: 23 24 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (92-inch 25 through 60-inch) 26 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 27 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 28 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 29 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 30 uniformly spaced along the length and circumference of the pipe. 31 32 9-05.3(1)A End Design and Joints 33 The second paragraph is revised to read: r. 34 35 The plane of the ends of the pipes shall be perpendicular to their longitudinal axes. 36 37 9-05.4(3) Protective Treatment 38 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 39 40 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 41 Solid Wall PVC Sanitary Sewer Pipe 42 The first paragraph is revised to read: 43 44 Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC 45 sanitary sewer pipe and fittings shall be solid wall construction and shall conform to the 46 following requirements: 47 48 For pipe sizes up to 15 inches: ASTM D 3034 SDR 35 49 50 For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 51 psi in accordance with Table 1. 1 2 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 3 and Profile Wall PVC Sanitary Sewer Pipe 4 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet thwn 7 requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary 8 sewer pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The 9 maximum pipe diameter shall be as specified in the Qualified Products List. , 10 11 The fifth paragraph is revised to read: - 12 13 Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46;6 14 or ASTM F 1803. 15 16 9-05.15 Metal Castings 17 This section is revised to read: 18 19 For all metal castings the producing foundry shall provide certification stating the 20 country of origin, the material meets the required ASTM or AASHTO specification noted 21 in the subsections below. The producing foundry shall detail all test results from 22 physical testing to determine compliance to the specifications. The test reports shallai 23 include physical properties of the material from each heat and shall include tensile, 24 yield, and elongation as specified in the appropriate ASTM or AASHTO specification. 25 For AASHTO M 306, Section 8, Certification is deleted and replaced with the abovedi 26 certification and testing requirements. 27 28 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 29 repaired. Porosity in metal castings for drainage structures shall be considered a 30 workmanship defect subject to rejection by the Engineer. Metal castings made from 31 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal 32 castings made from cast steel shall conform to the requirements of Section 9-06.8. All do 33 metal castings shall meet the proof load testing requirements of AASHTO M 306. 34 35 9-05.15(1) Manhole Ring and Cover 36 This section is revised to read: 37 38 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile 39 iron. 40 41 All covers shall be interchangeable within the dimensions shown in the Standard Plans. 42 All mating surfaces shall be machine finished to ensure a nonrocking fit. 43 44 The inside vertical recessed face of the ring and the vertical outside edge of the cover 45 shall be machined or manufactured to the following tolerances: 46 47 Ring +3/32 inch to -3/32 inch 48 Cover +3/32 inch to -3/32 inch 49 50 All manhole rings and covers shall be identified by the name or symbol of the producing 51 foundry and country of casting origin. This identification shall be in a plainly visible 52 location when the ring and cover are installed. Ductile iron shall be identified by the tw 1 following, "DUC" or "DI." The producing foundry and material identification shall be 2 adjacent to each other and shall be minimum % inch to maximum 1 inch high letters, 3 recessed to be flush with the adjacent surfaces. 4 5 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 6 The first and second paragraphs are revised to read: 7 8 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or 9 ductile iron, and as shown in the Standard Plans. 10 11 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel 12 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are 13 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The 14 producing foundry's name and material designation shall be embossed on the top of the 15 grate. The material shall be identified by the following: "CS" for cast steel or "DUC° or o+ 16 "DI"for ductile iron and shall be located near the producing foundry's name. 17 18 9-05.15(3) Cast Metal Inlets dw 19 The first sentence is revised to read: 20 21 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the we 22 Standard Plans. 23 24 9-05.19 Corrugated Polyethylene Culvert Pipe 25 The first paragraph is revised to read: 26 27 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 to 28 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 29 30 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS we 31 December 4, 2006 32 9-06.5(4) Anchor Bolts 33 The first and second paragraphs are revised to read: "" 34 35 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 36 specked, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, s" 37 and S4. 38 39 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, No 40 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 41 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 42 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall No 43 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 44 45 9-06.9 Gray Iron Castings No 46 The AASHTO requirement is revised to read "AASHTO M 306". 47 I SECTION 9-07, REINFORCING STEEL 2 December 4, 2006 3 9-07.2 Deformed Steel Bars 4 The first sentence in the first paragraph is revised to read: 5 6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast 8 in-place components of bridge structures (excluding sidewalks and barriers but including 9 shafts and concrete piles), and for precast substructure components of bridge 10 structures, shall conform to ASTM A 706 only. 11 12 SECTION 9-08, PAINTS N" 13 April 2, 2007 14 9-08.2 Paint Formulation – General 66 15 In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the 16 federal standard for Color is revised to read: 17 to 18 Color: Match Federal Standard 595B 19 20 SECTION 9-09, TIMBER AND LUMBER to 21 August 7, 2006 22 9-09.2(3) Inspection Go 23 This section is revised to read: 24 25 Timber and lumber requiring a grade stamp shall be marked with a certified lumber" 26 grade stamp provided by one of the following agencies: 27 28 West Coast Lumber Inspection Bureau (WCLIB) , 29 Western Wood Products Association (WWPA) 30 Pacific Lumber Inspection Bureau (PLIB) 31 Any lumber grading bureau certified by the American Lumber Standards Committee 32 33 Timber and Lumber requiring a grading certificate shall have a certificate that was 34 issued by either the grading bureau whose stamp is shown on the material, or by the 35 lumber mill, which must be under the supervision of one of the grading bureaus listed 36 above. The certificate shall include the following: 37 38 Name of the mill performing the grading to 39 The grading rules being used 40 Name of the person doing the grading with current certification 41 Signature of a responsible mill official to 42 Date the lumber was graded at the mill 43 Grade, dimensions, and quantity of the timber or lumber 44 45 For Structures: 46 All material delivered to the project shall bear a grade stamp and have a grading 47 certificate. The grade stamp and grading certificate shall not constitute final acceptance ow 1 of the material. The Engineer may reject any or all of the timber or lumber that does not 2 comply with the specifications or has been damaged during shipping or upon delivery. as 3 4 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 5 Mailbox Posts: fm 6 Material delivered to the project shall either bear a grade stamp on each piece or have a 7 grading certificate. The grade stamp or grading certificate shall not constitute final 8 acceptance of the material. The Engineer may reject any or all of the timber or lumber 9 that does not comply with the specifications or has been damaged during shipping or as 10 upon delivery. 11 12 9-09.3(1) General Requirements .r 13 The last sentence in the first paragraph is revised to read: 14 15 Unless otherwise specified in the contract, all timber and lumber shall be treated in 16 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 17 18 SECTION 9-10, PILING ,., 19 December 4, 2006 20 9-10.2(2) Reinforcement y, 21 This section is revised to read: 22 23 Reinforcement shall meet the requirements of Section 9-07. 24 25 SECTION 9-12, MASONRY UNITS 26 August 7, 2006 27 9-12.7 Precast Concrete Drywells 28 The third sentence is revised to read: 29 30 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 31 square inches for round openings and 15 square inches for rectangular openings. 32 33 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 34 WALLS 35 April 2, 2007 36 9-13 Riprap, Quarry Spalls, Slope Protection, And Rock Walls 37 The requirements for Quality following the first paragraph are revised to read: 38 39 Aggregate Property Test method Requirement 40 Degradation Factor WSDOT T 113 15 minimum 41 Los Angeles Wear, 500 Rev. AASHTO T 96 50% maximum 42 Specific,Gravity AASHTO T 85 2.55 minimum 43 44 9-13.5(2) Poured Portland Cement Concrete Slope Protection 45 The first paragraph is revised to read: 46 47 Cement concrete for poured concrete slope protection shall be commercial concrete in 48 conformance with Section 6-02.3(2)B. 1 2 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 3 April 2, 2007 4 9-14.2 Seed 5 This section is revised to read: 6 7 Grasses, legumes, or cover crop seed of the type specified shall conform to the 8 standards for "Certified" grade seed or better as outlined by the State of Washington 9 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 10 furnished in standard containers on which shall be shown the following information: 11 12 (1) Common and botanical names of seed, 13 (2) Lot number, 14 (3) Net weight, 15 (4) Pure live seed 16 17 All seed installers and vendors must have a business license issued by the Washington 18 State Department of Licensing with a "seed dealer" endorsement. Upon request, the 06 19 contractor shall furnish the Engineer with copies of the applicable licenses and 20 endorsements. 21 22 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 23 statement signed by the vendor certifying that each lot of seed has been tested by a 24 recognized seed testing laboratory within six months before the date of delivery on the 25 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 26 will not be accepted. 27 28 9-14.4(1) Straw 29 This section is revised to read: 30 31 All straw material shall be in an air dried condition free of noxious weeds and other 32 materials detrimental to plant life. Straw mulch so provided shall be suitable for 33 spreading with mulch blower equipment. 34 35 9-14.4(3) Bark or Wood Chips 36 This section is supplemented with the following: 37 ' 38 Sawdust shall not be used as mulch. 39 40 9-14.4(4) Sawdust + 41 This section including title is revised to read: 42 43 9-14.4(4) Vacant ► 44 45 9-14.4(8) Compost 46 This section is revised to read:. " 47 48 Compost products shall be the result of the biological degradation and transformation of 49 plant-derived materials under controlled conditions designed to promote aerobic 50 decomposition. Compost shall be stable with regard to oxygen consumption and carbon err wr 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as 2 a soil amendment or an erosion control BMP as defined below. The compost shall have ,r 3 a moisture content that has no visible free water or dust produced when handling the 4 material. 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. wr 7 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with Testing Methods for the 11 Examination of Compost and Composting (TMECC) Test Method 02.02-B, 12 "Sample Sieving for Aggregate Size Classification". 13 14 Fine Compost shall meet the following: 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 99% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing Y4" 75% 100% 21 Maximum particle length of 6 inches 22 23 Coarse Compost shall meet the following: 24 Min. Max. 25 Percent passing 3" 100% 26 Percent passing 1" 90% 100% 27 Percent passing %" 70% 100% 28 Percent passing Y4" 40% 60% 29 Maximum particle length of 6 inches 30 31 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC ,. 32 04.11-A, "1:5 Slurry pH". 33 34 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 35 less than 1.0 percent by weight as determined by TMECC 03.08-A"percent dry 36 weight basis". 37 38 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 39 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 40 41 5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance 42 with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 43 44 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 45 "Germination and Vigor". 46 47 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon 48 Dioxide Evolution Rate" 49 50 8. The compost product must originate a minimum of 65 percent by volume from 51 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 52 maximum of 35 percent by volume of other approved organic waste and/or 1 biosolids may be substituted for recycled plant waste. The supplier shall 2 provide written verification of feedstock sources 3 0 4 9. The Engineer may also evaluate compost for maturity using the Solvita 5 Compost Maturity Test. Fine Compost shall score a number 6 or above on the 6 Solvita Compost Maturity Test. Coarse Compost-shall score a 5 or above or 7 the Solvita Compost Maturity Test. do 8 9 The compost supplier will test all compost products within 90 calendar days prior tc 10 application. Samples will be taken using the Seal of Testing Assurance (STA) sampld" 11 collection protocol. (The sample collection protocol can be obtained from the U.S. 12 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 13 .r 14 Phone: 631-737-4931, www.compostingcouncii.org). The sample shall be sent to an 15 independent STA Program approved lab. The compost supplier will pay for the test. A 16 copy of the approved independent STA Program laboratory test report shall be„ 17 submitted to the Contracting Agency prior to initial application of the compost. Seven 18 days prior to application, the Contractor shall submit a sample of each type compost to 19 be used on the project to the Engineer. 20 21 Compost not conforming to the above requirements or taken from a source other than 22 those tested and accepted shall be immediately removed from the project and replaced 23 at no cost to the Contracting Agency. ` 24 25 The Contractor shall either select a compost supplier from the Qualified Products List, or 26 submit the following information to the Engineer for approval: 27 28 1. A Request for Approval of Material Source. 29 30 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 31 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 32 Standards for Solid Waste Handling). wr 33 34 3. The supplier shall verify in writing, and provide lab analyses that the material 35 complies with the processes, testing, and standards specified in WAC 173-350 36 and these specifications. An independent STA Program certified laboratory 37 shall perform the analysis. 38 No 39 4. A list of the feedstock by percentage present in the final compost product. 40 41 5. A copy of the producer's Seal of Testing Assurance certification as issued by 42 the U.S. Composting Council. 43 44 Acceptance will be based upon a satisfactory Test Report from an independent STA 45 program certified laboratory and the sample(s) submitted to the Engineer. ` 46 47 9-14.5(2) Erosion Control Blanket 48 Footnote 1 is revised to read: ' 49 50 'UV stability shall be 80% strength retained min., after 500 hours in a xenon arc device 51 as per ASTM D4355. 52 go 1 9-14.5(5) Wattles 2 This section is revised to read: as 3 4 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 5 compost, or wood shavings encased within biodegradable or photodegradable netting. 6 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing 7 material shall be clean, evenly woven, and free of encrusted concrete or other 8 contaminating materials such as preservatives. Encasing material shall be free from 9 cuts, tears, or weak places and shall have a lifespan greater than 6 months. 10 11 Compost filler shall meet 'the material requirements as specified in Section 9-14.4(8), 12 and shall be Coarse Compost. 13 14 9-14.5(6) Compost Sock 15 This section is revised to read: r 16 17 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 18 woven, and free of encrusted concrete or other contaminating materials and shall be 19 free from cuts, tears, broken or missing yams and thin, open, or weak places. Fabric for 20 compost sock shall consist of extra heavy weight biodegradable fiber which has not 21 been treated with any type of preservative. Compost for compost socks shall meet the 22 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost 23 24 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 25 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 26 length, unless otherwise indicated in the Plans. 27 28 Section 9-14.5 is supplemented with the following new section. 29 30 9-14.5(7) Coir Log 31 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted 32 within an outer netting. Log segments shall have a maximum length of 20 feet, with a 33 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 34 35 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine 36 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 37 inch openings. wr 38 39 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a 40 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially 41 available hemp rope. 42 43 9-14.6(1) Description 44 This section is revised to read: 45 46 Bareroot plants are grown in the ground and harvested without soil or growing medium 47 around their roots. 48 49 Container plants are grown in pots or flats that prevent root growth beyond the sides 50 and bottom of the container. 