Loading...
HomeMy WebLinkAboutContract Lakeside Industries _ CAG-10-044 18808 SE 257'h Street Covington,WA 98042 (253)631-3611 $809,772.11 Award Date:lune 14,2010 6 City of, Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the OGI I-DI "F1 „ Contract, Plans and Specifications City of Renton Construction of: 2010 STREET PATCH AND OVERLAY .;� rE WITH CURB RAMPS s :s PROJECT NO. CAG-10-044 City of Renton i 1055 South Grady Way Renton WA 98057 , General Bid Information: 425-430-7200 £ x, 6 Project Manager: Jayson Grant 425-430-7400 MRIXTION t i 6 C 041&kvbn M (Ilr ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS PROJECT NO.CAG-10-044 June 2010 r. BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 r Printed on Recycled Paper i� CITY OF RENTON 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS INDEX L CALL FOR BIDS err H. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP 6. STREET LISTS III. PROJECT PROPOSAL 1. 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 r�r 9. **SUBCONTRACTOR LIST IV. CONTRACT DOCUMENT FORMS 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) 3. RECYCLED PRODUCT REPORTING FORM 4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES APPENDIX B-HOURLY MINIMUM WAGE RATES APPENDIX C-STANDARD PLANS * Submit with Bid ** Submit with Bid or within 24 hours of bid 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS �r CAG-10-044 CITY OF RENTON CALL FOR BIDS err 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS r r rrr �r. I wr CALL FOR BIDS 10-I.doc 04/13/2010 rrr CAG-10-044 CITY OF RENTON CALL FOR BIDS 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS u rwr Sealed bids will be received until 2:30 p.m., June 8,2010, at the City Clerk's office and will be opened and publicly read in the 5th floor conference room #511, Renton Municipal Building, 1055 S Grady Way. The work to be performed within 70 working days from the date of commencement under this r�. contract shall include,but not be limited to: Installation of approximately 3,645 square yards of asphalt patching, 6,928 tons of asphalt +rr concrete paving(HIVIA Class %" PG 64-22), removal of asphalt concrete (by cold planing), utility adjustments, channelization and complete restoration as set forth in the design drawings and specifications. err Engineer's Estimate: $750,000 TO$1,000,000 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 25th day of May,2010. 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, Jayson Grant, City of Renton, Public Works Maintenance, 3555 NE 2nd Street, Renton, Wa., rr. 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 amount of each bid must accompany each bid. The City's Fair Practices and Non-Discrimination Policies shall apply. arr +rr Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce: May 25,and June 1,2010 rr 10-I.doc 05/21/2010 r r. CITY OF RENTON 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS r rr rir I rrr - INTRODUCTION w wo In 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS rr ,,. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. 4W No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 40 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. �r No oral statements by Owner,Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. �r 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail,or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability ,r to satisfactorily perform the work. 1-1. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. �r Revised:04/06 bh wr 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. 1r 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval w 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 in considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. as 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. so 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet,any contract therefor shall require adequate safety systems for the trench excavation up 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 to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the " contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in rr. 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. Revised:04/06 bh 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. 1. WSDOT/APWA"2010 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 rr to read "City of Renton,"unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein)shall govern. 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. 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. otic ❑ 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? Ow w Revised:04/06 bh +r. II. INTRODUCTION CITY OF RENTON ow 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements +rr • Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR r shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications lwr 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 and other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. 1. WSDOT/APWA"2010 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 10" specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09,Measurement and Payment(added herein)shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this r 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 ww 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. rr r r w II. INTRODUCTION CITY OF RENTON o 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? w ❑ 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 Ow tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? +r. ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda,if any? w w rr w +rr IM M to M r 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: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair rr 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 Wx and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and + suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate city facilities. rrr CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October,.1996. rr CITY OF RENTON: RENTON CITY COUNCIL: N(ayor Council President Attest: wr City Cler wr 03_SUMRY.D0C\ go WE CITY OF RENTON SUAaMYOFAMERICANS WnHDjABH=ACTPOLICY +rr ADOPTED BY•RESOLU17ONNO. 3007 The policy of the City of Renton is to promote and afford equal treat and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable-guidelines as set forth is federal,state and local Taws. All departments ofthe City of Renton shall adhere to the following guidelines: (1) EMPLOYMEW PRACTICES - All activities relating to employment such as recruitn,eat,selection,promotion,termination and training shall be conducted in a non- discriminatory ondiscriminatory manner. Personnel decisions will be based on individual performance, staffing r qukemeoits,and in accordance with the Americans With Disabilities Act and other applicable laws and