51 I Balled and budapped plants are grown in the ground and harvested with soil around a 2 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 3 basket or other supportive structure. as 4 5 Cuttings are live plant material without a previously developed root system. Source; 6 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 7 a sharp instrument. Written permission shall be obtained from property owners anon 8 provided to the Engineer before cuttings are collected. The Contractor shall collect 9 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 10 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings' 11 include the following forms: 12 13 A. Live branch cuttings shall have flexible top growth with terminal buds and mays 14 have side branches. The rooting end shall be cut at an approximate 45 degree 15 angle. 16 17 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 18 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes 19 are cut from one to two year old wood. Live stake cuttings shall be cut and., 20 installed with the bark intact with no branches or stems attached, and be '/ to 21 1 % inch in diameter. 22 23 C. Live pole cuttings shall have a minimum 2inch diameter and no more than 24 three branches which shall be pruned back to the first bud from the main stem. 25 26 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the o 27 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two 28 growth points. 29 30 E. Tubers shall be a thickened and short subterranean branch having numerous 31 buds or eyes. 32 r 33 9-14.6(2) Quality 34 This section is revised to read: 35 36 All plant material furnished shall meet the grades established by the latest edition of the 37 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and 38 acceptable conditions as listed in the contract, and shall be free of all foreign plant 39 material. 40 41 All plant material shall comply with State and Federal laws with respect to inspection for 42 plant diseases and insect infestation. 43 44 All plant material shall be purchased from a nursery licensed to sell plants in 0 45 Washington State. 46 47 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 48 be vigorous, well formed, with well developed fibrous root systems, free from dead 49 branches, and from damage caused by an absence or an excess of heat or moisture, 50 insects, disease, mechanical or other causes detrimental to good plant development. 51 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 52 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees +rr I shall have only one leader (growing apex) and one terminal bud, and shall not be 2 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 3 crotches shall be rejected. � 4 5 Root balls of plant materials shall be solidly held together by a fibrous root system and 6 shall be composed only of the soil in which the plant has been actually growing. Balled 7 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 8 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 9 growth. 4' 10 11 Plant materials shall be nursery grown stock. Plant material, with the exception of 12 cuttings, gathered from native stands shall be held under nursery conditions for a +� 13 minimum of one full growing season, shall be free of all foreign plant material, and meet 14 all of the requirements of these Specifications, the Plans, and the Special Provisions. 15 16 Container grown plants must be plants transplanted into a container and grown in that 17 container sufficiently long for new fibrous roots to have developed so that the root mass 18 will retain its shape and hold together when removed from the container, without having 19 roots that circle the pot. Plant material which is root bound, as determined by the 20 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 21 growth. 22 23 Container sizes for plant material of a larger grade than provided for in the container 24 grown specifications of the ASNS shall be determined by the volume of the root ball 25 specified in the ASNS for the same size plant material. 26 27 All bare root plant materials shall have a heavy fibrous root system and must be 28 dormant at the time of planting. 29 30 Average height to spread proportions and branching shall be in accordance with the 31 applicable sections, illustrations, and accompanying notes of the ASNS. 32 33 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 34 full and symmetrical branching, central leader, and be developed, grown, and 35 propagated with a full branching crown. A "Street Tree Grade" designation requires the 36 highest grade of nursery shade or ornamental tree production which shall be supplied. 37 38 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure 39 shall be rejected. In all cases, whether supplied balled and burlapped or in a container, 40 the root crown (top of root structure) of the tree shall be at the top of the finish soil level. 41 Trees supplied and delivered in a nursery fabric bag will not be accepted. "'• 42 43 Plants, which have been determined by the Engineer to have suffered damage as the 44 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 45 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 46 have any defect, injury, or condition which renders the plant unsuitable for its intended 47 use, shall be rejected. . 48 49 Plants that are grafted shall have roots of the same genus as the specified plant. 50 51 9-14.6(3) Handling and Shipping 52 The last sentence in the sixth paragraph is deleted. 1 2 9-14.6(6) Substitution of Plants 3 The second paragraph is revised to read: 4 5 Container or balled and burlapped plant material may be substituted for bare root plan' 6 material. Container grown plant material may be substituted for balled and burlappec„ 7 plant materials. When substitution is allowed, use current ASNS standards to determine 8 the correct rootball volume (container or balled and burlapped) of the substitutes'_. 9 material that corresponds to that of the specified material. These substitutions shall bE 10 approved by the Engineer and be at no cost to the Contracting Agency. 11 12 9-14.6(7) Temporary Storage M0 13 The third paragraph is revised to read: 14 15 Cuttings shall continually be shaded and protected from wind. Cuttings must be 16 protected from drying at all times and shall be heeled into moist soil or other insulatincio 17 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored 18 for later installation shall be bundled, laid horizontally, and completely buried under 19 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% 20 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in 21 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 22 50°F shall not be stored for later use. Cuttings that already have developed roots shall„ 23 not be used. 24 25 The fourth paragraph is deleted. 26 27 SECTION 9-15, IRRIGATION SYSTEM 28 August 7, 2006 29 9-15.1 Pipe, Tubing, and Fittings 30 The second paragraph is revised to read: 31 32 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 33 ASTM B 88, and shall be a minimum of Type L rating. 34 " 35 SECTION 9-16, FENCE AND GUARDRAIL 36 April 3, 2006 37 9-16.1(1)A Post Material for Chain Link Fence 38 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 39 F1043". 40 41 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 42 revised to "ASTM F1043". 43 44 SECTION 9-22, MONUMENT CASES 45 August 7, 2006 46 9-22.1 Monument Cases, Covers, and Risers 47 The AASHTO requirement is revised to read "AASHTO M 306". 48 MW 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 2, 2007 3 9-23.6 Admixture for Concrete 4 The footnote for Accelerating Admixture is revised to read: 5 " 6 Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in 8 accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete 9 Pavement in accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix 10 Designs for Paving. 11 12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 13 August 7, 2006 .�. 14 9-28.14(1) Timber Sign Posts 15 The last sentence is revised to read: 16 „ 17 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 18 19 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 20 December 4, 2006 21 9-29.2 Junction Boxes 22 Section 9-29.2 including title is revised to read: 23 24 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 25 9-29.2(1) Standard Junction Box 26 This section including title is revised to read: 27 28 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 29 For the purposes of this specification concrete is defined as Portland Cement 30 Concrete and non-concrete is all others. 31 32 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 33 Junction Boxes are defined as Type 4, 5, and 6. 34 35 The contractor shall provide shop drawings if their manufacturing process or 36 standard production model includes any deviation from the Standard Plan. For 37 each type of junction box, or whenever there is a design change to the junction box, 38 a proof test, as defined in this specification, shall be performed once in the 39 presence of the Engineer. 40 41 This section is supplemented with the following new subsections: 42 43 9-29.2(1)A Standard Duty Junction Boxes �. 44 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds 45 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction 46 Box includes the spread footing shown in the Standard Plans. ,, 47 1 Concrete Junction Boxes 2 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall bE 3 painted with a black paint containing rust inhibiters or painted with a shop appliedli 4 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in 5 accordance with ASTM A 111. 6 7 Concrete used in Standard Duty Junction Boxes shall have a minimum 8 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 9 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall 10 be anchored to the box by welding the wire fabric to the frame or by welding 11 headed studs 318 inch x 3 inches long, as specified in section 9-06.15, to the frame. 12 The wire fabric shall be attached to the studs and frame with standard tie practices. . 13 The box shall contain ten studs located near the centerline of the frame and box 14 wall. The studs shall be placed one anchor in each corner, one at the middle of 15 each width and two equally spaced on each length of the box. 16 WO 17 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 18 following: 19 20 Concrete Section 6-02 21 Reinforcing Steel Section 9-07 22 Fiber Reinforcing ASTM C 1116, Type III 23 Lid ASTM A786 diamond plate steel 24 Frame ASTM A786 diamond plate steel or 25 ASTM A36 flat steel 26 Lid Support& Handle ASTM A36 steel 27 Anchors (studs) Section 9-06.15 28 29 Non-concrete Junction Boxes 30 Material for the non-concrete junction boxes shall be of a quality that will provide for 31 a similar life expectancy as Portland Cement Concrete in a direct burial application. 32 33 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 34 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete 35 junction boxes shall be gray in color and have an open bottom design with 36 approximately the same inside dimensions, and present a load to the bearing 37 surface that is less than or equal to the loading presented by the concrete junction 38 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a 39 pull slot and shall be secured with two % inch stainless steel hex-head bolts factory 40 coated with anti-seize compound and recessed into the cover. The tapped holes 41 for the securing bolts shall extend completely through the box to prevent 42 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 43 44 9-29.2(9)6 Heavy Duty Junction Boxes to 45 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating 46 of 46,000 pounds without permanent deformation and 60,000 pounds without failure 47 when tested in accordance with 9-29.Z(I)C . 48 49 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a 50 shop applied, inorganic zinc primer in accordance with Section 6-07.3 51 ► to 1 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive 2 strength of 4000 PSI. 3 ow 4 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 5 6 Concrete Section 6-02 7 Reinforcing Steel Section 9-07 8 Lid ASTM A786 diamond plate steel, rolled 9 from plate complying with ASTM A572, 10 grade 50 or ASTM A588 with min. CVN 11 toughness of 20 ft-lb at 40 degrees F 12 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with ,xr 13 min. CVN toughness of 20 ft-lb at 40 degrees F 14 Handle ASTM A36 steel 15 Anchors (studs) Section 9-06.15 16 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 17 18 The lid stiffener plates shall bear on the frame, and be milled so that there is full even 19 contact, around the perimeter, between the bearing seat and lid stiffener plates, after 20 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free 21 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts 22 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. 23 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of 24 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a 25 feeler gage. The bearing area percentage will be measured for each side of the lid as it dr 26 bears on the frame. 27 28 9-29.2(1)C Testing Requirements 69 29 Junction boxes shall be tested by an independent materials testing facility, and a test 30 report issued documenting the results of the tests performed. 31 to 32 For concrete junction boxes the independent testing lab shall meet the requirements of 33 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be 34 conducted in the presence of and signed off by the Engineer or a designated dw 35 representative. The Contractor shall give the Engineer 30 days notice prior to testing. 36 One copy of the test report shall be furnished to the Contracting Agency certifying that 37 the box and cover meet or exceed the loading requirements for a concrete junction box, 38 and shall include the following information: 39 40 1. Product identification. 41 2. Date of testing. 42 3. Description of testing apparatus and procedure. 43 4. All load deflection and failure data. 44 5. Weight of box and cover tested. 45 6. Upon completion of the required test(s)the box shall be loaded to failure. 46 7. A brief description of type and location of failure. 47 48 For non-concrete junction boxes the testing facility shall be a Nationally Recognized 49 Testing Laboratory (witnessing is not required). One copy of the test report shall be 50 furnished to the Contracting Agency certifying that the box and cover meet or exceed 51 the loading requirements for a non-concrete junction box, and shall include the following 52 information: w• 1 2 1. Product identification. 3 2. Date of testing. 4 3. Description of testing apparatus and procedure. 5 4. All load deflection data. 6 5. Weight of box and cover tested. 7 8 Testing for Standard Duty Concrete Junction Boxes 9 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds 10 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch stee ' 11 plate centered on the lid. The test load shall be applied and released ten times. 12 and the deflection at the test load and released state shall be recorded for eacl- 13 interval. At each interval the junction box shall be inspected for lid deformation# 14 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, 15 cracks, and concrete spalling. 16 17 Concrete junction boxes will be considered to have withstood the test if none of the 18 following conditions are exhibited: 19 20 1. Permanent deformation of the lid or any impairment to the function of the 21 lid. 22 2. Vertical or horizontal displacement of the lid frame. 23 3. Cracks wider than 0.012 inches that extend 12 inches or more. 24 4. Fracture or cracks passing through the entire thickness of the concrete. 25 5. Spalling of the concrete. 26 27 Testing for the Standard Duty non-concrete Junction Boxes 28 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined 29 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall 30 provide a Manufacture Certificate of Compliance for each non-concrete junction 31 box installed. 32 r 33 Testing for Heavy Duty Junction Boxes 34 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load 35 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered +�r 36 on the lid with an orientation both on the long axis and the short axis of the junction 37 box. The test load shall be applied and released ten times on each axis. The 38 deflection at the test load and released state shall be recorded for each interval. At 39 each interval the test box shall be inspected for lid deformation, failure of the lid or 40 frame welds, vertical and horizontal displacement of the lid frame, cracks, and 41 concrete spalling. After the twentieth loading interval the test shall be terminated 42 with a 60,000 pound load being applied vertically through the steel plate centered ` 43 on the lid and with the long edge of steel plate orientated parallel to the long axis of 44 the box. 45 46 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 47 pounds test if none of the following conditions are exhibited: 48 49 1. Permanent deformation of the lid or any impairment to the function of the 50 lid. 51 2. Vertical or horizontal displacement of the lid frame. 52 3. Cracks wider than 0.012-inches that extend 12-inches or more. 1 4. Fracture or cracks passing through the entire thickness of the concrete. 2 5. Spalling of the concrete. 3 4 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 5 pounds test if all of the following conditions are exhibited: 6 7 1. The lid is operational. 8 2. The lid is securely fastened. 9 3. The welds have not failed. 10 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 11 5. No buckling or collapse of the box. 12 13 9-29.2 (2) Vacant 14 This section including title is revised to read: 15 16 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 17 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a 18 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 4„ 19 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 20 shown in the Standard Plans. 21 22 The Contractor shall provide shop drawings if their manufacturing process or standard 23 production model includes any deviation from the Standard Plan. For each type of box 24 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as 25 defined in this specification, shall be performed once in the presence of the Engineer. 26 27 This section is supplemented with the following new sections: 28 29 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 30 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load 31 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete 32 Standard Duty Junction Boxes. 