regWations. (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 is employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABII.ITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and.programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth,in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote-access to services, activities and .r 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,aid. be prominently displayed in appropriate City facilities. CONCURRED 1N by the City Council ofthe City of Renton, Washington, this 4th day of October 1993. CrlYqW RENTON RENTON CITY COUNCIL: z- Mayor cil President Attest: r City Clerk VU �r CITY OF RENTON 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCOPE OF WORK �r The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: Asphalt concrete patching, asphalt concrete paving(HMA Class '/2"PG 64-22), removal err of asphalt pavement,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 70 working days will be allowed for the completion of this project. r err ww r 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS �r 10-Scope Ywnrr itr��� ■rir�r ur am r m r goomina rrmmr 1rmoo NUNN" GNOMON wommow Now"" -rM11 amino rr.rro comma iso onsrYY CITY OF RENTON IRA PUBLIC WORKS DEPARTMENT 3DB , •}t , : I i n e c. ry i , ^ 2 y a, fff f r v a t f {. r _ 3 F , , ry 29 k/ ', - : h 6 , I ' t . , s 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS DATE: JUNE 2010 SHEET: 1 of 1 X U) Z Vz r N CO 00 N O p O N Om CC) r N Q) U') r N M i N N Zx G CD O r. co co (na� o- z> cn RRI . G. o to cn :3 _W vM m co M t� Nr co o �_ z � �t f� O �' O CO QOj a r N Cn O O d) _ A co Cl) N N O � (J cc > N I cri > r r OC) Ln O O � rr �— W N �U V �' N N N N N N Q Lu N ( O ~ Cn O CA O O Oo U M M r N N N O r O 0 co 0 0 N ti � r c U U = Q co �w O w w w = Z (4 00h LOZ0 -j -j ti (1 W U U Z ,rir 0 w -jHZOf— :0 = a cow Z U) +� Owww < w (1) zzwz 1r w w z Z w (~i) —jt— �— f— ¢ = wa. cncnU) z W F- W < (Y) _j 2 r r r W �1 ZwZZZU E1 o lZ N 0 y Z X Z 1� ch = o U N Q OpO O e- O N .0 to L r � M N co Nr Obi a LO LO ti mz ? o W (M M - N N N N z 100 a = n ti v rn rn MCN C) d � a > J 2 > Q C-) p 0 ¢ Cl) U W OW WW W 2 Z Z C) � V ti =) zp0 F. U titnWUUZ W _jI— Z � I — O = 0 (n Wwtn N � � H o O W W W Q W COzz W,Z, W rrr Z W Z F- U) QgMM � m 2 T- � W Z r W Z Z Z U r�11 N i 0 v 0 rn am 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE B PATCH •• EAST VALLEY ROAD SOUTHBOUND PATCH#1 16.5 6.0 6.0 99.0 11.0 3.8 PATCH#2 23.5 6.0 6.0 141.0 15.7 . 5.4 PATCH#3 15.0 4.3 6.0 64.5 7.2 2.5 bw PATCH#4 63.0 4.3 6.0 270.9 30.1 10.3 PATCH#5 14.0 6.0 6.0 84.0 9.3 3.2 PATCH#6 14.5 6.0 6.0 87.0 9.7 3.3 PATCH#7 9.0 4.3 6.0 38.7 4.3 1.5 irr PATCH#8 12.5 4.3 6.0 53.8 6.0 2.0 PATCH#9 17.0 4.3 6.0 73.1 8.1 2.8 PATCH#10 22.0 4.3 6.0 94.6 10.5 3.6 PATCH#11 38.0 4.3 6.0 163.4 18.2 6.2 PATCH#12 89.0 4.3 6.0 382.7 42.5 14.5 it PATCH #13 14.5 11.0 6.0 159.5 17.7 6.1 PATCH#14 108.0 4.3 6.0 464.4 51.6 17.6 PATCH#15 25.0 4.3 6.0 107.5 11.9 4.1 rrr PATCH#16 34.0 4.3 6.0 146.2 16.2 5.6 PATCH#17 6.5 4.3 6.0 28.0 3.1 1.1 PATCH#18 30.0 4.3 6.0 129.0 14.3 4.9 PATCH#19 18.5 4.3 6.0 79.6 8.8 3.0 PATCH#20 26.0 5.0 6.0 130.0 14.4 4.9 PATCH#21 19.0 5.0 6.0 95.0 10.6 3.6 rrr PATCH#22 22.0 4.3 6.0 94.6 10.5 3.6 PATCH#23 5.5 4.3 6.0 23.7 2.6 0.9 so PATCH#24 92.0 4.3 6.0 395.6 44.0 15.0 PATCH#25 63.0 4.3 6.0 270.9 30.1 10.3 PATCH#26 35.5 4.3 6.0 152.7 17.0 5.8 to PATCH#27 20.0 4.3 6.0 86.0 9.6 3.3 PATCH#28 7.0 7.0 6.0 49.0 5.4 1.9 PATCH#29 