33 34 Concrete for standard duty cable vaults and pull boxes shall have a minimum r 35 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by 36 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, 37 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the wr 38 studs and frame with standard tie practices. The vault/box shall contain ten studs 39 located near the centerline of the frame and wall. Studs shall be placed one anchor in 40 each corner, one at the middle of each width and two equally spaced on each length of 41 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint 42 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in 43 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. 44 45 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 46 47 Concrete Section 6-02 48 Reinforcing Steel Section 9-07 49 Lid ASTM A786 diamond plate steel 50 Frame ASTM A786 diamond plate steel or 51 ASTM A36 flat steel 52 Lid Support & Handle ASTM A36 steel 1 Anchors (studs) Section 9-06.15 2 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 3 4 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 5 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having 6 minimum compressive strength of 4000 psi, and have a minimum vertical load rating c 7 46,000 pounds without permanent deformation and 60,000 pounds without failure when 8 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. 9 10 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 11 12 Concrete Section 6-02 13 Reinforcing Steel Section 9-07 "O 14 Cover Section 9-05.15(1) 15 Ring Section 9-05.15(1) 16 Anchors (studs) Section 9-06.15 'O 17 Bolts, Nuts, Washers ASTM F593 or Al 93, type 304 or 316 18 19 9-29.2(4) Cover Markings to 20 The first sentence of the first paragraph is revised to read: 21 22 Junction boxes, cable vaults, and pull boxes with metallic lids shall bealill 23 marked with the appropriate legend in accordance with the bead weld details 24 in the Standard Plans. Non-metallic lids shall be embossed with the 25 appropriate legend and a non-skid surface. Legends for metallic lids ands 26 non-metallic lids shall be 1-inch nominal height. 27 28 The first sentence of the second paragraph is revised to read: 29 30 Junction boxes, cable vaults and pull boxes shall be marked or embossed 31 for use in accordance with the plans and following schedule: 32 33 9-29.6(2) Slip Base Hardware 34 The last sentence in the first paragraph is revised to read: 35 36 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 37 tolerances specified in AASHTO M 293 for circular washers. 38 39 9-29.6(5) Foundation Hardware 40 The second and third paragraphs are revised to read: 41 42 Anchor bolts, and associated nuts and washers, for Type CCTV, Il, III, IV, and V signal 43 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods 44 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 45 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for 46 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or 47 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is 48 less than five times the nominal bolt diameter). 49 1 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 2 AASHTO M 111 and AASHTO M 232. ,,. 3 4 SECTION 9-30, WATER DISTRIBUTION MATERIALS 5 August 7, 2006 6 9-30.6(3)A Copper Tubing 7 This section is revised to read: 8 9 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 10 ASTM B 88, Type K rating. 11 12 SECTION 9-33, CONSTRUCTION GEOTEXTILE 13 August 7, 2006 14 Section 9-33 including title is revised in its entirety to read: 15 16 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 17 18 9-33.1 Geosynthetic Material Requirements 19 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 20 prefabricated drainage mats. 21 22 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 23 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yams 24 formed into a stable network such that the fibers or yarns retain their position relative to 25 each other during handling, placement, and design service life. At least 95 percent by 26 weight of the material shall be polyolefins or polyesters. The material shall be free from 27 defects or tears. The geotextile shall also be free of any treatment or coating which 28 might adversely alter its hydraulic or physical properties after installation. 29 30 Geogrids shall consist of a regular network of integrally connected polymer tensile 31 elements with an aperture geometry sufficient to permit mechanical interlock with the 32 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 33 including coatings, shall consist of at least 95 percent by mass of the material of 34 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 35 36 Prefabricated drainage core shall consist of a three dimensional polymeric material with 37 a structure that permits flow along the core laterally, and which provides support to the 38 geotextiles attached to it. 39 40 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 41 Section 9-33.2, and additional tables as required in the Standard Plans and Special 42 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses 43 included in this section and their associated tables of properties are as follows: 44 *' Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A. B. and C Separation Table 3 im Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability Tables 4 and 5 Classes A. B. and C Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. 1 2 Geogdd and geotextile reinforcement in geosynthetic retaining walls shall conform to tho 3 properties specified in the Standard Plans for permanent walls, and Table 10 for 4 temporary walls. 5 6 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 7 placed at the wall face to retain the backfill material as shown in the Plans shall conform-, 8 to the properties for Construction Geotextile for Underground Drainage, Moderate 9 Survivability, Class A. 10 11 Thread used for sewing geotextiles shall consist of high strength polypropylene, 12 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sewvl 13 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of _H 14 temporary or permanent geosynthetic retaining walls, shall also be resistant to 15 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextileA 16 itself. 17 18 9-33.2 Geosynthetic Properties w 19 9-33.2(1) Geotextile Properties 20 Table 1: Geotextile for underground drainage strength properties for survivability. 21 ASTM Geotextile Prop rty Requirements' Test Low Moderate Method Su ivabillity Survivability Geotextile I Property Woven Nonwoven Woven Nonwoven I Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. machine and x-machine direction Grab Failure D 4632 < 50% >50% <50% >50% Strain, in machine and x-machine direction Seam D 46323 160 lb 100 lb min. 220 lb 140 lb min. Breaking min. min. Strength Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. w Tear D 4533 67 lb min. 40 lb min. 80 lb 50 lb min. Strength, in min. machine and x-machine direction Ultraviolet D 4355 50%strength retained min., (UV) after 500 hours in a xenon arc device Radiation Stabilit 2 Table 2: Geotextile for underground drainage filtration properties. 3 ZDr Property F4491 Geotextile Property Requirements' Class A Class B Class C 2 .n U.S. No. 40 LOU4—s—e.S. No. 60 U.S. No. 80 max. max. max. ittivit 0.5 se c" min. c min. 0.3 sec min. 4 5 Table 3: Geotextile for separation or soil stabilization. 6 Geotextile ASTM Geotextile Pro ert y Re uirements Property Test Separation Soil Stabilization Method 2 Woven I Nonwoven Woven I Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No.40 max. Water D 4491 0.02 sec min. 0.10 sec min. Permittivi Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. Strength, in machine and x-machine direction Grab Failure D 4632 < o 0 0 0 50/o >50/o < 50/o >50/o Strain, in machine and x-machine direction Seam Breaking D 46323 220 lb min. 1401 min. 270 Ib min. 180 Ib min. rr► Stren th Puncture D 6241 495 Ib min. 3101b min. 620 Ib min. 430 Ib min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 75-lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability 7 8 Table 4: Geotextile for permanent erosion control and ditch lining. „ 9 Geotextile I ASTM Geotextile Property Requirements Ow Property Test Permanent Erosion Control Ditch Lining Method Moderate High Survivability Survivability Woven Non- Woven Non- Woven Non- woven I woven woven +- AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec min. Permittivity Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. r Strength, in machine and x-machine direction Grab D 4632 15% - >50% 15%- >50% < 50% >50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 46323 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min. min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 5 Strength, min. min. min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 70%strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability 1 2 Table 5: Filtration properties for geotextile for permanent erosion control. 3 `0 ASTM Geotextile Property Requirements' Geotextile Test Property Method Class A Class B Class C AOS D 4751 U.S. No.40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec sec -1 min. 0.4 se ' min. 0.2 sec' min. Permittivit 4 5 Table 6: Geotextile for temporary silt fence. 6 Geotextile Property ASTM Geotextile Property Requirements' 16 rri► ar Test Unsupported Supported Between Method2 Between Posts Posts with Wire or ON I Polymeric Mesh AOS D 4751 U.S. No. 30 max.for slit wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. Water PerrMittivity D 4491 0.02 sec'' min. Grab Tensile D 4632 180 lb min. in 100 lb min. Strength, machine direction, in machine and 100 lb min. x-machine direction in x-machine direction Grab Failure Strain, D 4632 30% max.at 180 lb ""` in machine and or more x-machine direction Ultraviolet(UV) D 4355 70%strength retained min., Radiation Stability after 500 hours in xenon arc device 1 2 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 3 Table 7: Minimum properties required for geotextile reinforcement used in 4 geosynthetic reinforced slopes and retaining walls. 5 w Geotextile Property ASTM Geotextile Prop rty Requirements' Test Woven Nonwoven Method *�+ AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 200 lb min. 120 lb min. +r Strength, in machine and rx-machine direction +� Grab Failure Strain, D 4632 <50% >50% in machine and x-machine direction +� Seam Breaking D 463234 160 lb min. 100 lb min. Stren th Puncture Resistance D 6241 370 lb min. 220 lb min. ,► Tear Strength, D 4533 63 lb min. 50 lb min. in machine and x-machine direction Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 6 7 9-33.2(3) Prefabricated Drainage Mat 8 Prefabricated drainage mat shall have a single or double dimpled polymeric core 9 with a geotextile attached and shall meet the following requirements: . 10 11 Table 8: Minimum properties required for prefabricated drainage mats. 12 Geotextile Property ASTM Geotextile Property Requirements' Test Method AOS D 4751 U.S. No. 60 max. Wa'cr Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, D 40.52 Nonwoven— 100 lb min. � in machine and x-machine direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate D 4716 Gradient =0.1, Pressure =5.5 psi 5.0 gal./min./ft. Gradient = 1.0, Pressure= 14.5 psi 15.0 al/min./ft. 1 2 'All geotextile properties in Tables 1 through 8 are minimum average roll 3 values (i.e., the test results for any sampled roll in a lot shall meet or exceed 4 the values shown in the table). 5 6 2The test procedures used are essentially in conformance with the most 7 recently approved ASTM geotextile test procedures, except for geotextile 8 sampling and specimen conditioning, which are in accordance with WSDOTV* 9 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 10 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies 11 of these test methods are available at the State Materials Laboratory P.O. Box is 12 47365, Olympia, WA 98504-7365. 13 14 WWith seam located in the center of 8-inch long specimen oriented parallel to 15 grip faces. 16 17 °Applies only to seams perpendicular to the wall face. +rr 18 19 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 20 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 21 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 22 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3)and 9-03.9(2). 23 24 9-33.4 Geosynthetic Material Approval and Acceptance 25 9-33.4(1) Geosynthetic Material Approval 26 If the geosynthetic source material has not been previously evaluated, or is not 27 listed in the current WSDOT Qualified Products List (QPL), a sample of each 28 proposed geosynthetic shall be submitted to the State Materials Laboratory in 29 Tumwater for evaluation. Geosynthetic material approval will be based on 30 conformance to the applicable properties from the Tables in Section 9-33.2 or in the 31 Standard Plans or Special Provisions. After the sample and required information for 32 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, 33 a maximum of 14 calendar days will be required for this testing. Source approval 34 shall not be the basis of acceptance of specific lots of material delivered to the wtri err Contractor unless the roll numbers of the lot sampled can be clearly identified as 2 the rolls tested and approved in the geosynthetic approval process. 3 4 For geogrid and geotextile products proposed for use in permanent geosynthetic 5 retaining walls or reinforced slopes that are not listed in the current QPL, the 6 Contractor shall submit test information and the calculations used in the 7 determination of Ta, performed in accordance with WSDOT Standard Practice T 8 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic 9 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The 10 Contracting Agency will require up to 30 calendar days after receipt of the 11 information to complete the evaluation. 12 1W 13 The Contractor shall submit to the Engineer the following information regarding 14 each geosynthetic material proposed for use: 15 iW 16 Manufacturer's name and current address, 17 Full product name, 18 Geosynthetic structure, including fiber/yarn type, 19 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 20 retaining walls), 21 Proposed geosynthetic use(s), and 22 Certified test results for minimum average roll values. 23 24 9-33.4(2) Vacant 25 26 9-33.4(3) Acceptance Samples 27 When the quantities of geosynthetic materials proposed for use in the following 28 geosynthetic applications are greater than the following amounts, acceptance shall 29 be by satisfactory test report: 30 Application Geosynthetic Quantity Under round Draina a 600 sq. yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls +,�► 31 32 The samples for acceptance testing shall include the information about each 33 geosynthetic roll to be used as stated in 9-33.4(4). 34 35 Samples will be randomly taken by the Engineer at the job site to confirm that the 36 geosynthetic meets the property values specified. 37 38 Approval will be based on testing of samples from each lot. A"lot" shall be defined 39 for the purposes of this specification as all geosynthetic rolls within the 40 consignment (i.e., all rolls sent the project site) that were produced by the same 41 manufacturer during a continuous period of production at the same manufacturing 42 plant and have the same product name. After the samples have arrived at the 43 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 44 required for this testing. 45 46 If the results of the testing show that a geosynthetic lot, as defined, does not meet 47 the properties required for the specified use as indicated in Tables 1 through 8 in 48 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll 1 or rolls which were sampled will be rejected. Geogrids and geotextiles for 2 temporary geosynthetic retaining walls shall meet the requirements of Table 7, anc 3 Table 10 :in the Special Provisions. Geogrids and geotextiles for permanence 4 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in 5 the Special Provisions, and both geotextile and geogrid acceptance testing shat`-` 6 meet the required ultimate tensile strength T„It as provided in the current QPL fo 7 the selected product(s). If the selected product(s)are not listed in the current QPL, 8 the result of the testing for Tuft shall be greater than or equal to T„It as determined,, 9 from the product data submitted and approved by the State Materials Laboratory 10 during source material approval. 11 12 Two additional rolls for each roll tested which failed from the lot previously testes 13 will then be selected at random by the Engineer for sampling and retesting. If thdO 14 retesting shows that any,of the additional rolls tested do not meet the required 15 properties, the entire lot will be rejected. If the test results from all the rolls retestea 16 meet the required properties, the entire lot minus the roll(s) that failed will berm 17 accepted. All geosynthetic that has defects, deterioration, or damage, as 18 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be 19 replaced at no additional expense to the Contracting Agency. 20 . 21 9-33.4(4) Acceptance by Certificate of Compliance 22 When the quantities of geosynthetic proposed for use in each geosynthetic 23 application are less than or equal to the following amounts, acceptance shall be by 24 Manufacturer's Certificate of Compliance: 25 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities at Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities 26 27 The Manufacturer's Certificate of Compliance shall include the following information 28 about each geosynthetic roll to be used: 29 30 Manufacturer's name and current address, 31 Full product name, ► 32 Geosynthetic structure, including fiber/yarn type, 33 Geosynthetic Polymer type (for all temporary and permanent geosynthetic''!"` 34 retaining walls only), 35 Geosynthetic roll number(s), 36 Geosynthetic lot number(s), 37 Proposed geosynthetic use(s), and 38 Certified test results. 39 40 9-33.4(5) Approval of Seams 41 If the geotextile seams are to be sewn in the field, the Contractor shall provide a 42 section of sewn seam that can be sampled by the Engineer before the geotextile is 43 installed. 44 r I The seam sewn for sampling shall be sewn using the same equipment and 2 procedures as will be used to sew the production seams. If production seams will 3 be sewn in both the machine and cross-machine directions, the Contractor must 4 provide sewn seams for sampling which are oriented in both the machine and 5 cross-machine directions. The seams sewn for sampling must be at least 2 yards 6 in length in each geotextile direction. If the seams are sewn in the factory, the `~ 7 Engineer will obtain samples of the factory seam at random from any of the rolls to 8 be used. The seam assembly description shall be submitted by the Contractor to 9 the Engineer and will be included with the seam sample obtained for testing. This w: 10 description shall include the seam type, stitch type, sewing thread type(s), and 11 stitch density. 