7.5 4.3 6.0 32.3 3.6 1.2 am PATCH#30 10.0 15.5 6.0 155.0 17.2 5.9 PATCH#31 26.5 4.3 6.0 114.0 12.7 4.3 PATCH#32 48.5 6.0 6.0 291.0 32.3 11.1 PATCH#33 53.0 4.3 6.0 227.9 25.3 8.7 PATCH#34 19.5 6.0 6.0 117.0 13.0 4.4 PATCH#35 11.0 12.0 6.0 132.0 14.7 5.0 PATCH#36 276.0 4.3 6.0 1186.8 131.9 45.1 PATCH#37 26.0 6.0 6.0 156.0 17.3 5.9 PATCH#38 22.5 13.0 6.0 292.5 32.5 11.1 PATCH#39 14.5 4.3 6.0 62.4 6.9 2.4 PATCH#40 20.0 4.3 6.0 86.0 9.6 3.3 2010 EAST VALLEY RD PATCH ING.xis i/14/2010 1 EV SOUTH "w 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE B PATCH m EAST VALLEY ROAD SOUTHBOUND , PATCH #41 26.0 7.0 6.0 182.0 20.2 6.9 PATCH#42 33.0 4.3 6.0 141.9 15.8 5.4 PATCH#43 24.0 6.0 6.0 144.0 16.0 5.5 PATCH#44 57.5 4.3 6.0 247.3 27.5 9.4 PATCH#45 20.5 10.0 6.0 205.0 22.8 7.8 TOTAL 7737.1 859.7 294.0 t r �r r. �.r aw rw rr� rr 2010 EAST VALLEY RD PATCH ING.xls i/14/2010 2 EV SOUTH 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE B PATCH EAST VALLEY ROAD NORTH BOUND LD G iNICJ THIO SONS rrr PATCH#46 32 9 6 288 32 11 PATCH#47 23 4.3 6 99 11 4 PATCH#48 9 8 6 72 8 3 PATCH#49 9 8 6 72 8 3 PATCH#50 17.5 4.3 6 75 8 3 PATCH#51 22 6 6 132 15 5 err PATCH#52 19 4.3 6 82 9 3 PATCH#53 16 4.3 6 69 8 3 PATCH#54 6 6 6 36 4 1 �r PATCH#55 44 6 6 264 29 10 PATCH#56 29.5 6 6 177 20 7 PATCH #57 31 6 6 186 21 7 'r16 PATCH#58 33.5 6 6 201 22 8 PATCH#59 25 6 6 150 17 6 PATCH#60 9 6 6 54 6 2 PATCH#61 138 61 6 828 92 31 PATCH#62 48.5 6 6 291 32 11 PATCH#63 11 11 6 121 13 5 PATCH#64 9 6 6 54 6 2 PATCH#65 28 6 6 168 19 6 rIr PATCH #66 6 6 6 36 4 1 PATCH #67 119.5 6 6 717 80 27 PATCH#69 5.5 4.3 6 24 3 1 PATCH#70 6.5 4.3 6 28 3 1 PATCH#71 5.5 4.3 6 24 3 1 PATCH#72 27 6 6 162 18 6 PATCH#73 22.5 6 6 135 15 5 PATCH#74 9.5 4.3 6 41 5 2 +rr PATCH#75 65 4.3 6 280 31 11 PATCH#76 14 11 6 154 17 6 PATCH#77 7 6 61 42 5 2 PATCH#78 36 6 6 216 24 8 PATCH#79 18 8 6 144 16 5 PATCH#80 7 6 6 42 5 2 r PATCH#81 7 6 6 42 5 2 PATCH#82 103 61 61 6181 691 23 TOTALS 6122 680 233 NOTE: PATCH#68 WAS DONE BY RENTON STREET CREW...... r 2010 EAST VALLEY RD PATCH ING.As i/14/2010 1 EV NORTH flr.r rr..r r�ri.rr rw li.�r wn.rr Www 1�W � lirrrl r mwwwrll rrri arAY ■ om owmwo Nmall =no" ■oma A 3 co V 0 77 cn (n (ncnp Dv7z Cl) CnzCf) Cf) CO) CA (1) CO) C- z nv Mmo m � � = cn C71 (n � o � o Zo z mzz — cncn -0cncn -1 -� --i �_ -4 �_ m � -- -i --� -i -I mmm = -I -iO -i -im DD U) � _ OOOOp ZOO D rr -� � -{ r r CA < � -4Z � 0Z DornZ D -4 mrn -moi z -yj cnc � n < ccna < m n m z z m 00 rnz z -jmrn O D O z z m Y = c am m D 0 m Cl) m w z z N Cn ' OZ � Omm O � OcD z n cn G ; -IDD < D Dcn Do = aivi z < < -I < � z � � rnm m m m cn I :EKcncn z 0 0 K) zcnz iCl) m N = pmDD o ; mmDm D o ;u (/) > O rn -vC � � o � -I o Cl) O m z 0DXm � Dz r M ;a O � O cncn GD �- rn � O -i -n r O w m -I < � � -96 rn m � m o cn m ns 0 0 CA N m AW Cnw rnvw -• -� W pN SCO w w n m CnCnw -N �lCO 'J Oi W O .0, V N N OOOCn cn m CnOO rnNOOO OO M -I C) NNOO NNN rn0) � � A 00 m .II W z A � v 00 0 0 0 0 0 z � 1 -I A A A -q w w W W w W W W -� N -j N -4_ me co) W 4 � � w y _1 W i i W i i N CJt rn as Y N N 0o cn cn w o o co o W o Y .9) w corn cn 1 w w T Ul N W � Nis .t. is inwb to0) -ICJni --i .