12 13 SECTION 9-34, PAVEMENT MARKING MATERIAL 14 April 3, 2006 15 9-34.2 Paint 16 This section is revised to read: 17 18 White and yellow paint shall comply with the specifications for high volatile organic 19 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 20 waterborne paint. Blue paint for"Access Parking Space Symbol with Background" shall 21 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed 22 Standard 595, color 15090 and the tolerance of variation shall match that shown in the 23 FHWA"Highway Blue Color Tolerance Chart." 24 25 9-34.3 Plastic 26 This section is revised to read: 27 28 White and yellow plastic pavement marking materials shall comply with the 29 specifications for: 30 31 Type A—Liquid hot applied thermoplastic 32 Type B—Pre-formed fused thermoplastic 33 Type C—Cold applied pre-formed tape 34 Type D—Liquid cold applied methyl methacrylate 35 36 Blue plastic pavement marking material for "Access Parking Space Symbol with ,�. 37 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color 38 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match 39 that shown in the FHWA"Highway Blue Color Tolerance Chart." 40 41 9-34.4 Glass Beads 42 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M „ 43 247, Type 1. 44 45 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 46 April 3, 2006 47 9-35.2 Construction Signs 48 The first paragraph is supplemented with the following: 49 t I Post mounted Class A construction signs shall conform to the requirements of this 2 section and additionally shall conform to the requirements stated in section 9-28. 3 rig 4 The second paragraph is revised to read: 5 6 Aluminum sheeting shall be used to fabricate all construction signs. The signs shah; 7 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 8 9 The first sentence in the fourth paragraph is revised to read: to 10 11 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 12 and any other previously approved sign materials except aluminum is prohibited. Any 13 sign which otherwise meets the requirements of this section and was purchased prior to'm 14 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 15 have been fabricated with Type VI reflective sheeting. 16 +�r +rwr APPENDIX A-SAMPLE FORMS CITY OF RENTON wr +r rr w SAMPLES .w APPENDIX A 40 SAMPLE FORMS so a. DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO THE CITY. aw r �r 2008 STREET OVERLAY WITH CURB RAMPS �.r ^PPENPIX A - SArAPt_E FQAAMS aw Washington State MAP Department of Transportation Request to Sublet Work ❑Subcontractor p Lower Tier Subcontractor ❑DBE ON Prime Contractor Federal Employer I.D. Number State Contract Number ow Job Description(Title) Request Number Approval is Requested to Sublet the Following Described Work to: r Subcontractor or Lower Tier Subcontractor Federal Employer I.D.Number" Address Telephone Number arw city i State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor • Bno Federal Employer I.D.Number, Use Owner's Social Security Number wr Item No. Partial Item Description Amount I I •w I 4M i I wr aw I I - i �- IIiP I i I i irlV +wm I understand and will insure that the subcontractor will Prime Contractor Signature Date comply fully with the plans and specifications under which this work is being performed. Department of Transportation Use Only Percent of Total Contract 'DBE Status Verification This Request _ _ % Previous Requests _ -_ _ % Sublet to Date % Project Engineer Date :Approved-Region Construction Engineer Date ❑ Approved (When Required) I i DOT Form 421-012 EF Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor Revised 7/02 ArreND IX A — SA MPL-E Forinns LO w. LO O II i `y LL N I rn N ! Z Q c o i o �w CY) o d ; a Ei�O LL v y 0 Sri F-o w I a C O a i m t +rr n o W o aNi _ j a n I vi ID qt z'Iw I I i i l I i i y N N I I I I I I I C ✓= E = I = M LL LL I I 1 I I al O Z I N a I .o�' N *W o a = ! E W E w 0 " t c z _ _" I I I O N 0 d Q C Q j L 7 d � i Z 3 T� LL I I I o .L L Z N 41Mf i Q cv ~ - m Q LL I c LL 0 a� N a m rr E 01 H 0 O In V y Ip Ci i i — _ --- a o � � UI - a 0 I p m 00 w I N C o aoi LL rI.r O E� � - WD I ---- - i R ! H om •w C D w d o m a) C � N C N I C C N y` O O (n C N C C C C N C L I C Y cu _ E E. LT U . N t, N N w _ 3 Q a L o oW c i -Oj Q ►- ~ >. E o, wr \ m N °' c m ' E c a 0 L E ► z U F- FO- 10- H 0 j o rir •w APPENDIX A - SAMPLE FORMS CITY OF RENTON Recycled Product Reporting Form Upon completion of project, indicate the type, amount and cost of each recycled product purchased for and used in the project. Return the completed form to the project manager. Project : Date: CA.G lo.: Contractor: Recycled Product Amount I Unit of Measure Cost per Unit 'Cl Compost Product a ❑ Glassphalt or Rubberized - - Asphalt ❑ Re-crushed Concrete or Asphalt ❑ Recycled Glass Cullet I ❑ Recycled Plastic Lumber I I I w. ❑ Ocher Recycled Plastic ❑ R�Cvcied Building Insulation ❑ Recycled Paint ..r I I - ❑ Recycled Rubber Product ❑ Rec rc.l ed Carpet + I ❑ Recycled Tile ❑ Other Recycled Product .. ww Signed: Title: Date: w r Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage o�,sur��g (360)902-5335 PAY PREVAILING WAGES rr www.ini.wa.gov/frradesLicensing/PrevailingWage Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once roved our form will be sted online at the above website. Address +r+ Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 aw Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed vo Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes 13 No 60 Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits wr 06 r arr Company name Indicate total dollar amount of your contractJ $ or time and materials if applicable. Address I hereby certify that the above information is correct and that all ow workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries ws Contractor Registration No. UBI Title Signature Industrial Insurance Account Number atr Email address Phone number Check Number: ❑ $25 or $ +rr Issued By: APPROVED: Department of MLabr and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I ow How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION V. Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage No occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator" under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. aw (Individuals who own less than 300/6 of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by W, subcontractors, check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010, that you up will actually provide to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. "" Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable. The exact dollar 4W amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, wo surveying, truck driving). Signature Missing—intent must be signed by an authorized representative. to Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they - must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. 'w If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. ow Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage �r Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360) 902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 aw CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. w. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of r. Labor&Industries. This form will be executed and submitted prior to or with the last pay request. `w Company Name By: Title: ow aw aw aw am ow ..w 18 NTWDDOCI up - or APPENDIX:B-HOURLY MINIMUM WAGE RATES CITY OF RENTON wwr rrr yr err vio wo w. APPENDIX B DOURLY MINIMUM WAGE RATES go aw v. A 0 VAW 2008 STREET OVERLAY WITH CURB RAMPS om +wr 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. N' On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-02-08 aw (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1H 5D BOILERMAKERS up JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A AW CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D 40 ACOUSTICAL DOCK AND WARF CARPENTERS $43.75 1M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 1M 5D ,go DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1M 5D aw FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D aw SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D it CEMENT MASONS JOURNEY LEVEL $44.58 1M 5D DIVERS 8 TENDERS DIVER $85.75 1M 5D 8A •' DIVER TENDER $44.22 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 IT 5D 8L ow ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L BOATMEN $44.59 IT 5D 8L ENGINEER WELDER $44,64 IT 5D 8L LEVERMAN,HYDRAULIC $46.21 IT 5D 8L No MAINTENANCE $44.08 IT 5D 8L MATES $44.59 IT 5D 8L OILER $44.21 IT 5D 8L +r DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS ON JOURNEY LEVEL $18.69 1 Pagel Imw KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55.05 1E 5A CABLE SPLICER(TUNNEL) $58.86 1E 5A CERTIFIED WELDER $53.16 1E 5A CERTIFIED WELDER(TUNNEL) $57.15 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $51.25 1E 5A JOURNEY LEVEL(TUNNEL) $55.05 1E 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 46 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q vi FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.15 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 10 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 1S 5J 4' HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS 8 MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $38.87 1K 5B at COOK $32.73 1K 5B DECKHAND $32.42 1K 56 ENGINEER/DECKHAND $35.20 1K 513 to MATE,LAUNCH OPERATOR $36.85 1K 513 Page 2 NO aw KING COUNTY Effective 03-02-08 (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 $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 +r TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $43.75 1M 5D IRONWORKERS arr JOURNEY LEVEL $47.92 10 5A LABORERS ASPHALT RAKER $36.75 1H 5D +r BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D No BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPERIPAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D tir CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D +rr DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D ow DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPDXY TECHNICIAN $36.24 1H 5D go EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER,CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1 H 5D construction debris cleanup) Qw FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1H 5D GABION BASKET BUILDER $36.24 1H 5D �r GENERAL LABORER $36.24 1H 5D GRADE CHECKER&TRANSIT PERSON $36.75 1H 5D GRINDERS $36.24 1H 5D », GROUT MACHINE TENDER $36.24 1H 5D Page 3 err KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 5D HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37.20 1H 5D HOD CARRIER/MORTARMAN $36.75 1 H 5D JACKHAMMER $36.75 1H 5D LASER BEAM OPERATOR $36.75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1 H 5D MINER $37.20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER 1 PAVEMENT BREAKER $36.75 1H 5D PILOT CAR $31.01 1H 5D PIPE POT TENDER $36.75 1H 5D PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D PIPELAYER&CAULKER $36.75 1H 5D PIPELAYER&CAULKER(LEAD) $37.20 1H 5D PIPEWRAPPER $36.75 1H 5D POTTENDER $36.24 1H 5D POWDERMAN $37.20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D wr RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1H 5D SCALE PERSON $36.24 1H 5D SIGNALMAN $36.24 1H 5D SLOPER(OVER 20") $36.75 1 H 5D SLOPER SPRAYMAN $36.24 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1 H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D so TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $36.24 1H 5D WELDER $36.24 1H 5D WELL-POINT LABORER $36.75 1H 5D Page 4 lI KING COUNTY Effective 03-02-08 r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $36.24 1H 5D PIPE LAYER $36.75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28,17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $43,79 1M 5D ww METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 go PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS rw CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 rtr PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 aw WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.94 2B 5A ow PLASTERERS JOURNEY LEVEL $43.10 1R 513 PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 Aw PLUMBERS&PIPEFITTERS JOURNEY LEVEL $57.34 1G 5A POWER EQUIPMENT OPERATORS AV ASSISTANT ENGINEERS $42.14 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 IT 5D 8L aw ATTACHMENTS) BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L BARRIER MACHINE(ZIPPER) $44,92 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L BOBCAT(SKID STEER) $42,14 IT 5D 8L BROOMS $42.14 IT 5D 8L BUMP CUTTER $44.92 IT 5D 8L CABLEWAYS $45.41 IT 5D 8L w CHIPPER $44.92 IT 5D 8L COMPRESSORS $42.14 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L CONCRETE PUMPS $44.50 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44,92 IT 5D 8L Page 5 wan KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44.50 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L WITH ATTACHMENTS) i CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $44.50 IT 5D 8L 111111 CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L CRUSHERS $44.92 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L DERRICK, BUILDING $45.41 IT 5D 8L DOZERS,D-9&UNDER $44.50 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 IT 5D 8L DRILLING MACHINE $44.92 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 5D 8L -FORK LIFTS,(UNDER 3000 LBS) $42.14 IT 5D 8L GRADE ENGINEER $44.50 IT 5D 8L GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L GUARDRAIL PUNCH $44.92 IT 5D 8L s HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L LOADERS,OVERHEAD(8 YD 8 OVER) $45.96 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L LOCOMOTIVES,ALL $44.92 IT 5D 8L MECHANICS,ALL $45.41 IT 5D 8L MIXERS,ASPHALT PLANT $44.92 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L OPERATOR PAVEMENT BREAKER $42.14 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L POWER PLANT $42.14 IT 5D 8L Page 6 KING COUNTY Effective 03-02-08 rrr (See Benefit Code Key) Over PREVAILING Time Holiday Note No Classification WAGE Code Code Code PUMPS,WATER $42,14 IT 5D 8L QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L we REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L EQUIP RIGGER AND BELLMAN $42.14 IT 5D 8L ROLLAGON $45.41 IT 5D 8L err ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 IT 5D 8L ow SAWS,CONCRETE $44.50 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L to OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L SCREED MAN $44.92 IT 5D 8L SHOTCRETE GUNITE $42.14 IT 5D 8L rr SLIPFORM PAVERS $45.41 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L SUBGRADE TRIMMER $44.92 IT 5D 8L ow TOWER BUCKET ELEVATORS $44.50 IT 5D 8L TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L to TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L TRENCHING MACHINES $44.50 IT 5D 8L TRUCK CRANE OfLER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L wr TRUCK CRANE OILERIDRIVER(100 TON&OVER) $44.92 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L YO YO PAY DOZER $44.92 IT 5D 8L 'w POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS Vw JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35.73 4A 5A TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.68 4A 5A �" TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $55.41 1G 5A low RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 .1 RESIDENTIAL CARPENTERS up JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS 'wo JOURNEY LEVEL $43.59 1E SP RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 me RESIDENTIAL GLAZIERS JOURNEY LEVEL $31.99 1H 5G Page 7 qw KING COUNTY Oil Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code j 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 MECHANICS JOURNEY LEVEL $55.41 1G 5A t RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $31.01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $41.96 1M 5A ab ROOFERS JOURNEY LEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $31.46 1H 6W 1 CARPENTER $30.74 1B 6X ELECTRICIAN $30.37 113 6X HEAT&FROST INSULATOR $46.59 1S 5J LABORER $29.26 1B 6X MACHINIST $30.29 1B 6X OPERATOR $30.22 1 B 6X PAINTER $32.34 1B 6X PIPEFITTER $30.22 1B 6X RIGGER $30.33 1B 6X SANDBLASTER $30.22 1B 6X SHEET METAL $30.48 1B 6X SHIPFITTER $30.32 1B 6X TRUCKER $30.17 1 B 6X WAREHOUSE $30.20 1B 6X WELDER/BURNER $30.32 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 No SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 113 5A SOLAR CONTROLS FOR WINDOWS it JOURNEY LEVEL $12.44 1 5S Page 8 06 KING COUNTY Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $55.64 1X 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 yr TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29.41 28 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A 4w SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A +qr TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41.96 1M 5A ow TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 1 B 5A TRAFFIC CONTROL STRIPERS JOURNEYLEVEL $36.40 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $41.19 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L DUMP TRUCK $41.19 IT 5D 8L DUMP TRUCK&TRAILER $41.90 IT 5D 8L OTHER TRUCKS $41.90 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 r WELL DRILLER $18.00 1 ,kw ,jw Page 9 Aw PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50.00% $19.32 1H 5D 2 1001-2000 HOURS 60.00% $22.12 1H 5D 3 2001-3000 HOURS 75.00% $28.51 1H 5D 4 3001-4000 HOURS 90.00% $33.15 1H 5D 1 0000-1000 HOURS 60.00% $25.02 1H 5D 2 1001-2000 HOURS 70.00% $27.83 1H 5D roll 3 2001-3000 HOURS 80.00% $30.63 1H 5D 4 3001-4000 HOURS 90.00% $33.44 1H 5D BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70.00% $23.32 1 2 1001-2000 HOURS 75.00% $24.99 1 10 3 2001-3000 HOURS 80.00% $26.66 1 4 3001-4000 HOURS 85.00% $28.32 1 5 4001-5000 HOURS 90.00% $29.99 1 6 5001-6000 HOURS 95.00% $31.65 1 to BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50.00% $25.49 1M 5A 2 0751-2250 HOURS 55.00% $27.05 1M 5A 3 2251-3000 HOURS 60.00% $28.62 1M 5A 4 3001-3750 HOURS 70.00% $31.74 1M 5A 5 3751-4500 HOURS 80.00% $34.87 1M 5A 6 4501-5250 HOURS 90.00% $37.99 1M 5A 7 5251-6000 HOURS 95.00% $39.56 1M 5A CARPENTERS CARPENTER 1 0000-1000 HOURS 60.00% $26.68 1M 5D 2 1001-2000 HOURS 65.00% $32.38 1M 5D 3 2001-3000 HOURS 70.00% $34.00 1M 5D 4 3001-4000 HOURS 75.00% $35.63 1M 5D 5 4001-5000 HOURS 80.00% $37.25 1M 5D 6 5001-6000 HOURS 85.00% $38.88 1M 5D 7 6001-7000 