&� io 00 0o 00 OOOOCn OOrn .p W co (0 rnNO Arn00 Gnm wcn O o O O O O O O O O O CO rn N 0 0 0 O O O O O O O W co s Orn � Cnw W 4�, 'J OCnA OO (10) O W Orn 0000 O) rn .Prn W ODCO -ICni mA -4 .A OO (ACn ,Owl CO O 'tel CO W -I J O O O Cp CO W 00 -► Q1 W N O) CA O O V■ N i i 'P pi -• i -I N) N) Q1 NNi W iN CO 00 W w N Q) W O W 00 0 rn w rn W w co 0 A N CO N -4 cn cn O O C71 Cn -4rn 1 I� �I I C* (3) V A CON -NiCON -4 .4, W 0) (3) NN Ul W -4 0) CF) N A cn to 0 00 co cnO) w W N N N CO N FC) N N N Cn W ? A Q prnCb CD N N i i W -1 W to NNi C) iN W N3 C) 00 T C4 cn CO i Cn N N m 0 Ch 0 cn cn N O 0 CA 90 fJ o D W N N N N Z � -{ x CO N �r rurrr err wr �. r..�r `rte Nora for rrrf rr.rrr .. r.rr rrrr�li r�rr1 rr�I w.�r1 r..rY N O_ O W < < < < < < < < < < < 4 V V V DDDDDDDDDDD = _ _ _ r r r r r r r r r r r rrrrrrrrrrr fn (nCl) Cl) mmmmmmmmrnmm -A -i -I --q 0 0 0 01010 000 0 0 i cn cn cn cn cn cn cn cn cn cn cn r r rn z z > wwAwo (n r rn Y Y^ cn cn cn cn cn cn cn cn cn cn cn � � « (n cn rD- rD- cncncncncncncn � � cntn r ,— X 00 'i oovvo ozzcnoommmmzcnz cnzzcn D m r r- r- r- r- m m T. ?. TT. T Sc mm � � zzcnztn 41 A -v � T M T T m m v -o -oo mmm mmmm mmmm uo Ao W iANN N O O 00 co t/1 om X -� ^' m O to CA oo C)106 1 O 1 14M al N to 00 ` C < rrn n, ;u N O NNN " NNNN O V4wh3 t71 wONOV oiO0 (NAA V C1 O Z O N N N i N i O N O AOOA -1to (AOO w tntotoN mo C m X N W N i i i N N i O t0W &I-&, i N i 1 V to O A ch to th A A W Ch A W W W to P A W � Os O O (7tN W O V A W FO to cn i i i V i t71 V V NO O N O N N O V cn (71 (A C1 t71 i i i i CT to (n i1%) MClAA cn N i i N i i O O _ i O t7t O N � O 0 q z o ;7 ° 0 M -I x M v, r i2 z N* x Z aD co v v N M s r o U it Q{ N CP 00 O MM 00 cm, rrNetN N rir Cl Q �✓ o ~ N N M MM OOO NN NNP (� V � 00 N tQ LO r ti r O O 00 OO w ti r CO) aA N N M N O 00 LO so Ul) Z m6. 00 co CM V) r m O N N CD U M M M = J F- W 00 MQ MMQ CNCl) C) a Z 0 0 0 Q Ln LOO OXY O OO_ ON_ 0000 ..i 3: T cN cN 0) CCYi N It M xF r r r N Q W m Z D 2 � ¢ cii ~ �... J U) W = H J � M QO QF- O LO H V Q = w0 � � U) w .r tq z > F- z 0w = O � J LC) N r W � � Z2U) Zj*# rr U) U) U) � w Z F- Q = Q d Coco 'oF- E- LOF- M� CO wixfnW W 0 Q � O d p U Iq M j Cn N Z Z M WW M W J (n fn Z cn *b Z 10 p Q W U rrr w > W W F' Q W Q U) Q Q W O F- W 1=- F- » H F- F- d H F- r � z mN TUU CD C.0 LO U-) OO 03: OQQ Owwwww Zco C/) cnww cncncnzcncn o v 0* er m o r 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE C PATCH 97 AV SE SOUTHBOUND PATCH#1 350 10 4 3500 389 89 PATCH#2 19 7 4 133 15 3 PATCH#3 24 4.3 4 103 11 3 PATCH#4 19 18 4 342 38 9 PATCH#5 18 4.3 4 77 9 2 PATCH#6 14 9 4 126 14 3 w. PATCH#7 17 4.3 4 73 8 2 PATCH#8 18 4.3 4 77 9 2 PATCH#9 15 13.5 4 203 23 5 am PATCH#10 44 14 4 616 68 16 PATCH#11 18 13 4 234 26 6 PATCH#12 14 7 4 98 11 2 PATCH#13 17 15 4 255 28 6 PATCH#14 12 4.3 4 52 6 1 ■• PATCH#15 7 4.3 4 30 3 1 PATCH#16 89 4.3 4 383 43 10 PATCH#17 28 4.3 4 120 13 3 PATCH#18 14 4.3 4 60 7 2 TOTAL 6483 720 164 ■. to 2010 EAST VALLEY RD PATCHING.xis 5/14/2010 97 AV SE W 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE C PATCH SE 186 ST EASTBOUND PATCH#1 24.5 6 4 147 16 4 PATCH#2 22 9 4 198 22 5 PATCH#3 63.5 7 4 445 49 11 PATCH#4 8 3 4 24 3 1 +rr PATCH#5 38 6 4 228 25 6 PATCH#6 9 6 4 54 6 1 PATCH#7 12 9 4 108 12 3 PATCH#8 25.5 10 4 255 28 6 PATCH#9 70 8 4 560 62 14 PATCH#10 71 10 4 710 79 18 r. PATCH#11 26.5 4.3 4 114 13 3 PATCH#12 53 4.3 4 228 25 6 PATCH#13 19.5 6 4 117 13 3 +� PATCH#14 11 4.3 4 47 5 1 PATCH#15 100.5 6 4 603 67 15 PATCH#16 63 7 4 441 49 11 PATCH#17 23.5 4.3 4 101 11 3 PATCH#18 11 5 4 55 6 1 PATCH#19 133 6 4 798 89 20 PATCH#20 156 7 4 1092 121 28 PATCH#21 11 9 4 99 11 3 PATCH#22 48 7 4 336 37 9 PATCH#23 182 5 4 910 101 23 PATCH#24 24 8 4 192 21 5 r PATCH#25 32 15.5 4 496 55 13 PATCH#26 28 