HOURS 90.00% $40.50 1M 5D 8 7001-8000 HOURS 95.00% $42.13 1M 5D DRYWALL APPLICATOR DRYWALL,METAL STUD,AND CEILING APPLICATORS 1 0000-0700 HOURS 50.00% $23.46 1M 5D 2 0701-1400 HOURS 60.00% $30.78 1M 5D 3 1401-2100 HOURS 68.00% $33.38 1M 5D 4 2101-2800 HOURS 76.00% $35.98 1M 5D 5 2801-3500 HOURS 84.00% $38.59 1M 5D Pagel PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 6 3501-4200 HOURS 92.00% $41.19 1M 5D ACOUSTICAL WORKER r 1 0000-1000 HOURS 50.00% $23.52 1M 5D 2 1001-2000 HOURS 60.00% $30.85 1M 5D 3 2001-3000 HOURS 68.00% $33.46 1M 5D 4 3001-4000 HOURS 76.00% $36.07 1M 51) 5 4001-5000 HOURS 84.00% $38.69 1M 51) 6 5001-6000 HOURS 92.00% $41.30 1M 51) ++e MILLWRIGHT AND MACHINE ERECTORS 1 1st Period 60.00% $27.28 1M 51) 2 2nd Period 65.00% $33.03 1 M 51) +�+ 3 3rd Period 70.00% $34.70 1 M 51) 4 4th Period 75.00% $36.38 1 M 51) 5 5th Period 80.00% $38.05 1M 5D 6 6th Period 85.00% $39.73 1M 5D 7 7th Period 90.00% $41.40 1M 5D 8 8th Period 95.00% $43.08 1M 51) PILEDRIVERS,DRIVING.PULLING,PLACING COLLARS AND WELDING err► 1 1st Period 60.00% $26.80 1M 5D 2 2nd Period 65.00% $32.51 1 M 51) 3 3rd Period 70.00% $34.14 1M 51) ° 4 4th Period 75.00% $35.78 1 M 5D 5 5th Period 80.00% $37.41 1 M 5D 6 6th Period 85.00% $39.05 1M 51) aw 7 7th Period 90.00% $40.68 1 M 5D 8 8th Period 95.00% $42.32 1M 51) BRIDGE,DOCK AND WARE CARPENTERS wr 1 1st Period 60.00% $26.68 1M 5D 2 2nd Period 65.00% $32.38 1M 5D 3 3rd Period 70.00% $34.00 1M 51) w 4 4th Period 75.00% $35.63 1 M 5D 5 5th Period 80.00% $37.25 1M 5D 6 6th Period 85.00% $38.88 1 M 5D 7 7th Period 90.00% $40.50 1M 5D w 8 8th Period 95.00% $42.13 1M 51) CEMENTMASONS JOURNEY LEVEL am 1 0000-1000 HOURS 50.00% $28.24 1M 5D 2 1001-2000 HOURS 60.00% $31.50 1M 51) 3 2001-3000 HOURS 70.00% $34.77 1M 51) it 4 3001-4000 HOURS 80.00% $38.04 1M 51) 5 4001-5000 HOURS 90.00% $41.31 1M 51) 6 5001-6000 HOURS 95.00% $42.95 1M 5D DRYWALL TAPERS or Page 2 No PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE All 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $28.29 1E 5P 2 1001-2000 HOURS 55.00% $29.82 1E 5P 3 2001-3000 HOURS 65.00% $32.88 1E 513 4 3001-4000 HOURS 75.00% $35.94 1E 5P 5 4001-5000 HOURS 85.00% $39.00 1E 5P 6 5001-6000 HOURS 90.00% $40.53 1E 5P ELECTRICIANS-INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40.00% $22.49 1E 5A 2 1001-2000 HOURS 50.00% $26.30 1E 5A 3 2001-3500 HOURS 55.00% $31.46 1E 5A 4 3501-5000 HOURS 65.00% $35.85 1E 5A 5 5001-6500 HOURS 75.00% $40.26 1E 5A 6 6501-8000 HOURS 85.00% $44.65 1E 5A ELECTRICIANS-POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1 0000-1000 HOURS 60.00% $33.08 4A 5A 2 1001-2000 HOURS 63.00% $34.30 4A 5A 3 2001-3000 HOURS 67.00% $35.87 4A 5A 4 3001-4000 HOURS 72.00% $37.97 4A 5A 5 4001-5000 HOURS 78.00% $40.42 4A 5A 6 5001-6000 HOURS 86.00% $43.76 4A 5A 7 6001-7000 HOURS 90.00% $45.34 4A 5A POLE SPRAYER 1 0000-1000 HOURS 85.70% $43.55 4A 5A 2 1001-2000 HOURS 89.80% $45.23 4A 5A 3 2001-3000 HOURS 92.80% $46.45 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50.00% $21.61 4A 6Q 2 1001-1700 HOURS 55.00% $39.43 4A 6Q 3 1701-3400 HOURS 65.00% $44.00 4A 6Q 4 3401-5100 HOURS 70.00% $46.88 4A 6Q 5 5101-6800 HOURS 80.00% $51.53 4A 6Q ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $17.05 1 2 1001-2000 HOURS 60.00% $18.60 1 3 2001-3000 HOURS 65.00% $20.15 1 4 3001-4000 HOURS 70.00% $21.70 1 5 4001-5000 HOURS 75.00% $23.25 1 6 5001-6000 HOURS 80.00% $24.80 1 7 6001-7000 HOURS 85.00% $26.35 1 i Page 3 am PREVAILING WAGE RATES FOR aw KING COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 8 7001-8000 HOURS 95.00% $29.45 1 TELECOMMUNICATION TECHNICIANS aw TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $12.52 1 2 1001-2000 HOURS 60.00% $13.66 1 `w 3 2001-3000 HOURS 65.00% $14.79 1 4 3001-4000 HOURS 70.00% $15.93 1 5 4001-5000 HOURS 75.00% $17.07 1 6 5001-6000 HOURS 80.00% $18.21 1 7 6001-7000 HOURS 85.00% $19.35 1 8 7001-8000 HOURS 95.00% $21.62 1 rrr GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $24.38 1H 5G er 2 1001-2000 HOURS 55.00% $26.32 1H 5G 3 2001-3000 HOURS 60.00% $28.26 1H 5G 4 3001-4000 HOURS 65.00% $30.19 1H 5G 5 4001-5000 HOURS 70.00% $32.13 1H 5G Wr 6 5001-6000 HOURS 75.00% $34.07 1H 5G 7 6001-7000 HOURS 80.00% $36.01 1H 5G 8 7001-8000 HOURS 90.00% $39.88 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40.00% $26.47 1S 51 2 1001-2000 HOURS 45.00% $28.14 1S 51 3 2001-3000 HOURS 50.00% $29.82 1S 5J 4 3001-4000 HOURS 55.00% $31.50 1S 51 5 4001-6000 HOURS 65.00% $34.85 1S 5J 6 6001-8000 HOURS 75.00% $38.21 1S 51 7 8001-10000 HOURS 85.00% $41.56 1S 51 HOD CARRIERS&MASON TENDERS +�+�+ JOURNEY LEVEL 1 0000-1000 HOURS 60.00% $25.02 1H 5D 2 1001-2000 HOURS 70.00% $27.83 1H 5D 'w 3 2001-3000 HOURS 80.00% $30.63 1H 5D 4 3001-4000 HOURS 90.00% $33.44 1H 51) INSULATION APPLICATORS dr JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $23.44 1M 51) 2 1001-2000 HOURS 60.00% $30.75 1M 51) rw 3 2001-3000 HOURS 75.00% $35.63 1M 5D 4 3001-4000 HOURS 90.00% $40.50 1M 51) IRONWORKERS Page 4 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-0750 HOURS 65.00% $28.08 10 5A 1 2 0751-1500 HOURS 70.00% $29.70 10 5A 3 1501-2250 HOURS 75.00% $39.82 10 5A 4 2251-3000 HOURS 80.00% $41.44 10 5A 5 3001-3750 HOURS 90.00% $44.68 10 5A 6 37514500 HOURS 90.00% $44.68 10 5A 7 4501-5250 HOURS 95.00% $46.30 10 5A 8 5251-6000 HOURS 95.00% $46.30 10 5A No LABORERS GENERAL LABORER 1 0000-1000 HOURS 60.00% $25.02 1H 5D 2 1001-2000 HOURS 70.00% $27.83 1H 5D 3 2001-3000 HOURS 80.00% $30.63 1H 5D 4 30014000 HOURS 90.00% $33.44 1H 5D LABORERS-UNDERGROUND SEWER& WATER GENERAL LABORER 1 0000-1000 HOURS 60.00% $25.02 1H 5D 2 1001-2000 HOURS 70.00% $27.83 1H 5D 3 2001-3000 HOURS 80.00% $30.63 1H 5D 4 30014000 HOURS 90.00% $33.44 1H 5D LATHERS JOURNEY LEVEL 1 0000-0700 HOURS 50.00% $23.46 1 M 5D 2 0701-1400 HOURS 60.00% $30.78 1M 5D 3 1401-2100 HOURS 68.00% $33.38 1M 5D 4 2101-2800 HOURS 76.00% $35.98 1M 5D 5 2801-3500 HOURS 84.00% $38.59 1M 5D 6 3501-4200 HOURS 92.00% $41.19 1M 5D PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52.00% $19.74 2B 5A 2 0751-1500 HOURS 56.00% $20.81 2B 5A 3 1501-2250 HOURS 60.00% $21.88 2B 5A 4 2251-3000 HOURS 64.00% $23.81 2B 5A 5 3001-3750 HOURS 68.00% $24.93 2B 5A 6 4001-4800 HOURS 72.00% $26.06 2B 5A PLASTERERS JOURNEY LEVEL 1 0000-0500 HOURS 40.00% $20.48 1R 513 2 0501-1000 HOURS 45.00% $21.88 1R 5B 3 1001-1500 HOURS 45.00% $27.70 1R 5B 4 1501-2000 HOURS 50.00% $29.10 1R 5B 5 2001-2500 HOURS 55.00% $30.50 1R 5B Page 5 go PREVAILING WAGE RATES FOR "" KING COUNTY APPRENTICES No EFFECTIVE DATE 3/2/2008 err Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 6 2501-3000 HOURS 60.00% $31.90 1R 5B at 7 3001-3500 HOURS 65.00% $33.30 1R 5B 8 3501-4000 HOURS 70.00% $34.70 1R 5B 9 4001-4500 HOURS 75.00% $36.10 1R 5B 10 4501-5000 HOURS 80.00% $37.50 1R 5B do 11 5001-5500 HOURS 85.00% $38.90 1R 5B 12 5501-6000 HOURS 90.00% $40.30 1R 5B 13 6001-6500 HOURS 95.00% $41.70 1R 5B w 14 6501-7000 HOURS 95.00% $41.70 1R 5B PLUMBERS&PIPEFITTERS JOURNEY LEVEL emu 1 0000-2000 HOURS 50.00% $35.53 1G 5A 2 2001-4000 HOURS 62.50% $46.65 1G 5A 3 4001-6000 HOURS 70.00% $49.70 1G 5A 4 6001-8000 HOURS 75.00% $51.72 1G 5A 5 8001-10000 HOURS 85.00% $55.77 1G 5A POWER EQUIPMENT OPERATORS BACKHOES. (75 HP&UNDER) +++� ALL EQUIPMENT 1 0000-1000 HOURS 65.00% $33.39 IT 5D 8L 2 1001-2000 HOURS 70.00% $34.98 IT 5D 8L 3 2001-3000 HOURS 75.00% $36.56 IT 5D 8L 4 3001-4000 HOURS 80.00% $38.15 IT 5D 8L 5 4001-5000 HOURS 90.00% $41.33 IT 5D 8L 6 5001-6000 HOURS 95.00% $42.91 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000-1000 HOURS 65.00% $33.39 2 1001-2000 HOURS 70.00% $34.98 3 2001-3000 HOURS 75.00% $36.56 4 3001-4000 HOURS 80.00% $38.15 �w 5 4001-5000 HOURS 90.00% $41.33 6 5001-6000 HOURS 95.00% $42.91 POWER LINE CLEARANCE TREE TRIMMERS As TREE TRIMMER 1 0000-1000 HOURS 75.00% $26.65 4A 5A 2 1001-2000 HOURS 80.00% $27.88 4A 5A aw 3 2001-3000 HOURS 85.00% $29.13 4A 5A 4 3001-4000 HOURS 90.00% $30.37 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC im 1 0000-2000 HOURS 50.00% $33.44 1G 5A 2 2001-4000 HOURS 62.50% $41.93 1G 5A 3 4001-6000 HOURS 70.00% $45.98 1G 5A Page 6 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 4 6001-8000 HOURS 75.00% $48.14 1G 5A 5 8001-10000 HOURS 85.00% $52.49 1G 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1st Period 60.00% $14.08 1 2 2nd Period 65.00% $15.26 1 3 3rd Period 70.00% $16.43 1 4 4th Period 75.00% $17.60 1 5 5th Period 80.00% $18.78 1 6 6th Period 85.00% $19.95 1 7 7th Period 90.00% $21.12 1 8 8th Period 95.00% $22.30 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50.00% $13.12 1 2 0901-1800 HOURS 55.00% $14.43 1 3 1801-2700 HOURS 75.00% $19.68 1 4 2701-4000 HOURS 85.00% $22.30 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $19.80 1H 5G 2 1001-2000 HOURS 60.00% $21.15 1H 5G 3 2001-3000 HOURS 65.00% $22.51 1H 5G 4 30014000 HOURS 70.00% $23.86 1H 5G 5 4001-5000 HOURS 80.00% $26.57 1H 5G 6 5001-6000 HOURS 90.00% $29.28 1H 5G RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL Jifli 1 0000-1000 HOURS 55.00% $12.62 1 2 1001-2000 HOURS 65.00% $14.92 1 3 2001-4000 HOURS 75.00% $17.21 1 4 4001-6000 HOURS 85.00% $19.51 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) 1 0000-0900 HOURS 55.00% $10.71 1 2 0901-1800 HOURS 60.00% $11.69 1 3 1801-2700 HOURS 65.00% $12.66 1 4 2701-3600 HOURS 70.00% $13.64 1 5 3601-4500 HOURS 75.00% $14.61 1 6 4501-5400 HOURS 80.00% $15.58 1 ROOFERS wil JOURNEY LEVEL 1 0000-0820 HOURS 60.00% $23.83 1R 5A 2 0821-1630 HOURS 67.00% $25.70 1R 5A J Page 7 rrli we PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES f1a" EFFECTIVE DATE 3/2/2008 +r Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 3 1631-2450 HOURS 74.00% $27.56 1R 5A 4 2451-3270 HOURS 81.00% $31.72 1R 5A 5 3271-4080 HOURS 88.00% $33.59 1R 5A 6 4081-4899 HOURS 95.00% $35.45 1R 5A SHEET METAL WORKERS ors JOURNEY LEVEL(FIELD OR SHOP) 1 0000-2000 HOURS 45.00% $22.90 1E 6L 2 2001-3000 HOURS 50.00% $31.63 1E 6L err 3 3001-4000 HOURS 55.00% $33.53 1E 6L 4 4001-5000 HOURS 60.00% $35.46 1E 6L 5 5001-6000 HOURS 65.00% $37.40 1E 6L 6 6001-7000 HOURS 70.00% $39.31 1E 6L 7 7001-8000 HOURS 75.00% $41.24 1E 6L 8 8001-9000 HOURS 80.00% $43.16 1E 6L 9 9001-10000 HOURS 85.00% $45.09 lE 6L SHIPBUILDING&SHIP REPAIR MACHINIST 1 1st Period 60.00% $21.50 1B 6X 4' 2 2nd Period 70.00% $23.70 1B 6X 3 3rd Period 80.00% $25.90 1B 6X SHIPFITTER w 1 1st Period 70.00% $23.96 1B 6X 2 2nd Period 75.00% $25.02 1B 6X 3 3rd Period 80.00% $26.08 113 6X dw 4 4th Period 85.00% $27.14 113 6X 5 5th Period 90.00% $28.20 1B 6X 6 6th Period 95.00% $29.26 1B 6X WELDERIBURNER Mp 1 1st Period 70.00% $23.96 1B 6X 2 2nd Period 75.00% $25.02 1B 6X go 3 3rd Period 80.00% $26.08 1B 6X 4 4th Period 85.00% $27.14 16 6X 5 5th Period 90.00% $28.20 1B 6X 6 6th Period 95.00% $29.26 1B 6X ow CARPENTER 1 1st Period 60.00% $21.51 1B 6X 2 2nd Period 65.00% $22.66 1B 6X 3 3rd Period 70.00% $23.82 1B 6X 4 4th Period 75.00% $24.97 1B 6X 5 5th Period 80.00% $26.12 1B 6X 6 6th Period 85.00% $27.28 1B 6X 7 7th Period 90.00% $28.43 16 6X ELECTRICIAN 4w 1 1st Period 70.00% $23.31 1B 6X Page 8 w. PREVAILING WAGE RATES FOR KING COUNTY alb APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code 2 2nd Period 75.00% $24.49 1B 6X 3 3rd Period 80.00% $25.67 1B 6X 4 4th Period 85.00% $26.84 1B 6X 5 5th Period 90.00% $28.02 1B 6X 6 6th Period 95.00% $29.19 1B 6X SHEET METAL 1 1st Period 70.00% $23.63 1B 6X 2 2nd Period 80.00% $25.91 1B 6X 3 3rd Period 90.00% $28.20 1B 6X t RIGGER 1 1st Period 70.00% $23.93 1B 6X 2 2nd Period 75.00% $24.99 1B 6X 3 3rd Period 80.00% $26.06 1B 6X 4 4th Period 85.00% $27.13 1B 6X 5 5th Period 90.00% $28.20 113 6X 6 6th Period 95.00% $29.26 1B 6X SOFT FLOOR LAYERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $17.97 1B 5A 2 1001-2000 HOURS 60.00% $20.08 1B 5A 3 2001-3000 HOURS 70.00% $26.94 113 5A 4 3001-4000 HOURS 75.00% $28.46 1B 5A 5 4001-5000 HOURS 80.00% $29.98 1B 5A 6 5001-6000 HOURS 85.00% $31.51 1B 5A 7 6001-7000 HOURS 90.00% $33.03 1B 5A 8 7001-8000 HOURS 95.00% $34.56 1B 5A SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL 1 1st Period 40.00% $22.30 1X 5C 2 2nd Period 42.00% $23.07 1X 5C 3 3rd Period 44.00% $23.85 1X 5C 4 4th Period 47.00% $25.02 ix 5C 5 5th Period 52.00% $30.31 1X 5C 6 6th Period 57.00% $32.26 1X 5C 7 7th Period 62.00% $34.45 1X 5C 8 8th Period 65.00% $35.62 1X 5C 9 9th Period 75.00% $40.01 1X 5C 10 10th Period 80.00% $41.95 1X 5C TILE.MARBLE& TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50.00% $24.35 1B 5A 2 1001-2500 HOURS 55.00% $25.82 1B 5A 3 2501-3500 HOURS 60.00% $27.27 113 5A 4 3501-4500 HOURS 70.00% $30.22 113 5A Page 9 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES "�► EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of Progression&Hour Range Wage Code Code Code TERRAZZO WORKERS& TILE SETTERS JOURNEY LEVEL wr 1 0000-1000 HOURS 50.00% $25.00 1M 5A 2 1001-2500 HOURS 55.00% $26.53 1M 5A 3 2501-3500 HOURS 60.00% $28.06 1M 5A arc 4 35014500 HOURS 70.00% $31.12 1M 5A 5 4501-5500 HOURS 80.00% $34.19 1M 5A 6 5501-6250 HOURS 90.00% $37.25 1M 5A irr 7 6251-7000 HOURS 95.00% $38.78 1M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL q' 1 0000-0500 HOURS 60.00% $15.23 1K 5A 2 0501-1000 HOURS 60.00% $20.55 1K 5A 3 1001-2333 HOURS 60.00% $24.05 1K 5A arr 4 2334-4666 HOURS 73.00% $28.06 1K 5A 5 4667-7000 HOURS 88.00% $32.69 1K 5A TRUCK DRIVERS DUMP TRUCK ON ALL TRUCKS 1 0000-0700 HOURS 70.00% $32.58 IT 5D 8L 2 0701-1400 HOURS 80.00% $35.45 IT 5D 8L fr 3 1401-2100 HOURS 90.00% $38.32 IT 5D 8L wr ww rrr +rr w a`r Page 10 BENEFIT CODE KEY- EFFECTIVE 03-02-08 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2) HOURS BEFORE OR AFTER A FIVE - EIGHT(8) HOUR WORKWEEK DAY OR A FOUR -TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4w 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 1b 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. to 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. J. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. f 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 fa CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES 40 THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. di +r BENEFIT CODE KEY-EFFECTIVE 03-02-08 _2_ 1. Q. THE FIRST TWO(2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ow S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. im T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS(12) to IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME 4w SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. �r W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED 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 40 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 rr 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. aw C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY a, 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. err BENEFIT CODE KEY-EFFECTIVE 03-02-08 —3- =n 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE— HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE—HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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 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 EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). fo 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). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). wo BENEFIT CODE KEY-EFFECTIVE 03-02-08 -4- K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ,w THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9). wr L. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR aw DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' 'ow DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). wrr Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). wr 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). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, rw THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR aw AFTER CHRISTMAS(10). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). 'w V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. No 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). w+ Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, wo THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). aw 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). 4w 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). wo 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). a E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, No INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). wo BENEFIT CODE KEY-EFFECTIVE 03-02-08 -5- G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING j DAY, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). 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) to Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED 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 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. *w BENEFIT CODE KEY-EFFECTIVE 03-02-08 -6- M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00, ow LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. w� 9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3% w� GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4% B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%:HOURS WORKED rrr GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED aw wo %w Ow ww tir +tire so fw 40 aw rw rr�r r aw APPENDIX C-STANDARD PLANS CITY OF RENTON aw an am rip ar w wo ow APPENDIX C ow STANDARD PLANS %W w a. No aw aw arr 2008 STREET OVERLAY WITH CURB RAMPS we im aw GENERAL NOTES: ++� 1. See standard plan 102 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.3. r FACE OF CURB 61/2" 5 1/2" V 1/2"R. 1"R. MATCH CEMENT CONCRETE ROADWAY 6" SIDEWALK RAMP, SLOPE 1/2"R. 1"R. LANDING.OR DRIVE- 1/2"R. ROOADWAY VARIES WAY ENTRANCE FROM D N ° D 6"TO0 D aw \ 114"PREMOLDED 11-6" �l JOINT FILLER or CEMENT CONCRETE CEMENT CONCRETE TRAFFIC CURB AND GUTTER PEDESTRIAN CURB AT SIDEWALK RAMPS&LANDINGS, AND DRIVEWAY ENTRANCES 00 FACE OF ADJACENT CURB 6112" FLUSH WITH GUTTER PAN AT SIDEWALK FACE OF ADJACENT CURB No RAMP ENTRANCE 6 1!2" 1:12 MAX. 3% SEE DEPRESSED CURB DETAIL BELOW TOP OF 112"R. ROADWAY 3% TOP OF • p , D 1/2"R. ROADWAY p DD .•p 'D •. ° m 2" p D D . � D Z V-6" D •D D • • p •D D: D. rr DEPRESSED CURB SECTION r 1 AT SIDEWALK RAMPS FACE OF CURB DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. 