8 4 224 25 6 PATCH#27 31 11 4 341 38 9 PATCH#28 66.5 6 4 399 44 10 PATCH#29 37.5 7 4 263 29 7 PATCH#30 45 22 4 990 110 25 PATCH#31 77 4.3 4 331 37 8 PATCH#32 64 12 4 768 85 19 rrr PATCH#33 23 5 4 115 13 3 PATCH#34 10 6 4 60 7 2 PATCH#35 22.5 4.3 4 97 11 2 PATCH#36 16 9 4 144 16 4 PATCH#37 28 10 4 280 31 7 PATCH#38 11 8.5 4 94 10 2 +r� TOTAL 12463 1385 316 2010 EAST VALLEY RD PATCH ING.xls 3/14/2010 10-186TH o X C O O M_ O N O O � LO UM N N N M M M O �T M M w Z 0 IT M Cl) d f- M L ow n, O O IL UX' O N M t0 wr = W k vN � �• V ~ 0 c7 O ~ �^ 11-ti � � O Z �" Mrr W im �3 a v 0c0 CO 000 N 0 0 00 co 11wJW cci �� CCNf COO � J W 0LLI N N N a W = � W V N 00 00 ,R M N N to N o04 O CO LO 1 N u W Z U) W (n 2 E- rr NCO UA Z U) U) Q o 00 C) 0) O N r C/) U) ui Lu2 O U) w vJ Z 00 Q Q W W ti ti m cn 0) 0) o C) O do Nz x Z M = o U NV O 00 O 0 N O CLT m$ U D; O O W` N N 40 LLI, � C a � z CN C14V 2 —r Z Z T r W V W > J MNC14 err WO W = N o o H N o v fl- T 0 vo 0 0 Z N W W iii Oa CO _ H N Q (n Z to W CO Q o co o0) wa O /N/� T VJ V/ W� J J_ W W Zcn (1) (J) ZT- QQ W W rn m (/1 0 C) � N O i III. PROJECT PROPOSAL CITY OF RENTON .r do PROJECT: 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS CAG NO.: CAG-10-044 COMPANY: L/kk- C WN49-krb-5 INC- BID AMOUNT: ADDRESS: Si6- 25`7 TEL. NO.: rr c-OI'AIrrytV ltd' wr r r III wr PROJECT PROPOSAL r 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS +rr III. PROJECT PROPOSAL CITY OF RENTON .r I. BIDDER'S CHECKLIST 1• BIDDERS CHECKLIST 2. PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM .rr 3. v SCHEDULE OF PRICES 4. V/ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM .r 6. V CERTIFICATION OF EEO REPORT 7. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 1W as 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. aw 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS 1rr .r +rr III. PROJECT PROPOSAL CITY OF RENTON arr 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: +r (Note: Unit prices for all items,all extensions,and total amount of bid shall be shown. Show unit prices in figures rr only). Printed Name: (!4476 ltlle,�e— Signature: Address: l $0 5E 257A 69vi ,-77&)A)4 r Names of Members of Partnership: OR a. Name of President of Corporation Name of Secretary of Corporation F1.yK /-f-6/csONt/Z Corporation Organized under the laws of Wi�Jff/.tJ�i TdN Aw With Main Office in State of Washington at 129 ,3GX 70/jO ZR51f ugh �i9 HJbrms/cont=t/PROPSAL.DOC/bh AW �r 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS s III. PROJECT PROPOSAL CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN ENK OR TYPED TO VALIDATE BID +rr .r wr wr +rr 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS orr 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE A SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,ANO TOTAL AMOUNT OF am SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (rINOW SHOW PRICE PER,UNIT IN FIGURES ONL.Y, FIGURES WRITTEN TO THE RIGHT OP,HE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL BE.INTERPRETED AS::ENT$.1 ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT w NO. QUANTITY DOLLARS DOLLARS Y i MOBILIZATION. rrr LUMP SUM LUMP SUM �v� �r 2 1 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUk4 +rr LUMP SUM I 3 707 HMA.CL. 112 IN.PG 64-22 OVERLAY AT I & TON j ` Q PER TON 4 1,136 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD, BY COLD PLANING 5 ■ PER SQ.YD, 5 2 ADJUST MONUMENT AT rrr EACH l S c7 r PER EACH 6 11 ADJUST MANHOLE AT ow EACH 'j�j (,/ 0 �� l0 ■ PER EACH 'ter 7 9 ADJUST WATER VALVE AT EACH PER EACH 8 3 ADJUST CATCH BASIN AT %, EACH PER EACH 9 775 4"DOUBLE YELLOW PAINT AT �r LIN.FT. CENTERLINE •7�' PER LIN.FT. 10 40 4"RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW PER EACH i 1 6 4"RAISED PAVEMENT MARKER AT EACHTYPE 25 BLUE l O 0 +r PER EACH 201e-SCHPR-bid tab.xls 05f1??2010 10-St H A Am 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE A ow SCHEDULE.OF PRICES JNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF 1310 SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (NOle: Sl ICJ','y PRICE PER UNIT IN FIGURES ONLY FIGURES WRI—,TE.N TO THE RIGHT OF THE 00 T(DEC w,,,J_)IN THE PRICE PER UNI r COLUNIN SKALL BE INTERPRETED AS C-ENT.S.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS. DOLLARS 12 1,560 4"WHITE EDGE OF ROAD.LINE AT LIN. FT. PER LIN. FT. 7 13 20 CRUSHED SURFACING TOP COURSE AT TON PER TON 14 1 EROSION AND SEDIMENT CONTROL rIr LUMP SUM LUMP SUM l DDS 15 , 1 FINISH AND CLEANUP LUMP SUM LUMP SUM /oDo arr SCHEDULE A TOTAL 111 iw low 2010-SCHPR-bid tab.xIs 1 O-SCH A aw r 2010 STREET PATCH AND 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 BI'D 'Nae: SHOW PRICE PER UNIT IN FIGURES ONLY FY;IURES WRITTEN TO THE RIGHT OF THE DCT(DECIMAL)IN THE PRICE PER UNIT COLU-mN SHALt_BE INTERPRETED AS CE"n S,� do ITEM PIAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS i 1 1.00 I41061LIZPTiON LUMP SUM LUMP SUM — +A 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL LUMP SUM O o O � LUMP SUMj 3 51425.00 HMA CL. 112 IN.PG 6422 OVERLAY AT TON PER TON w 4 9,102.00 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ,YD. BY COLD PLANING �j ( � l o PER SO,YD. 5 1,540,00 PAVEMENT EXCAVATION INCLUDING HAUL AT FOR V PATCH rr �• SQ.YD. � ► �� r�� 6�� . .� PER SQ.YD. am 6 527.00 HMA FOR PAVEMENT REPAIR FOR 110 PATCH IAT V TON �5 — ` 5e PER TON do 7 2.00 ADJUST MONUMENT AT _.--_- EACH wrr PER EACH 8 33,00 ADJUST MANHOLE AT EACH -- ar PER EACH 9 45.00 ADJUST WATER VALVE AT mr EACH PER EACH / 10 11.00 ADJUST CATCH BASIN AT do 2 EACH J Llo y _ PER EACH 11 4.00 ADJUST GAS VALVE AT EACH / ( 0,C) PER EACH I au 2010-SCHPR-bid-tab xis 05i21 2010 • 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. q ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID ;Flute: SH0Vl,RR;CE P-ER UNIT N FIGURES ONLY FIGURES wRrrTENI rO THE RIGHT of THE DCT(DECIMAL)iN THE PRICE PER UNIT COLUMN SHALL SE!NTERPRErEF)AS CENTS.,'• ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT ON NO. UANTrrY DOLLARS DOLLARS 12 4,716.00 4'RAISED PAVEMENT MARKER AT wr EACH TYPE 1,YELLOW -63 PER EACH 13 644,00 4-RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW PER EACH 14 357.00 4"RAISED PAVEMENT MARKER AT wri EACH TYPE 1,WHITE T7 PER EACH tYr 15 51.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 2e,WHITE ON PER EACH 16 24.00 4"RAISED PAVEMENT MARKER AT to EACH TYPE 2b BLUE PER EACH 17 300-00 PLASTIC CROSSWALK AT ow LIN.FT. PER LIN,FT. 18 61.50 18"PLASTIC STOPEAR AT wrr LIN.FT. o('Q PER LIN.FT. 19 80.00 PLASTIC ARROW AT aw EACH PER EACH 20 12.00 INDUCTION LOOPS AT vm EACH C) C) o PER EACH ar 21 2.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE PER EACH 00 210 iD • — 22 4.