61/2" FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.3 51/2' 1" 112"R. 1" FACE OF ADJACENT CURB TOP OF -\J ° 'D m ROADWAY GUTTER SURFACE ° 1"R. D D D D D 8114" D •. ° ' •pD D. D D CEMENT CONCRETE DEPRESSED CURB DETAIL TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS ��Y O STD. PLAN — 100 + PUBLIC WORKS CEMENT CONCRETE CURBS i DEPARTMENT APRIL 2008 ��NT° SEE NOTE 2 -- SEE NOTE 2 2• - 0' 2• - 0' m I 3/8" PREMOLDED JOINT FILLER (TYP) � - - - J CEMENT CONCRETE CURB AND GUTTER PLAN VIEW FACE OF CENTERLINE OF I_ CURB S FRAME 6 GRATE 6 1/2" I(` 13" (1.08) 5 1 2" 1" FRAME AND GRATE-NOT INCLUDED 1/2" R. 1" R. ROADWAY IN CURB AND GUTTER BID ITEM SLOPE • ° 3 40 TOP OF 11" R I RECESS ROADWAY D N � D D • D • D D D ADJUSTMENT SECTION-NOT INCLUDED p p IN CURB AND GUTTER BID ITEM p D, CATCH BASIN-NOT INCLUDED ° IN CURB AND GUTTER BID ITEM ° •D y w S SECTION O GENERAL NOTES: 1. The intent of this design is to facilitate the removal of a catch basin with minimal disturbance d ! of the curb. I 2. The expansion joints of the adjacent sidewalk shall be adjusted to be in i€ line with these curb expansion joints. I � \\ I IS IVET-C VIEW CEMENT CONCRETE CURB STD. PLAN — 101 a PUBLIC WORKS INSTALLATION AT DEPARTMENT CATCH BASINS APRIL 2008 t�NTO w .rll n o" IN e"I SIDEWALK �J ,2" VARIES:5-S'MIN. 12"R LEVEL 1"R. YY1rr 'µ c ,2"R(TYP.) CURB NOT 4" INCLUDED MN. 'f 2%MAX_ IN BID REM D SEE RAISED 1/4"PREMOLDED n' EDGE DETAIL JOINT FILLER NOTE:EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARIES BUFFER STRIP z 1/B"TO 114" SIDEWALK SLOPE ROUNDING TO WALL(EYE�DET�AILjCENT VARIES:3'-0'MIN. (WHEN SPECIFIED) SIDEWALK p D 1 ow (WHEN p• � 'QrO •o D ' 1/2'R.(TYP.) CURB NOT INCLUDED 276 v 2%MAX,_ 2%MAX IN BID REM 41w i, ©CONTRACTION JOINT CEMENT CONCRETE SIDEWALK ow ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK qw VARIES SIDEWALK MAY BE ADJACENT 12"R SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK VARIES:5'-5'MIN. Ifs 19'PREMOLDED 12"R aw.) _ CURB NOT JOINT FILLER INCLUDED 2% 2%MAX IN BID ITEM 1/4'PR-MOLDED SIDEWALK ADJACENT TO WALL ill JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB 111 BROOMED FINISH ■ < 4"WIDE,SMOOTH O� 5• h3 i�' TROWELED PERIMETER 41w G l;let CONCRETE CURB iY RB AND GUTTER SHOWN) ix i OT INCLUDED IN BID REM G � •D D ONLY FULL-DEPTH PREMOLDED`fit ;i �� •.. JOINT FILLER BOTH M ' `" '` EWAL f EO EXPANSION JOINT AND FINISH faw DETAIL vw Y + PUBLIC WORKS CEMENT CONCRETE • PLAN — 102 PtO DEPARTMENT SIDEWALK APRIL 2008 ' y w 1�1 EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) yllli SAWCUT a , < ,a a: ° a of 0 0 0 ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK all NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT 1�1 STD. PLAN — 108 a_® + PUBLIC WORKS CURB AND GUTTER O� DEPARTMENT REPLACEMENT DETAIL ��p APRIL 2008 BID ITEM(INCLUDES SIDEWALK_RAMPS) w� RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'MIN.-15'MAX. 6'MIN.-15'MAX. are 10 LF OF PAVED r j DRIVEWAY REQUIRED (OPTIONAL)CEMENT CONC.PEDESTRIAN 3/8"EXPANSION JOINT(TYP.) CURB(TYP.)SEE STD.PLAN 100 (SEE STD.PLAN 102) aw CEMENT CONC.SIDEWALK o O o dw Y Y �, le w 0 0 0 N N y SEE NOTE 7 CEMENT CURB&GUTTER a RAMP WITH 12H:1V l SLOPE(TYP.) (SEE NOTE 3) 318'CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) 4w1r PLAN VIEW (TYPE C3 SHOWN,Cl&C2 SIMILAR) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) V MIN.-15'MAX. (SEE NOTE 7) V MIN.-15'MAX. SEE NOTE 8(TYP). (OPTIONAL)CEMENT CONC. �� v PEDESTRIAN C U R E T 10'MIN. 10"MIN. 10"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) rrr SECTION O 10 R(TYP.) SIDEWALK WIDTH 5'-6" (Arrr VARIES 2%MAX. 10"MIN. 4w DRIVEWAY SEE DETAIL ON STD PLAN 104.3 aw SECTION �5 5� CEMENT CONCRETE CURB&(EE NOTE i. 12H:1V 10 LF OF PAVED DRIVEWAY REQUIRED NOLITHIC ER aw CEMENT AIL,SHEET 104.3) CONCRETE SIDEWALK Ow TYPE C2-ISOMETRIC VIEW ' (30'WIDE COMMERCIAL) For NOTES see sheet 104.3 8*y0a-' %w PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD. PLAN - 104.1 DEPARTMENT ENTRANCE - TYPES C1, C2 & C3 APRIL 2008 BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:14'MIN.-20'MAX. RAMP(VARIES) 6'MIN.-15'MAX. r I 6'MIN.-15'MAX. 10 LF OF PAVED DRIVEWAY REQUIRED (OPTIONAL)CEMENT CONC.PEDESTRIAN 3/8"EXPANSION JOINT(TYP.) CURB(TYP.)SEE STD.PLAN 100 (SEE STD.PLAN 102) CEMENT CONC.SIDEWALK 40 to Y Y Y SEE NOTE 1 CEMENT CONCRETE RAMP WITH 12H:1V B CURB&GUTTER SLOPE(TYP.) 3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW RAMP(VARIES) VARIES RAMP(VARIES) V MIN.-15'MAX. 14'MIN. 6'MIN.-15'MAX. 20'MAX. SEE NOTE 8(TYP). (OPTIONAL)CEMENT CONC. PEDESTRIAN CURB(TYP.) 6"MIN. 6'MIN. 6"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION OA (SEE STD.PLAN 102) 112-R(TYP) SIDEWALK WIDTH 5'-6- DEPRESSED CURB&GUTTER VARIES 2%MAX. (SEE NOTE 3) ----� 6"MIN. DRIVEWAY SECTION O 10 LF OF PAVED DRIVEWAY REQUIRED CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) (OPTIONAL)CEMENT CONCRETE PEDESTRIAN CURB(TYP.) � . -..WITH 12H:1 V (TYR) CEMENT CONCRETE SED SIDEWALK &GUTTER SEE NOTE 3) TYPE R1 -ISOMETRIC VIEW (RESIDENTIAL) For NOTES see sheet 104.3 �Y STD. PLAN — 104.2 A� + PUBLIC WORKS CEMENT CONCRETE DRIVEWAY O DEPARTMENT ENTRANCE - TYPE R1 ��1V'tp APRIL 2008 as .r. - s H 12HAV err PE`(7YP) 10 LF OF PAVED DRIVEWAY REQUIREDERNOLITHIC CEMENT CONCRETE AIL,SHEET 104.3) ar SIDEWALK CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) TYPE C3--ISOMETRIC VIEW �'OS (38'WIDE COMMERCIAL) aw CEMENT CO CURB CONCRETE (SEE NOTE 3) ,ar 10 LF OF PAVED H 12HA V DRIVEWAY REQUIRED ) CEMENT OLITHIC CONCRETE ER SIDEWALK AIL,SHEET 104.3) ,,•.t"'°^ ` '" TYPE C2131--ISOMETRIC VIEW wo (30'WIDE COMMERCIAL,WITH BUFFER) NOTES FACE OF CURB 1. When a residential T SEE DEPRESSED CURB DETAIL (residential)Type R1 or RIB driveway width exceeds sue© s 1/2 ON THIS SHEET 15 feet,construct a full depth expansion joint with 3/8"joint filler °ON STD Pcew,�i02 51X 1, along the driveway centerline(see std.plan 102). Construct expansion joints parallel with the centerline as required at 15' b 1 r2 R ROADWAY dw maximum spacing when driveway widths exceed 30'. 2. See std.plan 102 for sidewalk details. a 1tr" 3. Curb and gutter shown,other curb designs may be specified. ar See std.plan 100 for curb details. r-s• r-s• 4. Avoid placing drainage structures,junction boxes or other NOTE:DRIVEWAY LONGITUDINAL EXPANSION obstructions In front Of driveway entrances. JOINTS SHALL BE FULL DEPTH ow 5. The engineer will design all driveways to include elevations at DEPRESSED MONOLITHIC CURB&GUTTER DETAIL all points marked with symbol"X". All elevations are at the driveway finished surface. FACE OF ADJACENT CURB 6. Driveways not constructed as dimensioned will not be accepted by the owner. GUTTER SURFACE 7. Width of(alleyway)Type Cl/Cl B entrances shall be 20'-0". r R. Width of(24ane commercial)Type C2/C2B entrances shall be D D 30'-0". Width of(34ane commercial)Type C31C3B entrances D . • 1,R shall be 38'-0". The expansion joints(see std.plan 102)shall be constructed spaced as shown in the corresponding isometric D • .D ; D view. r DD • D D I8. Slopes shall comply with sections R303.2.1 or R303.2.2 or DEPRESSED CURB DETAIL R303.2.3 of the Public Rights of Way Access Guide (PROWAG). AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS 7 Y !t•9 + PUBLIC WORKS CEMENT CONCRETE ENTRANCES - SM. PLAN 104'B O DEPARTMENT NOTES AND DETAILS or INTO APRIL 2008 BID ITEM(INCLUDES SIDEWALK RAMPS) -- - — RAMP(VARIES) i RAMP(VARIES) 6'MIN.-15 MAX.t 6'MIN.-15'MAX. 10 LF OF PAVED DRIVEWAY REQUIRED (OPTIONAL)CEMENT CONC.PEDESTRIAN 3/8"EXPANSION JOINT(TYP.) CURB(TYP.)SEE STD.PLAN 100 (SEE STD.PLAN 102) CEMENT CONC.SIDEWALK b � o z � LLIo ' a�0 LL b � LL b SEE NOTE 1 CEMENT CONCRETE RAMP WITH 12HAV B CURB&GUTTER SLOPE(TYP.) 3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW RAMP(VARIES) VARIES RAMP(VARIES) 6'MIN.-15'MAX 14'MIN. 6'MIN.-1S MAX. 2 MAX I SEE NOTE 8(TYP). (OPTIONAL)ESTRIAN CURB CONC. 0 j < I (1�YP) `v a 6"MIN. 6"MIN. 6"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION OA (SEE STD.PLAN 102) 1/2-R(TYP) DRIVEWAY LENGTH 1T-01 DEPRESSED CURB&GUTTER VARIES ES 2%MAX (SEE NOTE 3) 6"MIN. DRIVEWAY SECTION O ! 10 LF OF PAVED „t DRIVEWAY REQUIRED W `w CEMENT CONCRETE (OPTIONAL)CEMENT CONCRETE CURB&GUTTER PEDESTRIAN CURB(TYP.) (SEE NOTE 3) CEMENT WITH 12HAV CONCRETE (TYP-) SIDEWALK ED &GUTTER SEE NOTE 3) TYPE R1 B-ISOMETRIC VIEW (RESIDENTIAL,WITH BUFFER) For NOTES see sheet 104.3 Y O STD. PLAN — 104.4 PUBLIC WORKS CEMENT CONCRETE DRIVEWAY DEPARTMENT ENTRANCE - TYPE RIB 'f'FN tp APRIL 2008 +rli BID ITEM(INCLUDES SIDEWALK RAMPS) alrr RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'MIN.-15'MAX. -- — - 6'MIN.-15'MAX 10ILF OF PAVED ow DRIVEWAY REQUIRED 3/8"EXPANSION JOINT (OPTIONAL)CEMENT CONC.PEDESTRIAN (SEE STD.PLAN(TYP.) CURB(TYP.)SEE STD.PLAN 100 so CEMENT CONC.SIDEWALK A w 41 Z � , a b 'w w .. LL LL O to 41w SEE NOTE 7 CEMENT CONCRETE RAMP WITH 112HAV B CURB A GUTTER SLOPE(TYP.) (SEE NOTE 3) low 34"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW vftiW RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN.-15'MAX (SEE NOTE 7) 6'MIN.-15 MAX. SEE NOTE 8(TYP). (OPTIONAL)CEMENT CONC. PEDESTRIAN CURB(TYP.) 10"MIN. 10"MIN. -10"MIN. CEMENT CONCRETE 3/6'EXPANSION JOINT(TYP.) Irr SIDEWALK (SEE STD.PLAN 102) SECTION OA 1/2"R:rry P) DRIVEWAY LENGTH 10'-0' rte VARIES ` 2%MAX. 10"MIN. DRIVEWAY am SEE DETAIL ON STD PLAN 104.3 SECTION O � aw 5 CEMENT CONCRETE 4- CURB$GUTTER Sys; (SEE NOTE 3) ma 10 LF OF PAVED 12HA V DRIVEWAY REQUIRED CEMENT DNOLITHIC CONCRETE ER -aw SIDEWALK 41 a AiL,SHEET 104.3) TYPE C313-ISOMETRIC VIEW (38'WIDE COMMERCIAL,WITH BUFFER) For NOTES see sheet 104.3 Y O WORKS. PUBLIC CEMENT CONCRETE DRIVEWAY ' pIAN - 104.5 + DEPARTMENT ENTRANCE - TYPES Cl B, C213 & C313 APRIL 2008 *w RAMP IS NORMAL TO CURB FACE TANGENT AND OPPOSITE FAR RAMP(TYP.) CTMENT CONC.SIDEWALK A RAMP TYPE 1(TYP.) SIDEWALK S-c" SIDEWALK i M/ry DETECTABLE 3/8'EXPANSION WARNING JOINT(TYPJ(SEE ,+� (SEE DETAIL) STD.PLAN 102) FACE OF CURB ✓ I �I 4 O AT FACE OF CURB CURB OR CURB GUTTER d 1 CEMENT CONCRETE O 7-fi PLAN VIEW SIDEWALK RAMP TYPE I (---1—� LAYOUT PLAN VIEW' SEE NOTE 2 SIDEWALK RAMP TYPE 1 2'-0"-DETECTABLE WARNING 5'-0'MIN. 8'-O'MIN. PATTERN(SEE DETAIL) LANDING RAMP 10 A RAMP 2%MAX_ 1r � FLUB ROADWAY CEMENT CONCRETE DEPRESSED O B MIN. MAX SIDEWALK CURB 6 GUTTER A SECTION (SEE NOTE 5) Q _ A 1 51W 23W B 5I8" 1 112" PLAN C 7115" 314` D 7I5' 17/16" SIDEWALK 5-6"MIN. tO �= THIS PATTERN AREA SHALL TOP OF ELEVATION BE YELLOW IN COLOR 2%MAX_ G ROADWAY DETECTABLE WARNING PATTERN DETAIL CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB&GUTTER SECTION O (SEE NOTE 5) 17-0"MIN' NOTES to I 1. The bottom of the ramp shall have a landing area(rot in excess of 2% /y 2%MAX TOP OF in any direction)4'x 4'. _ L ROADWAY 2. Layout requires two(2)of this bid item: "CEMENT CONC.SIDEWALK CEMENT CONCRETE RAMP TYPE 1". The bid Item does not include the adjacent curb(or SIDEWALK CEMENT CONCRETE Curb&gutter),or sidewalk CURB&GUTTER SECTION O (SEE NOTE 5) 3. The maximum allowable ramp slope is 12HAV.Flatter ramp slopes are pennissable.Field verify the fors before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. 5. Curb&gutter is shown,see the contract plans for the curb design r specified. See standard plan 100 for curb details. u " 6. See standard plan 102 for sidewalk joint placement and details. � 7. The engineer will design all ramps to include elevations at all points marked with symbol"X". All elevations are at the finished surface. 5 8. Ramps not constructed as dimensioned will not be accepted by the owner. ISOMETRIC VIEW ti�Y o STD. PLAN — 105.1 �Oa_® PUBLIC WORKS PAIRED SIDEWALK RAMP DEPARTMENT TYPE 1 JUNE 2008 FN'f� + RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN(TYP.)—SEE CONTRACT FOR RADIUS. ' A aw \ SIDEWALK s'_o„ DETECTABLE WARNING _ PATTERN aW SIDEWALK \ f I °a i i JOINT(TYP.)(SEE \ (SEE DETAIL) 41_ i i _ STD.PLAN 102) FACE OF CURB N CURB,OR CURB AT FACE OF CURB AND GUTTER TO �I� CEMENT CONCRETE to PLAN VIE, SIDEWALK RAMP TYPE 1 AND RELATIONSHIP TO CROSSWALK PLAN VIEW AND LAYOUT SINGLE SIDEWALK RAMP TYPE 1 aw Z-0'-DETECTABLE WARNING 5'-0"MIN. 6'- MIN. PATTERN(SEE DETAIL) 0" LANDING RAMP illl fO 2%MAX._ a FLUSH TOP OF ;r ROADWAY CEMENT +aw CONCRETE DEPRESSED SIDEWALK CURB&GUTTER SECTION OA (SEE NOTE 5) RAMP B x SIDEWALK s ' 5'-6"MIN. A r_ B MIN. MAX A A7/16" 3/r •r 2%MAX v TOP OF + B ROADWAY PLAN C CEMENT CONCRETE � D SIDEWALK CEMENT CONCRETE +m CURB$GUTTER SECTION OB (SEE NOTE 5) p^ THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR vw DETECTABLE WARNING PATTERN DETAIL vw aw �a ISOMETRIC VIEW For NOTES see sheet 105.1 aw 'SY PUBLIC WORKS SINGLE SIDEWALK RAMP SM. PLAN — 105.2 O DEPARTMENT TYPE 1 JUNE 2008 .r 319•EXPANSION JOINT(TYP.) (SEE NOTE 9) C RAMP IS NORMAL TO CURB FACE TANGENT, AND OPPOSITE FAR RAMP(TYP) IS T-0` NP. _ RADIUS POINT OF CURB RETURN B 1 DETECTABLE WARNING —___————RAMP PATTERN(TYP.) CENTERLINE — iV ':"i3:f ' L I I (SEE DETAIL) f � PT x W OPTIONAL CEMENT CONCRETE PEDESTRIAN CURB(TYP)(SEE STD.PLAN 100) SIDEWALK RAMP WING 0-M i 20 SIDEWALK RAMP WING(TYP) RAMP CENTERLINE •0 ; r-(r it r-(r r ISOMETRIC VIEW PC b h VARIES:r-0'tDE 7-W 2'-9' r-0' RAMP RAMP II— C G E 3B'EXPANSION JOINT(TYP.) — �(T�) . ° ' d (SEE NOT E B) — DETECTABLE WARNING PATTERN(TYPJ 319'EXPANSIONDING CROSSWALK (SEE DETAIL) (SEE STD.PLAN 102) PLAN VIEW SECTION O SIDEWALK RAMP TYPE 2 LAYOUT S. SIDEWALK DETECTABLE WARNING _+.. V-B'MIN PATTERN(SEE DETAIL) SIDEWALK 1>,rl S-9'MIN. FLUSH TOP W MAX ROADWAY TOP OF .. 2%MAX + ROADWAY OPTKXJAL CEMENT DEPRESSED �/p/ Q------ CONCRETE PEDESTRAW CURB 6 GUTTER CURB(SEE STD.PLAN 100) CEMENT CONC. (SEE NOTE b) CEMENT CONC. SIDEWALK SIDEWALK CEMENT CONCRETE CURB&GUTTER SECTION O (SEE NOTE E7 SECTION OB NOTES 1. The bottom of the ramp shall have a landing area(not in excess of 2%in any direction),4'x 4'. 2. The paired type 2 ramp layout requires two(2)of this bid Item:"cement cone.sidewalk ramp type 2".The bid Item does not include the adjacent curb(or curb&gutter),the sidewalk between ramps,or the cement conk.pedestrian curb. 3. The maximum allowable ramp slope is 12HA V. Flatter ramp slopes are pennissable. Field verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions In front of ramp access areas. S. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 100 for curb details. 6. See std.plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to Include elevations at all points marked with symbol"X".All elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 18'-0"or less(when measured along the back of sidewalk)the height of the curb and sidewalk in this area shall be reduced proportionally. The 4'-0"minimum dimension,and the lengths of the ramp wings,shall never be reduced(See note 3). 'tY PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PLAN - 106.1 O DEPARTMENT TYPE 2 JUNE 2008 UINi .. 41r RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN Qw lmw I � I \ aw I RAMP CENTERLINE \ C 2'-6" p 318"EXPANSION JOINT(TYP.) ,�• (SEE NOTE 6) DETECTABLE WARNING B 11111 PATTERN(TYP.) (SEE DETAIL) OPTIONAL CEMENT CONCE CURB(SEE STD.PELAN 100) 09 I "`•'`�' I 3 F AA RAMP we CROSSWALK * Q ' Al B MIN. MAX. FACE OF CURB O A 1 5/8" 2 318" 8 518" 1 12" 410 PLAN C 7/16" 3/4" PLAN VIEW I C D 7/8" 17/16" SINGLE SIDEWALK RAMP TYPE 2 LAYOUT AND RELATIONSHIP TO CROSSWALK D riril � THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR VARIES: 7-6"toF DETECTABLE WARNING PATTERN DETAIL x111 VARIES: T-0"to E VARIES: T-0"to E RAMP RAMP a � RADIUS ATFACE 1 6" v 8" OF CURB E F YID 318"EXPANSION JOINT(rYP.) 20 FEET 10'-4 314" X-8 1/2" (SEE STD.PLAN 102) LANDING 30 FEET 81-111/2" 3'-21/4" SECTION O 40 FEET 8'-41/2" 7-11 3/4" yr 50 FEET 8'-0 3/4" 7-10 1/4' c , 60 FEET T-101/4' 7-9 314" 70 FEET 7'-8 34" 7-9" VRiu 80 FEET T-71/2" 2'-8 3/4" 90 FEET T-611T Z-81/4" v 100 FEET 7'-6" Z-8- DIMENSIONS AT ow FACE OF CURB INTERMEDIATE RADII SHALL BE INTERPOLATED �t For NOTES see sheet 106.1 ISOMETRIC VIEW �Y OPUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN - 106.2 DEPARTMENT TYPE 2 �FNZO JUNE 2008 Sidewalk 5.-(r DETECTABLE WARNING C PATTERN(TYP.) 3.-0'MIN. (SEE DETAIL) RAMP(TYP) --I,E RADIUS CURB POINT OF SIDEWALK RAMP b f l 13 AND RETURN MUM B 01• ----- - 318"EXPANSION JOINT __j (SEE STD.PLAN 102) L PT RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP Typ• c� A, 0 CURB,OR CURB AND GUTTER (OPTIONAL)CEMENT CONCRETE PEDESTRIAN CURB 3'-O"MIN. RAMP"P4 PLAN VIEW PAIRED SIDEWALK RAMP TYPE 3A X-3 i LAYOUT -bla:1 l� CEMENT CONCRETE SIDEWALK 3'-OMIN. PC 6-0r BUFFER STRIP TOP OF CROSSWALK J 2%MAX !61 2%MAX. ROADWAY ZRAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP CEMENT CEMENT CONCRETE CONCRETE CURB&GUTTER SIDEWALK SECTION O (SEE NOTE 5) O. +� _3'-_0"MIN._ 5-0"MIN. 3'-(r MIN._ RAMP ih LANDING RAMP 4"(TYP.) -EXPANSION JOINT(TYP.) 31W8: (SEE STD.PLAN 102) ISOMETRIC VIEW SECTION CO For NOTES see sheet 107.2 TY STD. PLAN — 107.1 �0PUBLIC WORKS PAIRED SIDEWALK RAMP $ DEPARTMENT TYPE 3A JUNE 2008 Ow 4W 1111111 3/6"EXPANSION JOINT (SEE STD.PLAN 102) DETECTABLE WARNING PATTERN(fYP.) CEMENT CONCRETE (SEE DETAIL) PEDESTRIAN CURB 0' C 3•-0'MIN. CURB.OR CURB AND GUTTER to RAMP(1'YP) LANDING 3'-0'MIN. 2'-0"-DETECTABLE WARNING x 51-01 RAMP PATTERN(SEE DETAIL) +• J„ _ _ I I V I / 2% FLUSH in TOP OF d MAX. a I ROADWAY i0w "a I CEMENT CONCRETE DEPRESSED a PEDESTRIAN CURB CURB&GUTTER II (SEE STD.PLAN 100) (SEE NOTE 5) A Ross�wALX SECTION O PLAN VIEW SINGLE SIDEWALK RAMP TYPE 3A LAYOUT 11W A i i RAMP aw " A�- as, g MIN. MAX O A 15/6' 23V O �.0 B sw 11/2" 7I PLAN C 7/16' 314" C— D x THIS PATTERN AREA SFWI ilrif ELEVATION BE YELLOW IN COLOR ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL NOTES 1. The bottom of the ramp shall have a landing area (not In excess of 2%in any direction) 4'x 4'. 2. The paired type 3A ramp layout requires two(2) of this bid item: "CEMENT CONC.SIDEWALK RAMP TYPE 3A". The bid item does not include the adjacent curb (or curb&gutter) ,the sidewalk between ramps,or the cement cone.pedestrian curb. 3. The maximum allowable ramp slope is 12HA V.Flatter ramp slopes are permissable.Field verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. ww 5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 100 for curb details. 6. See aid.plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to include elevations at all points marked with symbol"X". All elevations are at the ramp finished surface. lair 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 10'-0"or less (when measured along the back of sidewallo the height of the curb and sidewalk shall be reduced proportionally.The 4'-0"minimum dimension shall never be reduced (see note 3) . No Y wo �~ PUBLIC WORKS SINGLE SIDEWALK RAMP MD. PLAN — 107.2 O DEPARTMENT TYPE 3A JUNE 2008 a o � a m r 10 8° o 1; 6�e m c C m aw�au"� axra vox Z o o U O �g4, v d m m m w 'E' fib o� "u1�..1"'m r O mN W = �_ �U G � Odd'G� `� IL r Z N mE U `r om Ti° ° " r ¢z O �' ' mh < g g & a3! V m c �"i m ° o:: p -2- d u' < deO eS z 'YN G 9 VS > y$ iS J y m m<y w E mh im&ii 0 W Z Y 3 m € o �c a � ��: r" � fA a 1►' 0 7 m a V !i {a W n p5� `� a Ea m �� Wr U ° m °o-r O O f v m a 2 c —'1 o dl E�aU m w o» Ua m mN F O 2 r tV M R N m WW 0 m is 000 z c y c e w x z m m p w w W W Q w Q a sp`w IW. uJ LL pLLp � LL LL LL ppLL W o 3 KQ 8 P S 0 ° m a O K a0 W�W V' W OPK wwdI Q Z mUjmZ w uj yW' p O z V a 133als NONiw b g m� m z 2 >IIWSsoao z Zzii w oo Oaz w a6 V�S U WH z NCO z ��W w cos I A-.► � wa m w p� x o �i� a. o z mm > W 5 9L p0 z ;Q % �i O �'y� pV S O o tp)pw C7 rz �% z a .......... z rrc r(7r z z¢ � I �� � S wmz i p b IL v v W — W A im- •► N I m d! ---------------------- -------- - � .r O rcydy fig°g 4 -4 4 Zr Q° Z V .cilia zz A-8 W ox r m U r c w W Q4 fp N � N W J LL xC K zo Wm p U 2 W{rq � 2p_ U N kw he ru w m vHrns Navn :Aa wHvaa u°-i 'w' awi do M g C v G C a eon .Rio..iw...o�`n,'swawri.u.r.r O L� b ao F ('n 'o io in �`+ �CVC c a � �� � m W+r�waww�m�wo�irosrraavwxwwu uw per, W p� I Z NT ft.1l G .r 3 F ? rn mmWC m .,Q m tit air O % wrr x m ° 7 o m - a m o a N 8 �$�� °o�y� IL 0 i QE�V God ms R..j, my z �g o E G ^ m O �Ct O H O LL cm°�a a °'pots ��S`� �C N p g yCp$ -2 / Q W C i L O Q a m 'mx Q p < ?ct 3 f o°j of 2. L C', Q o� p z 3 x N m o m lv b w m $ G to b F m b o W•• t� ~ b 9 0�` C G o O �� � � • t MO. a y f ee irP ; L4 3 0 �° p O au)°m � x m N N b Z r fV m Q lti fp e la b m o Sw K v io F` LA b N i'1 a ie .0 L4 c r G ° LU ix Aw o b b b Ly o b N_Y O. x w co IL z F m C2f = J K Q� ' 01_LL Ili W w W t Ili W t w * b 5. H LL' O`W pLL LLp pLL LL oLL LL oLL pLL W G {�, ui O° Z C Q R '9 $ S S ° m 8 H � ._...�r.{: i=. ) T O O o" LL OH i W tr—< .9LB a; FC Z It w vi o �w W w � LL K D few O V Z LLS w b w ilk W b o .► N UW H • a 133HIS UONIIN b rcr mo -- .................. 07 �mN WS z yl aooc 01 WWr I I 3W 5 mN vaw O8 Wi C�p QqZ N Z IN+ImZ o .0 ll�lµl m W azW f F < GU% OR i w wa = H J/ x o r > w o z t G �m c~iw g LL llI /. a O Z I-N tv V - 2` a QQQQQQ O=a w... Yi / z J 00 UO,� OZ 7b IL uj ID O r7 z rL z U O a� Z. WK �w ' Zz m Ua N LL V lap Wa GW �4 > z '° a .4 W a°aC U °f LL'U i za pLL ' QK 3'LL I N Q LL WI rz �LL m W g M. WS W o m rcLL W 4 W 0 cc OX O "Y m .o-s enN b Oz +rr m z gj 4 w Z� N 069 Yl Ow po W vNrns NUdW ,As NMVLIa t� o � tY, a Q 3 o z x e tO s 0z rZ H ` Lv ' 0 a v H W o 6 0 �• / W , � m 0� ' /01 � 1 �O Wr .. `? m C o ripZ I z � oo k7 �r D a O < W CL ce I I a. G4 h c F ° A +r I I 1 U E-' go 1 mw N � A o � No IN 1 4L - [30 h �o ` o 13 aw ow � 1 I I n 1 0 1 a � 'd 1 i � I I 1 aw _ D I I � err �7 1 1 rrw, z i 1 I I qw 1 d b b N N � c�c A N 0 x U G CL. N N , z 02 W 1 t J 0 0 4 W W zz 0 0 4 0 w e 1 ^ W r�-4 I i C O P6 W ` I � U I I a z a W per, 3 u a I 0 0 0 � g I 0 lJ1 C=r--_ b gin. do Mly too U11 r' b � n � h � a , err ar rrr rFl] rl J.B. U. rrr o i J.B. TRAFFIC 113 / err FLOW 0 _ J 31 z ti U LL_ LL TRAFFIC ~ J.B. U FLOW err ; _ V— im U N i i I THREE.LAYER VINYL ELEC. TAPE & PR6TEC7iVE COATING — I (SCOTCHKOTE) ef: .ITE TRAFFIC DETECTOR FIELD MANtAL. 1985 LEAD—IN CABLE 2/C SHLD. err LOOP MARES METAL TAPE go OR SHIELD COMPRESSION AND SOLDER CONNECTION TWO LAYERS OF SPLICING ON COMPOUND TAPE do ONE LAYER OF FRICTION TAPE 't err INDUCTION LOOP WIRING AND LOOP SPLICING DETAILS wr ADOPTED CITY OF RENTON STANDARD PLANS . D-AVA err F N T O LST DATE:,1 1 6 VAR. B B 1' VAR. rrr 3/8" 3/8" mill tK. rl t t w _rte LOOP WIRES + X CRAFCO TYPE RUBBERIZED ASPHALT LOOP SEALANT - A-A B-B' X = 1/2" OF DEPTH FOR go EACH TWISTED PAIR 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 "IRECTED BY THE ENGINEER. INSTALLATION AND TESTING TO CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL �SY p ADOPTED V CITY OF RENTON r STANDARD PLANS D"`�0 �'NTO EST DATE: ij7 /96 11 ft uw CITY OF RENTON -= PLANNING/EIUILDING/PUBLIC WORKS DEPARTMENT to rrr _ A A Vfn kR T I COLD PLANING go go ` I . LO ' --�I im Y� � f as 2 aw SECTION TYPICAL (-ni n_Di A hlfko� -T „ ,. _ DATE 06/95 3 ; C" 1 f • H C WV led `J • • • Y 16 l y 74 i \\ we err NOTES RISER RING DIMENSIONS APPROXIMATE 1. Dimensions may vary according to manufacturer. A 11/2 tslzEl ' r 3• WEIGHTS 2. Base to be placed on a well compacted foundation. CASE 60 LEIS No 3. Monument case to be installed by contractor. COVER 19 LBS 4. See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place in TOTAL 79 LEIS 2"0.D.galvanized pipe. 4 5/8" R. illy D 3 8" DIAM. CONCRETE BASE D• D •D ^ ° OD o ' I ° I 1" DIAM. N D 'Y11 • D 0 3 1 8" R.3 1/4" R. D' D' 378" R. 334" R. Illlb •° ° SECTION A — — — D• . D ° COVER D 11 •D 5 1/4" R. D • l `NI •o i L n D D D Wn PLAN VIEW I 1 3/4- 0 ACP Class B, or as approved by the Engineer. I a _ 1'-6" R. 4" R. n r . 1- 3 4" 5 3/4'R. SECTION o D CASE z •D ' V N Z �r CONCRETE BASE `��`S-\�, 11 I 10 1/2* DIAM. SAND S-1 i1 9 1 2" DIAM. ISOMETRIC UNDISTURBED SOIL —\ i a ilfr GROUT 16" r O.D.GALVANIZED A STEEL PIPE-NOTE 4 SECTION Oq A �1 1/8" +r► INSTALLATION M 8" DIAM. 9" DIAM. 1 4" err SECTION SECTION OF LETTER RISER RING 'CY rr + PUBLIC WORKS MONUMENT CASE SM. PLAN — 113 O DEPARTMENT AND COVER JUNE 2008 .r SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING I PATCHED AREA 't } rf COVER /�� / PLAN N TS OUTSIDE DIA. 1'-0" 2" HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. 4 CONCRETE SECTION A-A r 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 WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. Y TYPICAL UTILITY COVER STD. PLAN - 400.4 ail !j PUBLIC WORKS ADJUSTMENT FOR � NTO� DEPARTMENT PAVEMENT OR OVERLAY MARCH 2008 -c +r - ' v � 1 . U f . J Q - ((SD 1 U I` < `< -- I <:C- L-1 1 -I �." U 1111 CENTER LINES • ® • • • • • • • • • ® • • • • • • • • 14" • • • • • • • • • • • • • • • • •-T 3'� t 30' 4" YELLOW TYPE 'I' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) • • • • • • 9' 15' 3' V4" YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) TWO-WAY LEFT TURN LANE 9' 15' 3' 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS • • • • • • • • • • • • • • • ® • • • NUMBER OF 2- WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' 0.C. SPEED LIMIT 40-45 MPH -- 300' 0.C. ti'�Y o STD. PLAN - 109.1 �OP + UBLIC WORKS CHANNELIZATION � DEPARTMENT MARKERS DETAIL APRIL 2008 F p.r0 .m r •o APPROACH LINE t t t t t t t t 8" 3' 24' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS NrOR Aklsm 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 as SKIP APPROACH LINE No 9' 15' 3' 4" WHITE TYPE '1' LINE MARKERS go 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) .� LANE LINE 4„ T�9 15' �3' *V4" WHITE TYPE 'I' ** LINE MARKERS 4" WHITE TYPE 'Ile' go LINE MARKERS (REEL.) O�Y STD. PLAN — 109.2 PUBLIC WORKS CHANNELIZATION DEPARTMENT MARKERS DETAIL APRIL 2008 10 3 o H F ~ h :K Q 40 W N -el Nr - ug _o r qL- 5 OJ cv v cl v W o cc� mw ow A. 44 sir N s, Cb ts7 CY p_,� o a. v NQ Q� O C d v >� p� M Z v O 3 ' l,. ,• � � Lam" y � � O � W CW CV CV N (V N co O J U. V p .7 wr jJ � f T 1 r U L! < _j ' Q ca c ' C U E V C jI _ Q LLJ .- Z _ N LLJ Z p ..�.._ < lo- cl ol ol Z 1 1 �t ti Z J Li ! i c —j r 1 +wr *W CURB LANE LANE w• LANE CURB LANE CENTER CENTER 1 IN IN I *W I LANE I LANE — I I 1 I I wr I i 1 I i I I I I 1 I i I I ' � ' II� 1 6"MIN.(TY�P.) I 24" 8"(TYP.)—Sl I CONCRETE ENE I (NP') t1a4E 8"(TYP.)—STRIF rr GUTTER LINE , I I I I 1 � I wwr< I 1 TIRE TIRE TIRE I TRACKS TRACKS TIRE TRACKS TRACKS -TYPICAL- 4--j AW ROADWAY CONFIGURATION .w ww NOTE: No FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE Thermoplastic/Painted Crosswalk LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAIN;. l r Y U y AD01 "I'EU CITY OF MENTON t STANDAMU PLANS tv O UW DATE Da/Ot/jggO rIrIY io k t 31" 31" 35 13" 31' I-1'-6' 9.-p.. 6--4­ 6._5.. 45- 2. 5'-6"k 5'-6" k 11' 1 t BASED ON TYPICAL 11-FOOT LANE WIDTH ii THRU & LEFT 'fl.•I:N ONLY ARROW DETAIL � `�Y p ADOPTED CITY OF RFN"('UN i + + I , _ STANDARD PLANS r^nr 0 LST DATE w .rw r —�-35" 31 31•• 35.. ow 13" am v� I 31' I as 9'-0" w 6'—4' I. 2'—3' `rr 5'-6" t 5'-6' ' 11' BASED ON TYPICAL 11-FOOT LANE WIDTH +ir THRU AND RIGHT TURN ONLY ARROW DETAIL ADOPTED �A CITY OF RENTON STANDARD PLANS. LST DATE: 12/96 .Z a !!►� �L�/ MF IN R, e ■\ e • NsirF��ri■ am0p■,rasafaereu n ■frieA°P s■■o ur\Y . �a■- �rrnaNr■rsrr uuarnrrr► oa ..= WEV :Mini.'� '.. eFa»rNaaae • . ®aeon r=iii`� '.6.Nii&moo ' irq' v■ufaa■■Y •io=■4a u1" . _,oN■ ■rift■■atf■Nair. /fag ,�e jT?=N •Y■■t■ i • ■u\w■uu\\■rr■QZQ■aa. ot■r■ MGM . ft■N■■N■fa■■t■rrat■■■ \f■tl ■/♦♦ f QN.- ai��a ■■■\■■■■■A■■/■\■■■■FN ■ ■■ ■■■° i■■N■■ /■\/■a\atu\N■■I 'I■■a■ ! somm MUM Nr�Ism:■�■��•��u�fa a' fM&w ■N yKaa rt■ %■t\t%■Y��11����I��a 619 OL 6■■■■■ �� • �u■ ■u■■n ■ouu.Nffur�ooa■N w .■ ■■■iI■un■ot�ioua■tnrs\oet■■u■u ■■ ■r!�° :paN �■\ UNION -v■■■■NUO■ ■ • r !■ ■N■ i� b■f.FS:'C�1 N■N■ dim ys ■, aF - :agifisi�sraer raa r rams rnrunaun NNnm <e■rCiut ' •■�.r •- :.•.:. -.■a!`ia 1 0"f Nanffffafrnrtrr ff'far�acna■/ti0■Oa ���.■%�:■aM�, ■/�-■■ :.■ •■\ ■ ■\ ■■■a• •■■■ ■t■ fa■■■■■■■■■tat■ A CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS wr 23' VARIES 2.0' TRAFFIC FLOW�■, L-i 6 (TYP) 1 3.0' TYP.( ) EXISTING CURB & GUTTER 6" (TYP) .w TYPICAL PARKING STALL DETAIL VARIES 23' 2.0' � m TRAFFIC FLOW 3.0' (TYP. 1 1 6" (TYP) �-- o 0 EXISTING f 6" (TYP CURB & GUTTER i TYPICAL PARKING STALL DETAIL APPROVED BY: TYPICAL PARKING STALL DETAIL DATE: 08/19/98 SHEET: 1.0 � s � m o ° c G + + + I N a Q L o c J ': N y N m q Y Q Y Q aA I L L N ° D °i I w °a ° E ~ E W a a W w W �m m W C O O L tQ O ; t a a p *- O s L G t O O O ° ao it ?° I� �' •`- c ° c n-c • t p .. v° ° > o I ID 0 I L uj c o F- c S I °z s5 e +° c° a c° o J CO i L L N N O o �I� uj C n n ID +-- F CL w O N N i $ i ° o I V Z a 10 W W 0 Motch Line A o t p o t I OC a J d v L I w r ( , � o N w m J IL _ • V z 0 , w I a o v J H t n I oz Co I n-_ - -- - ? _ _l-' o ° z ) __ o _- m a o I C) <:> � '� L .-� <:> I • H U uj IL I I c " ''- w LL-U j Q I Q w J cn m C I o y Q Ld i ° n J p 4- _n E • v o J Ld - L Q pa . _ I Z o o + N +. w l m N L .L- I t Jc m I N , O O v C I i I m c , d J I • O O m a N n L- I ° t t r n N N E O I N C m m jr iDi v v CD `. L L m p v w � w m Ic w ; w I 3 3 w CD o v m t m o m C I = t > I v V cull VO4OYP wr A . W 1Aotch Uwe A o o HK Ift I1 L L I 44 44 a 10 110 CL us O N It tel O Z 4 V O P Q. W 11 O w° �C 03 o I I 3 0 ILA .� ar 1 I�1 y a ti . A - 0 N F 1� ow 0 II 4- ( 1 T I '" n Cc wu + 1 ( O N II N ( 1 1 J 11 V F— ( Z J i w Motch Line 8 t- L O + z 4- 1 0 `cJ 11 r ° I • 1 z ~ 11 O 1 1 O - 1_I w - m L m Z - - " 4. _ a o v.eun y0+ory $ .1 ' +`- 1 I Z w O J L • N z Z n c° O n ZE I . 1 N ' OD - �11i L o H I i lo� y L P N • p V W I I Q 1 • W O p 0 O r L O W O c o o „ Q 3 ' O O J 1 n L O c 1 I Q l Q } O •• Y G O Y 1 N �' • N a s O E " E o • p 1 N � _O O c C O w E 11 W Q W L O O. O E OA O�tl O N � o W C o o n m Ic O O > C o O P w L j n o C o I 1 Q I I 3 L° o CO, W O c Ld c no O _O N F- L O r O t O I Q O •� O L C Z v g Gull 4404.nW J m o Match Line A on H I N N � *' 6 a D L ; o a: W A I a O W ? i J m U Q 1 I +- I 41 40 N. a- C .- a CL r 0 Q W ic t � Q I r m ( v N QL N N O O O 6c W / y I O O ~ L Ck I D ` 1V t. W O N y 3 a L as L O o C E ID tL W W 0 N o Cc i .- i o i 0 a a O i z I y Z y v m O W 0 n 0 a ` Z _o- J I Z F I W ID � o y U o c :t LL- cx I I o J I 3 0 OL 0: o M0 L L •j �- L n U. e 0 O l2J a o n t J % o V c� L J 1 v J H I a v 1111 _ .__Q ___ - L...-. _.. LAI N. Q C -' O_ Ld 10 I O. 'Ap ,. W r T _v L. 1 I m 10 L I O I d O m fi c G V ,� c L N J 3 O L O * E 4* D J E n 3 I I m I o c °L ° c m o r I a N L L P N y U c O m O V ( I O I L W V N O > : v O3 W W O O O._.. o b aull 4���YV 3 a ; a m c ; I L m 4J L _o n 3 r m h O O'm C � Ip r N a, m a O )I ~ d CL J o � CNO W S r K O O • r co z Y O ^ luz• �' N N w° 1W i1 i o {C� ra.~goy h d ru p Q t°v r--( dr0 W O NO ! .� ba �1 � 1' O A OO O W d N r us �u Q d W - !fit awr i a u m m � n►- i ° v° ° g D O Q Q W `9 •- ; a c� Q N J MIA 2 F- Q U V1 H r < 2i r J ~W W W b O K yW W W.0 w >Z W X • ° O pN O U 22 Oale O:z • m 11 g ° V 0 r 2W J � !- 42 z¢ •C91- J n x p 6-Z .z =a.W d . C&AL Q x Zz YZ l� d W Ozd z d = > g R R F- C CI.1 W W 3- . OCd W H • m mi Z< 2 .-x di F- O IL C•+ V Z N < Z f `Z-Q O • dc! za- \z 1--z OK W t C C~ C rr R LLW F` S< zW 091- e�f1-z r {/� b �'i _.i s a.1^. ry if:I W> �> WK <W .-+< W W O k •�L < J ZK O >O . x J woo 2 F C NV ri dZM w~ 09W <CW W xW WO W>- Z{.J NWT+ O % �fill f WN C1x co1-r 1Cm O>J 2 4L xQ 1-- .Z. W K Z> Ww< < O N t ZW QO dUY• Vf Z u N M< 49N SON r z - N O 2 WN rU J �= W V e- l 00< K 2 J>< 2W 'R >'WO AN W 20 LLZd WK 2Z Kx< ° x= CULL �«+ 2 >- Z�•+ •rf- OI-O 20 Qe- OWm WO 2z V100: Q j N < O • Oz W UAW QV1 3U > !- m ® 4 r 12 Q 00 Of.- t_!Wr d< m O U W = r W Nr 2< -2•+pW ON >-.Ur <WIL p i W WN pLL W1W/IW N a a* zW NJ NJ... NQ <LL =00 O �K <-J ...<J «+d WQ W < N .J< XSW WW rK TWO O O w NO LLU WV10 �m V1F- Xmh- K WCO p Q O �1 v 0 0 * �� r �l < _u m O C N ! C O d � 1m J t � J!W- O= O N O W C W > ^ 1 wo 31 O O r ~C z J z O< i W O O <K N ►- N Z 22 K V z0 MU O J U c <z N� J U d LL 0 .-. W r~ >< 2 LL O 1 UO z LL Q QW x x OZ \ J = K r U -C iAJ CJ IrCL Z .z. K en CO-J K �C d W Z dW c J W >- WS 2 4 r r V1 F.- M NW p •C• W M O WO W �\•+ ca i J Q ltd s. ..2 N C) C12 N UZ � ^ g A � Y N N lit ZZ CD W 41 �� O� y� n �� o Za C LLJ O ate" N ° tl .. � � 3 x.� ~� 2 � G� 0: � 1111E Q Q �Rl ij O O ...p W r W 11 t i ��' 1f �6S L�r Z o�Q tQq a us If 2:VO ZV J K N f t�G O O 4c QU(A J M ? O+ b 1�W W < O 2 � a `F=- -J., OX W O Q • Yg=a. S-w CCz w NO O W Z XN h o 00 =r JW W C9 fEC <r o mx z 11 y k _ E 71 OK 2N «r O E i ♦ 4 S W wO NW 6 --0 N.. < ?-S Jm Km 0 _ I�r ICJ 00 ° fj J 00 Z K �t Od O< rK « O i Woa 3c Lam XU. rN O/_ N U ■ p 2 •�+ N M � N '�� yyq��. �\ E� rF t� T CO � (�F` O u Zia N eo ►� Z S 74 _N h- V) Vic K Z h Q=E J- •1,= W n S X J O N „ >e O 0 = Oli 7_ i o •bp O Q "' -< o S� ►- 32 x x g\ is NI 1IN *is WITH Cl D N W r O O '- z N s O S to p O CL Q 0 DC K O e •'1 < < r M� 00 Z m m U Zo h} J CC O O r1 M J W W Z a a v r r I.- r N z O 2 V W J va < o�i W �P O vw v z �, +,,�i ; Z z z `4 v s o v g E OQ N M O WO `� nY J 08 za W O Z O ♦ w- a VQ - oit0 lil x IX Z ° I- ma �`� t` b� F©a a o o "' 0 m WK �o��` d d v= p z F- J N /r ow Fa-- NQ O., .J. O ZC9 N 4 WO h 4A X-C < C WU' S W Ste+ ZOW t N Ic f-S GWS ► a ZW 2z 4A Uom wo ca <i O 20 OCW W QQ [rj{ gg Q W Fi f yri! 'A O OW ONO < O N `t w 2 NK O_CW90 Ow W ZF 0;; � b +� < ►- O O<N LL' W i ►- IBS W NO K4.D co O mm t fill M ~ ~ II l— J r W LLJ N 11 a ¢ pZ N O •� 3 3 Z " J ' z X N on cc n n O QKW CL S N < �fY C.� CCk••� O = a.� *C< W W 7 Q '( • Y• J N x W C < a :< ; WIM N + L T7—t• 2 H W .,,,.N.. O(.f KO cr i Nt op NWIS-Z \ i0-1- pd,0 7s$t .. 7r5c • N Y F • O O M O fi I- N N ..NYd .. c 3c ONO..~ - - _ C O CVV/O K UWOZ u 1-O~O -w- 1-- OZOS O �0* r n C'locza r �° Z z/ r /A= - N �n! • O W w • N `ZJW V JI•• it Fi < ® ON us GAu <a NJO Lap— CIA o W cm z O Z O N gr J.Z. O: Mii N , ►- LL O -0 m cy y� •\ '\ CC O ~ N WZ; N Y \+ CL = �OW Z O< � Z N Z Ci W O U V WZ /- le LLJ C-4 J LL a= w ca 1 a 1 Z „ iWJ c/) N mS J rt�'Yj z�0 z ti Q Z N Q' s .`� f d ui V ou- �H �11 Q IN z O W <Q< O Q W - Q �n O a[ 4 W • t o�i J KNO Z>- p v K � O Yea- Oi W N g N 4<m SO W �i 020 M D N VW F 7 R ri gg $g i i i IA M 4A co K CAN.-. O.S m �' �b 7• < �1 < W +m W J4< mW Z 44A -00 d d'W JS F g d 2 x2c-i NJ h f pj !� W •J Zd ii V ![ N F WW< (J kEjE W- W NOVA 44—�. � OVA •' £ i r � Z •.•• N M � 1����S �r C�� Xb`FFF � \Eit _0= a N i O JQW by KK of 4 is f •Oi �O mm a C Y C •- r} < = C �r b�81t J i W�y L Ua • 1lg13N •N1M ,![ nn x� W < a {z Ism 3y�y"e1 pp s J .r (). i• V r is ZZ•t.. Is a P w v ,. f f tax 8 Z� SW_ < U. O ~ �4 0 .tj N C O,- 'K < .... y~j WfJ N 00 W WO Z i OK (1 WZ < S po W Zd " ` OS_ K Q } W K WO W= O Z& o m i . a � V �a ? O Wo `4b =OCR t�Q ¢ to 34 us ti 9 5:00 p CS u UZ Z W Q U(n H �- Wx �OgW KI J 2 W O W V go- N x w 3- i'♦ i v<o laa o ♦�4ti o O x N H s u Lj H O < La O W J a o u z .-. ty Imo.N C N tl� ' 1 V J ow W d < F< = WyO, N 22 � F • Ot N ppO N N« t S O O&- A W 2 C •A~ Cr N 2 O 2 S V S< W 2 w K V CL F t O W = O tW! O Y t 10-f <K _�0 xXx ~< 4a;: a �S «.31 3 litK• 4 2 N O 2 WU.Z.-. 1 W e. 03 Z.W. V <d s = W S Q W = N <S C W O ' VC en W~ r if Z �N r N �F 4 FW N x 1.n in O 20 Z 2 fn .N. NJ = W O. N==< J S OM01 C fF IJt u Y uj us m >x W > O x ►- o_ V J IA x F U. N_ N Cl t iM G: W7' W �Q N W (.�J G• • a! O O <WW <^ y u J O Nra! O 01-0 W N i = i�o o i=o C)" �' 8 `�G tao+�Qy� Op p g O N = WOU U SOU NZ WS �— �-- N U J� xzw W•-• Ew W k i Vr" d Z a �`'�: N < W&W O<O SS w w ^r J �i W� W(] W G: w W« WN JO J~ w O �:: k ZW amp U U U J N d'Y O Or WO .1b` V O 4Q W U..Q O < Z Z^ W <W > C.3 Z �' �l �� S � d ~0 V W <OLL U N2•+ N MO X N o v �` '�' Q a Z F- a G' SWO • ZOJ UG: W-i Y f CL o U4 W 1>.i� �oz LLo 1-< O—Fa- Q�Q a 4 2 W-•U O• am= LLS • S ON mW< WO YO KYr O Z Co 1<-1a/f> G:2 WWN r0< G'LL area O< G: < W LL6.0 WIG. >-O Q p^ > =J Oz >Y <N S S G:W- W N G.WZ CAW N rW— Cc CL .� 01- O r X_ 2W SVi Z W_ 4A • wz O WW _j WW •-� O NS•r G-OG: Z N o z UU < J r LL=^ "D wz SWO w < r2•+ W LL r JW1LL WG:V1 E E � r >'7 Nt!S W <WU <r< r O N X WO 2•-+ N< wow zWZ NJ N k 4 W W O< «.N r+ OJ rLLN <Or <•+UF E r ii r >. Z UJ W Obe o ! CDO 4w R'3 Q f1 Y Y [!s� X r Z NN x I JJ w � .QQ� <h d us cr W yp1 M ^ « p �' X W U W t N NN N ••�� N 1 < O U O d r :W W N o -i-d in W � o� Wb - L Hizi r r C W m 2 ! z e W N au W IT J r < < vv z W W MU 0 N U Q• ]CZ N �1 N W U— r t7 ~ Q W 40 U KO OU O K r.W ? J . NK i p -NI 40 r SAN W►" ��ne1 � Z = O «Ui SO i-m U U CLO WU N Wz WqA JZ ~vvv<iii Z Cn �'" O C`' xW SSO 43W o r �a .NpN 1n„ NN W� Z Q W W=W ZZ: a: r ° 1�1 MW >ON UW .. LL n W= a Z O r < rN r40 -Jul LL S2 U UO^_ m m O n o � $ St g W J W O rW "W �W wz m 2S o N IC �d Q W v N o s Ox 0:1-0 o f NE a d<LL a-- i N Q f N J a: Y V • W dfw O O: < O< Y = O JO N WO ►-N + IC O O O W N m W . MW zz N N<= W 1- WY W o O ► � «„.` < fa A G � W O KO o 4A 9!►Y-N v<i/W-� tWi t�6 a j�Q Q p�LL Q Q • 0 0 S~< NJ W iZEc J E S D oo�a tlpm z p}�Z t 2 SS►- I-W ¢ XJ }} f� Zd Q 1 0 F 0. WO W «CI C 2 ►- JKO 11 $ b Q 40 V W> m WW-(J0.. 'O•.< O IDILW CLUJ CX < WW S tlU W «Z •' W« S' S SSS 2Y 0 Y..J Z g wr UJ z o so ac W�U a: J 4 NW 1-O 4.S S .�.1-- 200 SS <O.> Q ON .� 004. ZfW/IW.<S SNt V W ZO S02 40c, 02 J >• WWS 0 x dWx i» =•-• O< Nh20 COW" W1t 0m< ON J � P W QV F_ W J Z z NJ 0.. OZS <JX OU I,-a.... o « z r0 O. Z X-f-i W«! Y NClS S .. o V ~ W W< ►- WX14 VIIAZ Sm •Z•(A- J Y �' 8i + : .°+ I- cam . 11 cc Z N h r = Y u U 0` r - r Q • �L ^f N N „ N a` Lc° O W = Z ` O EN CO L O N O�O r S N W 1S S bby • O1n `r N mQ C JNa =J= W Nm i V VQ N O N O O w f ?Q C N N 1- LL C O O z 0 ® D Y Q K N W A W„ f f J O =m Q W WN $ OO= o a= a in y W C i .00S. N OW B 1 x x X S. { O N AW 0 0 N W �6 J O Y C o = W W Iww a s O= 1,1.. M 4 OCS= S a N00 W = NON GiW p O OC�VU i N W a 1W- J V W NS I- N QQ O W d O= Z ` < Z ZO O .Q W �r A u �.~-.z0W N 0 N VI m 2::u WV O u J 4 0 S H V O = W 1 A<�-•/Z O O N J-Y W VI u S' 1•- m-+ Q. N f ppi W< F -4a 0.. 4. O d' O' OLIO W O 4A 3�4- W /� (y c N ZW W< H ._-.O N< z ` �" 2 = S C�Z`• LL y. V O N O.�.Z O S W O <I�_� m 7 n Si ,z N Z< v' !- ~ < W U J U uW m izi V - V S N < a' .<.Sd W0.. N M J W d =2 N N Q S "- W S Z SN ON ' = r N L W j Z V < J Z O IS SS nW W W 2 O= W a ® $ N J Ny N 'Z N r''r, p z= M z z N zr I zCL > .< o At x SSC G p fw- uo� tLin 0 0 a a. G }U Z F- 6 WOUS «� W O W Z �r O 4. W OS X IA in < OL -W Z 11 M O O SAMW U' m< + _ 0 1 r .O-.mN N • JN Z ♦ �L NC!` OW SO Q Z. = W W N•;+ 21A3Z NV F-l- N ♦} r �� XIA 3Com 0 OW JW iEyx� WCYI.JJW NF=- O0 N N FWSd Or J JJ W OHVIN <m LVt [[ F •eYI. i O •pli O K V �~ o � ' Lr E i N °ev 00= �- CC 2< IG o •x ao °4z o < 4- d Y O C p 1 O ^ = O b` W V O f O O=ff N C _ 1 i wMw .. _. _ 1 aW N a se o v •e Co 4 *ru-�ql:_g g O � Z Cl O <�W 1 IL cr_= t- 04 N Z s & Cr 1 T m p a J N O N u low °.' Y Cl Z N N 4 • •i "I A, °g a o r tea �a oo $ °fir z= a p Z 10_j tAz W WO t, p a Qvv� g J r {- >< b<- t KN J 1--W .N-.W ZW CD Z rt z a<o f-N OU!- i. t OSW KZW N uio a= 4N W�u ONm u 02W OJd III t I I o aw +r o N i I W C � � E P Y H I I err of t in c Q = � _ I i x CJ = N be W v x < ^ Z O K V i S F F_ z N 2 O m Q N I O O Y U .-0.. W WKZ w Us.— LaJ gn ��{{ 0:3 = z < W z o a ►-oval a Ulzw 00 € : N ►- a S- £F = g J O ' W N 1C °o v rayN�� j W 0 W p zz g a ��#' •.j yo s W 5 1-0- w wo ui ` tr,� tea.. N S�p dpz C7 W IL W b J * Q W Ic S d Z EE W o N .n in In p Q ♦ S? J N M N N N I IOC CL O�n Ln /o ° N - - O _ V. ►— e„ -N O N I W '. 0 _ oL+ ` ► _Z CV 4 O N C O._ ( t ` C � 'J .. } Z I � _ N I W � N J � K W Cl LL.1 U- n. Q � X 0. 0: I \ in 3 « O J 11 � �R - - " c) Uz Y= � N x C x in Q o 3 3 N N W V_ I >C W V -CE 42 m ~ O Ix F- d 1< 1 « r <@> o C)W �s S n � O a J.z Ld = ~ y_ =W C13 m ._. O >lt. L ox r w J W w_ a o a 0 .Ir r N WK Y O u O lr IL iyyN 0 ZQ Z Z N rl N W . �G a goy „ .d �'L'1 0:5 a a~y 0:1 d W Z d O z pt p o xo c G W tL Q cr- Q sw� Cal `jQ� t� > �a d LO� v �+N f ♦ • Q < co q U g zw wwtl W Q O N N< a OKF O _O_O WW =S CL OO�d FN wow = g [ ?W wits 0 . sc n GG O Vo ZIrS N G o WO !I cr W4 a Y WC N b O �,A �F- S<S 4 Oi L NCK b a Ls �v ww N =NIr Hlli V O i 2 .r O S O 1 1 1 � i fY X= 1 1 ta O 1 � 1 < 1 1 J 1 � O 1 � W Z wZ� W 1 1 O 1 1 r CU W V 1 00: 1941 _._. _.. _. .... <c _� t 1 y<jG9 1 � as- _. ._ ._._.__ _ _. __ G Z D .Z. _�. ..� 0=. W i s 1 Z X 1 l' CZ m <N W ; / X K0 Z 1 <� Nx p 1 _ p V N O I -- J W C4 I- wile p I i = Z V d <w W m J W O_J � 5 < —La U-9 ola 1�-O a[ vS taw ? J d I <& 3c im 4wt- .+< Q.V p w I W J OA H o O S N �► I 4 wl +Ili Z CIA 0 �. N Elm O N�'jp+ �+ z t; z Z 1=1 cV N G� , cy 4 w g a •-1 0 0 � �0 O -O m O w Fit u o o �Jj� u- .4 Q Q w� °° oo N - 1i sm a0Z a �� }.©r'9 O o <ucr u< t o ifL�O a Q U 3 n.' OAS N x sa- >W m p h _ ~<= p<w tAj Z < 0 0 WCLZ J < 2 O« rAn �yy sn J 2 <N0 us c s W < W OUfA rN= N J Yd� m-be .-.O0 W O •-• oOOZ VfOO OVd > O J Zr<_ QN 2c-80 La>>.. W Z J< dLuw F WLL O O<! SAN-= 0 0= a CL J~ W SrWW KOr N _ >V 2 N<WNrW r I N WO 0220 000 NO W r O .>-.S W • WI-W 2 0 O 2 & col- ru41W rQ.W Y2 2 Q ra O <zfaW < co NU< I U< Y-< m< X mN =<K W W W < rrWW r2J JO W J 6-0 SO NU C3J to N Kr ZO No<O NNS Q: W Ne W \U JO NONZ ZXO" I > SZ d-+ OW--O OZW =� OQ =FOJ 2-+� aG or NZ I- O r20 =N NW N O SN 22 2«2+22 Z<J N r1�1 W Z NO 1--1- -+J1--N �-+=G. I 1- Z Z .-. N en r N O O J r p S N> ¢ I _ _.. _ter_ 2 Q S J 2 r W O 01- ww Z.Z. _� v - W W ~ C ca m0 ti W S m 0~ � H a: G J J O ` Z V USN W W# N 2 bbb W Q] > > C r o S V W U 0< W < r W o O J qAU W > f 7 r O a s =M N o O bi C. Qr Y a D g oU_Z rl7 t�e a Z n� g i !pMz y/- Z 1-00 0 O < Z Q ° <3> I > lu 1 11 U �O X • L JW=F h W 1�J z „ t� ZmW= Z - O<mO = z. Q NOa_<N • N i 1-O SO J V W y� d o g OWO O LLI ♦ ♦ i U_ 2OJ�Q o = ti LY j WOSN w n co W zzs 3 3O > ,Jp� O ZUQC9 u • ,� O W �o N JYaN rr y4.. J Kc:XO O-cWz E it rat me N - < 4 r 9 R, N X O .. ,,fill IOU t� _ N Mw , U mu .. •• I a ` N 2I 1 Y z 0 wa 2 O J K HR =&M IIO� T U �I 1 O ~G Z =U< W dO *A yy3KII . U WZ WN< =1 1 UQ MWS O O C K J rFFC 1 , H 4be �� ;;I 1 0 V K "d «< U �Uj ; Z O< W J C7 O N d .-O:1 , W2 W22 o r `�1 , W z a o= of O: YYr N KZ K1-O V JILL��, N O_3c G.Q4 � O N 001 a W i �= i Ow N 0 N _ ! N N g a o w N ~ -i 5 Z a O x IL o CC Ix ►�- m O aC ¢� `O F 1`ya�����,,PP M Q j O r Q tq a 4J '�`'�f e�C YV Z O_~ QQ - Q N J O �' e�' Q U N ...7 v? H 4 N o-IA W f+ N m U d a W 4 1- 034 d < = D:U m O d0 oX ut �... O 4z •°o `mace K IN- K JS Nna72 aW l7 Q' Z Wes+ 4A h fr QV N = E J O� o N 2 aK «W N O < a: 3.44,< aL> {{{I X C �a J C O 2 W S►" K< xoo <W 1--W ''AN QW ►-W O !Co lw V HY C73� N��ie OWJ Wy NYU W� W� E. 2 •••• N M r N 77-M W w " 0 O zz Q z W� n O o T., � I C x nix t x 4 m Cx Nfu „ K NUN uW0 N: N t Rae t p E� F IA N WOE _ N 4DNN •[ / A o o it #11! N U .• a �• ' Irli I ° z J Ix Cc Z •• C) = IL • • •'�• zi W W Z 'w l� O O Nom. z V �« V W IX Q U d' CD Z = NO W O o N 6 Z w , H W O J N � Z o a o 0 11� N w N +ate"goy 0 o = °g a Irlw o t � N a ul Q w w Q x a o°Q °< t.- 3 oz z J O .V.. Q: MO< N F• N OS 1 I NXQ x� cc x0 O • Z40 v� WJ2 -c 4A ppp qnu z• 1-W • t w = J W O aJr v 8RR O w '^ i,��1 O &W< mm---79 x W-j IA031: u Nxz a 1 1 N N -j Ste+ Ir At � � � / 'O O .1--a ►- N K 2 K MO Z "moo x=-'o N►-O 0.1 r VIO Iii 111 <w w N C,WW W W W 1 1 IOII d M W Z�x1 S}c / F" �mC J�-7M E • C = 2 XJZ Sd W WJW 1--KM f x � O •10� < d �- ~ 1 2 N C 1 J p N Yrr W Iola s o x W V d 1 \ J<W N LL. O O 4 11 ,Nn IQi $ < • m 4N O O W � P` a � ,$ $ z uj ---- 1 -------------------------�; ------------------------ UY CL -- < N x x x z F— O N O r. v.. E .. ¢ < g oft fH 3w r • T 40 O W< ~ p 4 N OZ Rpll'p U xu ' > a[Z <�O - , O 2 V KO m �R$$ se x i oc v xdo pg N yZK d 4 O W d �• �Ir� ,if rIn' ' 1 x xW~ i / 1 4. Sx 0 N p / / 0 0 F >!t >!!W W C! Ila N W U W e N < < >W >O $ Qy g z I 1 >< p IZ O CJ „OZ,,, V,a/1 ujx0.. C13 m Q d <C "t Q < OO 1 1 C9 2 2 0 O 1W-W F W �+ -„ + N L• ¢ N N N W .V.. Q S Ox Oro N i W CL W/-O st I 1 S g N g a o *j44 i i ® w� Y a C4 1r1 Y o r�,Ni p 0:0 z z z o G y+ r -no g °3 a O o. -- a c do,� � w y1� p � ! wA C W 0.s. �` �` too,``. � �g�z oO4 � 0. A 4. h <U� y t fI�IN O W o� oo< ♦ 4' NSW . 11 pin w 1� i O O '^ l 1 ,-N = ee 1 1a1 1 W WJZ /y� a-W< W f N vd J / 1 1 1 i7 s d'J • cl .J ■ N f ^ • � 1 1 1 1 N 4 v <@> < N 4A .N•. .Y. • pi• 1 / / 1 W OWW •iw •• 1 1 1 1 � � g = z•�kas �� ` 1 4, 4 1 Z Q ANN t N w• / 1 1 / p r rWV .�,. y/ :: —t • �w 1 1 1 1 O NQJS z tO i. O - N b A C: •� ~ 1 / 1 1 N O W t Z XJZ w�1yy� W JW • 1 1 1 1 In r Q. • •1 1 1 1 W X V.SW � •1 / 1� 1— W ENO / 1 1 0 Iy k 111 3. N • � � 1 1 m 17 • • 1 1 = S Y r 1 1 1 1 f pe` p e jj 1 1 I Y -• ■ 1 1- -��L_: x x x / • --- ------------ �.. 1 -�-•- -__. -'-. _..__. 1 ----- --- ._ _� -- --- - ----------- x f x x< X , T•• 7 N � Q 1 � *♦• x F � O i.•.4� • X / i i • ja < o • iii • �' �` 1 1 •♦ N W i i•i i o =Z •1 ` 1- N W 00 1 1 r 1 ZV ; 3./ 1• V Y 1 1 1 1• • > Z•I i I I t l W • 1 1 1 / • 1-' O V KO S K r _ F SIGN b ` Y 1L1 E Z r1-a- co J JN Q W U— V Zp K W s 0 1: O LL W s Nw p CC SW SS > >—W LLI LL- ~ 6 pO WKN j .9, r• No b Q St 1 . . �CO m B O J Q_' Z V V `• m y1 N <IS12 H tii Q H 1 1 1 / �d O W WZ WES N 1 1 . 1 Z (� *_ "W r W W 0 < S O OZ OrK N K Y srp ..: d— d<t- r o ego tor i� a lG N W b�p O Z N G� W = Wa ? a vq.'6jQi� t`�yti Z �Q 'd0ZO Lu �z Z p�dZ v~i a <v) g °' A h J rr H c 1,19 W O O O W 1 / 1 1 U s KY= W v 1 1 1 NNO LL IOn O „ }Y / / 1 1 Ot a ►- N 10 10 pl ' = r O O 3- "' IOiI INn 10 / • � ' � No Z N N O x 1 1 1 1 IN IN-• La w o f a� 1 Ae{O� N [�y tv � t y� W N h N x p l ' < Oa' a. M N N N 1 ba 1 z LL< Q 1 1 1 0 in OS 10 O_ d 1 ,n �O 1 Q�1 1 N in 'N 1 1 1 N � N O low _ 1 _ t4 1 1 1 15:x ... 1 � j zN <W e7 1 I-2 N b U n~' N ' W N r ow _ o W f 16/1 N N N W 0 0 1 �r ■1 N �z N = p O Q e 1y1 1 1 1 K a cc 4r o W �XQ O 1 1 / 1 J N Ow 9-C 40 C7 O t ON p O 0 Mf N r0 li 1 cns 4a v_€ fsII i N C32 Ld 1 p� V Z U 0 1 1 ' Y2 -- r d 1 ' O !- �« W I-- 'iWi1 ■ O.' F u w C9V _ J < I-M ' �• 1 1 1 O I- SLLN INNIf z a m 1 1 1 II g Zno � 4L Uj=a W r _ V o.1 r < g 1 / / !- O LL t�O ""WS WC < N / 1 1 x 1 K LL SW S=O VW a 9 g < ' , / 1 1 z K < W«+ WiW z^ W 1 1 4 1 O < p: >M W <LL - V' S n 1 1 1 / II -_+ yp(/ J ~ Wt) WKN UV LL.m n O 8 b N 1 1 ; 1 �I!!yy S < r �W �O W 5 LL LL G O O 1 1 1 , �3d Z O z N t 1 1 x W J W O Wz Wz2 <z r�l rl 2 w Q 1'-i1 O 1 1 1 1 C7 z 1■ �1Qc. 0 0 1 1 1 W _V O X Ox al-0: p:2 ~ ~J 1 Ibl 1 Q <Ky<j 'J N N FW- d d<9& dx yr J CM 1 V " < : w vir11 I a T a ^ Y rt�vi z z Co Cam°, co CC, O ► < W p O IL z 19 WtL8 D Uj H w 8 �+ V S o 0 Z O N sx R oe � O o== s a X o o I J WZ • °U wl <N hN U <IOUW > <O 8 0.m<Z U4, SW a • • I z CIA 0.v NJ to Hrl'i �o • 2m10/1W7 �2 <_ I• • • O< mQ .V..i KZ -Y UJ<Jh JV =- Y S<= • • HdW20 2Y NVI U<hVi0. 3wwv)w w1G �I • ¢VFZN ZOO 4^ 0.Z!+�+J hW VI t SOJ(t10.YQ Z02 V=1w 0.' O<2 �+W J WO SVI ZNV! W hZK �O< 2K W < • ! t1N0�2 mWh JO LLJ!l • a WEB Ym2V' Wa JYOfI.N J N KK2x0 W< O W 04WWZ hSh �«1 11 4ZF-< V!N< h �� � � 8 • • • Z r. N � W! J N hK d X Zh N � o � h S4N ~ ho-nN a m St ♦ I = tar= g to °o °v O Xdo ■ �_ h 0. V1 WZ WN< < p ~20 of H g C Zit f Z Z < W� WTW LAJ < >It >-W ILL W A w 6 h h J ~ WV WKN 4- L& O < < .<.. Y «W �O Lj` SL 1 J$ j� W Q O �- i 4j h:2; i l$1 Q N W J -J W C. H W I.-W Z Z O 2 OS OI-0. W W K31c KI-O < N N N h OL /L<4. >r o ® a o a «s1 w.W N 0 Z z N ON wr o 0ZO za a O yLS � : Z w o w p lii '►� 5ga �ILQ Q w 90 V. a 1 1 I 1 I 1 1 1 1 a•• ~ o pp<"< s'a;y'e't I W N K I It�M I = W = 0 1 1-4 1 2 N O 1 1 1 I Y W2 ha 1 1 1 1 < v b 1 1 11 N W w�+ < �1 J o ox u4 g L «1 N 1 1 1 1 N t1 1 1.1 1 X LL wO xW �in 1 ♦w � N y«11 .O Z f O q 1 • • 1 NF x..1 E ul Zoe L f N �„I N 1 1 1 1 Ld V— <x N ev 1 . 1 W <J 2 W N N N N ' / OJ W< KZ QH N Ir N O V N /• O OK x•O y`1 1 N 4 OW YmN O]C MW Y 1 «1 ^n Y I T 1•I N XQ N O .N. •' 1 T ♦ 1 x M. ' c Z- 7,A W�� j x NW Z O N r T 4 M Zr J Ow T d Q2 Zw I f 4 Q QO f; r ZN JS I j O <W Wd Z r2 Sf F zN rp O LOi O I I.tJ W Xw �M W«+ "1 N 1 ± I O LL P F 1 Z �. N H CO w 1 ♦ Y v W ♦ ; ¢¢ + < 0`• _ x Se Z�O 10 f 1 • 7 1 N ~ 7 x.00 J.M a 4- Ifl LQ aw OC 7 O _._ __ ___ _.. __._Z N O O O O / 1•.•1 Z J U O,0 r 1 11 1 111 n �.Wy VyON1j Vi 0 .9 40 Q tl4. Y I } Y Z Q_ N 4-Lt Z 8 L. 8f sO O� H N ` O C O < O-Ce ao � 1 . � 1 e... N� S cc 5'a €.a • • • 4 e.. a 1•• C O < 1 • • • J 1 • ♦ ♦ W Z 1 1 1 1 V t, 14 a r w u / `1 11 1• 1 T r w V OU z o r A -K-K 1 O 2 r v�r wN r •" Z �o 1 . / . m C, C3 s -U u 1 1••1 / _ Q m h • r O_ Vf V WC� JZ a w 1 1 1 1 N O a 2 wVr U� Cl Y O N 1 1 1 I II 1 n- r O {L t0 WO !r d g t" f < 1 1 / 1 1 1 1 1 2 Z 2 w W N v Q 1 1 1 1 O O Q IX >wt. <I� p NN Z 1 1 1 1 x "� #- r "-Z; 2 z; lL K ^ C {{ b < 1 I ; K < Q Q N .>,<W WW IL #r. N IA Y u 'r d W d In m4 g O II �q{ 1 Z O O r < rON JVI 9. Y'e "' O V Ifl I I I I4 O W J J Z LC UW m 1 . 1 1 O N C. W O Wr2 <Z = Z 2 O O. r Z w &-W N N / 1 1 X o�x wx gs sl���"1��• o '� N N N 1-- 0-9- tea= �•IY g C ' '�' II K N O N 3m ® a c s G wr �a 0 g N G iyyNiQ C = z z N O z e „'��,, t1 IL — z 0- CA ea CLi Ld 4A ul cc ►-r J a �t0� J Z O Q {o KWO < dZ XJS a UJXQ >_ <r z acvcn W OW •W F-< FS� NSJZ -co "S �NQ �2UO WU NU JWp U" 'V1 •'• F Y 4 J mp=g v� 24C O<w OO�dW m JZ U^►- 4` • <W N O J WW�S F-U 01-- NLLO K dr/11- S� Z FdW + }ai, }ate `<O4 •OS ZW W<< ZWJ~ JO <O • OWWN 7ZWF- 2 WS d2•- YIQi g g N JC!YW ••O z OJ [xX O UW ZW 2 ZJmo S s = • Z>VIOK KIA JZ ta OW K d1- <7 ZJ WO N Nd =U< IA Z d'<F ►-ZOO J x N 0 O i 4OCW C-5w mN VN W 1v •; Fi n NN 6 OA ZOOM WKW N SJ1-' a ..1•+>-i N JI-d1- IA�S <U�-• aCOJ ^ N N uli W4W <OC! W"> dKS<H =WS JS«• 1-'OW O<WS W •••I.-J1- 4N2 NZO 4SOXN 111 �` <N£ • N f h I Nil is N N= W w ®W ... ► La O p. = O W = W W N _ W < N O N N < _ N C O � yl CO Co N 7` 11 Jp 111 • 1 1 yM1//< /1 1 11• •• 1 1-m w� 11 1 to 11 11 1. 11 11 • • 1/ 11 • � • � 1 1 � 11 + VI � • it 11 W • • 1 1 �- �- �- U W dy Ca 1 1 1 C�1 1 Z =O J W Q O N ►- • -" S W 1-- O [ i [ 1 •• 1 40 m o ear U' � 1 CL 0- U N .=n o 46 -� C W O i O O 1 1 4 .U.• cc x : N = N g 3. �°„ & a < < 3iS O O O < J ►- Z Sc Sdi ~ J J d' M Z W O O W W 7 0 cl d O J ? yl > W m < N N 1- /- IA O d aL e $ a w. wr rY ZO °o j h d L z Ib ir�qp I O ? O v i(L} s °` F. Z O F-Q IF- a A o < w QUco g C o. u=.. d m W� h t-h J dZ Z-.IZ KV <C �S qu NQ 00 C M LLd "Pu N/� La >-zt-= rz xx zmx d d W t-d M< WI-N u H>t V� Nd01"n LL =,W Z t-d W zJG W< <N VI �7o O191W- w WS dZ e 0 2 � NJO z <.-.O 3 ZJ WO Vm" OJ : 111 p d :. ZUJ v1w O O 2 N I.-VIO ]c ZKO H C Z W 3x< 4 O ^ tv < Oa ~ CIO mN oul W _mF =0 • r.•W 02Wm „ e • $ �f fi i,�nRi t W xso- OOU -J—>J xOK NOx <u�+ YOJ ~ r • tl� N 02W <OU Wt-> a:X-C r, r, F 0: 'a t:'vxiz 1/ilio t°&s�Ixit '~" ^ i NIsi �o o In o Z tv 14 1-0: o JS S„ N O p N O O = Wk N O o <. C4 ty bid il1II x o <XTH post _ r W =-7:------ L/ I W ! 11 1 t t W V, 1 p- 1 •--l- !i- 1 1 = (► 1 1 ”�1 � N 111 ♦'t� t 1 � � 11 N 1 1 = O Z ' W O t- O m Z O I 0 0 0 0 .u. 0 2 W lop O O K K < t, r m < a O C 0 O O < K F- 1_ -„ Z J J d NI 2 O O W W i•D V 1� C9 2 d O Z LLJ J N N F F N tL • • �w S J O pN N 1n� a rtyN Z p O= r z Z N� z o z < 01W/1 G ,`=G a i j g o g a N /U-r r� rzz �i/y- «vim W d C r O< < WIY�+ ^« < W Ali W SUI rW Z20 w6 O q T o w ~ wl J <rW b r 5� W LL Q Q W" o "u C2)� vriOZ `i1i !``4 /1 }p Z C3 x GAJ eollW of tt0� O J r Y o > U w? a D. O O S W r m r < K<J O O Z o �- ■ ~ g O b Q Q N LL 22 Wo N<N 0 U 4A La tr S> JO JO <Wa W N U « U OLL �x< K We27 .Z.4 .U..« ON0. 4 N LL < r Wix 4.W W<r m 4AW r •-•x aL wqn -=w CL qA W Wr z< r< to U 20 I Wp "A OZ > w w0 xro 3r< tf W =J.=r z2J S E O W> 0 0 W^+^' Nzz O 04 >-W 4AU;: K;+W E z 2 ow_ = wao E jE 1W- .S W R'4.V1 !X09 �� pp H X 4 rW O» KO.J ■ W W NO #AM WON 0011 E E r z •• N N1 Q eA �ia� 0 a I x I � o a C � N 1 Q Q�Q W< N O N �C�= X C7 3 Zero I O Q • W X W F x W = o m Nz>- u # men I N o N z ,, O 1 %, CE fL' U x can in w m d N v F- q r C3 us 1C.G \ z o zx 11 g R 6 V cc 2 G z d � E► r r z Z$ C �" o N O O X p S Z J l.7 = 1 of OQ z n t N f5 2 < 4W. J N r U- r O co E 0 O 41W N WYI 0 C> co C4 r!!4: It O z Z Z N M c ,+. W M IL w o ow M i 00 G t00:c H � 'W ti Z 06 p0 w i p 4 �'' • D O 2 00 d QUai g N rr c h N <o II a aw z x 1 g cc 1 N 1 {t 1 O 1 N 1 7 1 1 I m g W D: N Ull �" \ O o W p wl W m lL d' II� C 1 O C O us h O C t ED m z 'u m pF ..d O 2 O 0 0 W low O 1 O 1 u d � 4 > ' 4 O I J P t C P C W ~ N C C M T O pp 1 0 ` O 1 ►- s O O N 1 < lw N y1 A 0 1 a yZZZZZZ/ � N 1 1 0 01 a e 1 fm W > 1 w C3 cr Z i i II / O U 1 M LL 41W X 7t I z a OVA u U a ' Z I i Z C, oxi w i Ld Z Lk �s II Q:i -' v, wr N a o 0 vrr ° © GN N Z It.IIKV. Z O JaZ Og a ju N z lu uzw n C `a Sim W u- Igo lic L08 ou z !a- 0094 QUN r q at ui W II W x < !- 2 W�� C g L t O W � S n ♦ �~ WK 1 J 6 < n p r N 1f1 W Z p W !:W 11 1�� N c p p _ Z ' uo O N > O O K `¢ Lu W F- 4. M4. p'p 4 p Ad W _ofo. a�a W � � pia < x c II z C z x n. o U X¢9 o II u g R L�g <•+ ww mu o p y €S N 4.2 ir Qr«�QC• u ' NI J w d z N N °a � O +r w N o rtr r. A cn "0' ZZ C14 G z V i or 1w an vJ a<m<z e�pt� zip p_F- d a �r m< dz 0JdL4n -K <3 U) .] to iYr rW N >< <N J a 0U K:O .-U uN<W U- < Z N 4-tL WU NY JWOZ Vo: C1.10 JO >'Zr tL'>0": S< ZWWW <=W —.1 «SO OZ m W� Nr :;Ow co I ,J N J< _ J W1--N r,' V W tA4.0< ~ O U4. xa zoz rdWS WWW M< W t.]<r 4A n r ^ ZJO S 2NN W < J am< "saaN tti <OZ Z W CIS fL.t«+«. • „ r f �- zU 2Ww 20 SJma Y x N i I I f o•a o W aNW JZ a O< « K g ^ < • t-tno ioz czeor °zap ' g z W oa; N < or < "' ^ • k ~ l OW Oao-c to 49i 4n 4w r tor_ --o ,... =C� X- 0OUi O.Z..>Q + r3.cRgL gig aUr 4.NZ N O 4.Styr N • �[a� 1- o aw Z J Q < „ tt<r N < = O N N N = 0 0O O f.7 gy�0 i Eli N Sd i �tJJ X tw .Oos _y- - aIS -9 - p X a X a 6.� i • J O 1tr _ W � O ca Z < a o M law N y��e N o O a W, LL Aw o G O 20 W W u M 2 & O z 2 O N VI •W- N t1 � a W cD ® � e Lai J 4w w m N 04 C�l 3 86 9 ° G �♦,�IO 0 0 o Z Z Z N O'S a N z CO Q •"sue .j .e (�� zn C .z.. w .V..W O F M_ ; b�Q W w t fLi 2146 0a ao �� �►- c�W dm�z ��i,4 stir ��. 4 }�Z Ws- i< nz Z-j i f�o�� O z = ~aWt -NW Fes-= 9--x-co a Q 00 <Q vU .W.NZN Q: W U.Q. WU NY JWO3 • d•-. F-K W JC 7K Sd zmNW -OXw VM -• Nm Vq-0: m -JOC <J W►-N "iC G~W 4;0_m.4 uLL SK zGZ i-dW= i i i E YI WWW Md W J w -9 b D J� K3< V1WtA O < O.WWfJ <N U'1--G 2Wh zG 0 z z W m S a.==-z 0 = -8mZLIAd a + z K+ _ W a`NW Jz WLL C E 3 Z d3Y 23 O S< N O O y ►-off nm< mN tlN ¢ �5 '' r m oz3oi� =o� vAim °O<c°�= Jaeoa° N Wom .<Ji.O. #-Wa o<ww «tk [sit JpCp.pycp ��OMM .�i 3t� <� �•1 N LL' ^ N O < O < O � C N eve W ��CC r Zi V C %63 W r i C W JR0 11 eve IMF a-i x a a x a � WC ♦♦r g r a r ♦ ♦ vs � J O b 3 Z V W O a v < Ig e o eo � FE °° z cr < J o r+f 2 W d W 2 2 O Ul d _ ►� v�—i a O Z a W o Q Cl W o J tl O N g 4= + O Z �N +� Qua $ �� o v�= it)m uj Q Q t (_( �. C C Z W C Q < / V W Q 1,1` o = W W gom Irr s do ow >W X s°`° x Nnao N Z t LIJ VA r � ow � E X W 9•• yOj W� J W YOtC J �J ~ • > <jYU W <N iiP > J = p v ~IW.4 u is N ui le UN! 'd- Co Z< S W J� 1190/ J W N N J <o .-. O N N Z 1 O 1 J N 1 N X W 1 rrr !!3ldf18' ----- 1 1 K(Jvo 1 \ 1 1 1 = 1 1 t < IYI d- J I=1 f aw _ C N 1<1 C— At V 1 1 1 J oZi I=1 R WC 4. = N 1p.1 VO v •... :4A O p. PC ut lot g /D' a �/'� _ OL [•�. M �1 C W • H • 1 1 N O J 3-C 11 / 1 V• 1 1 + • N M 1 1 CL Z • O F ♦ft 1 ♦yl V• <M • I O = V) N W J N ow �t i O 9 _ Q Oc 2O J O r � x s io z wo W I F 0 2 K 4 \ C1 r 4L Q o N U ,,t ce � > 9L i-« 0 LLJ lIJ X'Y 1 ' 2 K < wo d � X = O O K i< 229 K W r W O 0 Z O O-C < K J O �= W J J CC : < J U. W W 1 \ 0 z 2 0.O 0.s&W > > W d Y KO W (3 qS<Q, m N „ 'I y Q J N V1 FW-v H H V N n u O Y Q pp= �. i a • C() • NM ��Q o N �, r =g w r rr r o m a o IC) o z z z i m N m - ° 0 0 p r s � fi -4 N p> All + a T ° � rn I SZ 10 I<t . o °° 2 ! a 1 X v = o q z fw < « • S to N 4 g a� • ern • nu • X b X )cp err o ... 0Xi.- p ii O 0= N O N N N N � > O O N N O � � �•Q��Q O r j 3Q $_; a u ro z i/�. • •;. o fi ..aQ • w -1��� 03N ZtA'n -1A•9 f 1 •� 3asarM �-am H aics mzo C2 rnC2 oc.»r coo 0 -0-M 0-M w-x m.--.... _-+oo u i u -C ON� D�� fD/NWA� �Z-i x O O M K ass i Q J. -IM= z�> °:tee �aorz 12 t mz �z zero is cs cv�• ors, zv sm m z zo n o �mCIP i o ms o vH a C w u u tnMzc- b.CM r g tn1Dt-, Minna fc; ronrrnm am"0-# zoz -Mx 1� �crv�n m o Jc-a Ul-+m rD.. GOr OD� N =-1W_ map>O Oxcb Al N m4nuz • Dx ;0•< --0z-< pr•n Al --a VC1 or"r.. 7t 1A r)M CO a m Nn f'f^ OD r)M A n O O 0Ubl-7 i. N m A n-! < n m O m .yA q A '� tA> in czi N -ZI 5 tom" �or�� `�ti A rn -z. 01 No y Z 4 ;306 a m N W A irr r ter m �•$ e a m m . Z 0 > rn M y err Z C - z N p o Z y o ro o ? u L S 4W ° l > a _ v -6 I S p N n O ~ Z O O W I �xa O X Fn z r 111 v o s < -4 * x to rn Vb -.-. _ ♦ 1 q X q X -C r ° cv 0 or A � O n = N N O O N � N � r r a� N33N�,Q a W N y O o�j o`er,,, A zrn- i rnrn xr 2 y 003.- mx=ozo� X00 7-0 <,W ZCIA .nvyo o<g r Moo -rs m-._. ;OM O n+� Ow w 06W z gs � IN-WO NO-4 -c o • > C N IMn z rO; Cl°Cz OZ Or-4A YYYy' zv zw m z zo oM '7 cii mo Amy - o WingA g vA�7p t. >cz r �' > In Nrn- 5Z Orz u1 y VI-,>n m— ;0= mmm u 30=-ur fn 0 VS -ln V C + - 2 r, !n n 7c-1 N--1fn tnnn m >-- malo W >O O 3C1 A-r Mm mtnwz • >x :0-< -az-MC s comr, AH r)m • '0-" OW rrnzine; n-- o> Om o>x2 X-C m• PC •1A� CA-0rr-0 zm >c �s b y n Z 4 ►�y� morons 2. �o T� -o -1 Z� 715 `+� '�+� m� m N n m D D-n Rr 7070 Z a° lo s m n -1 M�CR r�a A a :�s o m Z O y yG • Z Z Z!C k '��tR N l