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 2 PER EACH 01D 0 - — ow 2910--'CHPR-bid-tab.xis 05-20120 i Q 2 10-SCH B r 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS NOW SCHEDULE B SCHEDULE OF PRICES go 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 SHGW PRICE PER uNi r IN FIGURES ONLY. PiGURES INRITTEN TU THE P.IGHT OFT-1E DCCT(DECIMAL))N THE PRICE PER UNIT COLUMN SHALL—BE INTERPRETED AS CENTS.) so ITEM' PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS dw 23 3.00 :CURB RAMP,GEMENT CONCRETE AT EACH TYPE 3 1100 , PER EACH aw 24 5.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 4 +tr PER.EACH V 25 8 RETRO-FIT TRUNCADED DOMES wa SQ.FT. LID PER SQ.FT. 26 119.00 SAWCUT CONCRETE AT as LIN.FT. PER LIN.FT. 27 299.50 SAWCUT ASPHALT AT LIN.FT. PER LIN. FT. ( a 28 40.00 CRUSHED SURFACING TOP COURSE AT n TON 1000 PER TON 29 260.00 REMOVE CONCRETE CURB AND GUTTER AT n J� LIN.FT. {�v PER LIN.FT. w� 30 230.00 REMOVE CONCRETE SIDEWALK/CURB RAMP AT SQ.YD. 30 ar PER SQ.YD. 31 49.00 REMOVE ASPHALT AT CURB AND GUTTER AT l SQ.YD- J� t "/ 7 p PER SQ.YD. 32 4.00 CEMENT CONC,TRAFFIC CURB AND GUTTER AT LIN.FT. PER LIN.FT, ` l� 33 36.50 CEMENT CONCRETE SIDEWALK AT irr N / SQ.YD. 1 I O PER SQ.YD. +irr ncJ17;20.0 2010^-SGHPR-bid_fac.xls go 10-SCH B 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE SCHEDULE OF-PRICES UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID SHALL BE SHOWN. rrnr ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID !Note: Sl.;CW PER UNIT IN71GURES ONLY. Fir.URE*S,N'R=, N TO THE RGHT OF THE 00'-DEGIMAU iN THE PRICE PER UNIT COLUMN SHALL BE INIERPRE79-D AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT w NO. QUANTITY DOLLARS DOLLARS 0 34 38.50 INSTALL ASPHALT AT CURB AND GUTTER AT do TON 1 00 PER TON 35 7.()0 TOPSOIL TYPE A AT do TON - PER TON 36 280.00 INSTALL SOD AT SQ.FT. -2 PER SO.FT. im 3742.000 RELOCATE SIGN AT EACH D EACH c) 3 38 Im 00 PER EACH 8 2.00 ADJUST UTILITY BOX IN CURB T55Mi-P AT to EACH PER EACH '�>jo 35 too INSTALL BEAUTY PARK AT :CU.YD. PER CU.YD. / 00 oc> 40 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM 41 1.00 FINISH AND CLEANUP LUMP SUM LUMP SUM arlr SCHEDULE 8 TOTAL rIr 2010-SCHPR-bid t-3b.xls 4 1 0-SCH 2 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS ow 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 SID iNote; SHOW(RICE PER UNIT IN FIGURES ONLY. FIGURES WRITTEN TO.THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE:PER UNIT COLUMN SHALL BE INTERPRE=TED AS f;ENTS.i ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS. 1 1.00 MOBILIZATION ow LUMP SUM LUMP SUM 5-t>o o 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL rwrlifl LUMP SUM 1:300 a -- LUMP SUM r 3 796.00 HMA CL. 112 IN. PG 64-22 AT V rQN - u l +rrr PER TON 4 1.745.00 REMOVING ASPHALT CONCRETE PAVEMENT AT SQ.YD. 13Y COLD PLANING Z Q rr PER SQ.YD. 5 2;105.00 PAVEMENT EXCAVATION INCLUDING I PAUL AT FOR 4"PATCH / C7� PER SO.YD. 6 480.00 HMA FOR PAVEMENT REPAIR FOR 4"PATCH AT TON 75 . - �(p r 00o PER TON 7 6.00 ADJUST MONUMENT AT EACH 1 PER EACH 8 9.00 ADJUST MANHOLE AT EACH D - - O PER EACH 9 2.00 ADJUST WATER VALVE AT iw �A O EACH PER EACH ! J 10 5.00 ADJUST CATCH BASIN AT 4w EACH V I 6 PER EACH t 1 1.00 ADJUST GAS VALVE AT PER 2010-SCHP19-bid tab As 05121P,0110 1 W-SCH C fa 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS SCHEDULE C SCHEDULE OF PRICES to UNIT PRICES..T.OR ALL ITEMS ALL EXTEN$1 1 .111 ., - .-I —.. _..NS,.AN.Q.TOTALAMOUNT OF BID SHALL.BE SHOWN, ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Ncle: SHOW MCF PER UNIT IN FIGURES ONLY. FIGURES WRI r TEN 1*0 THE RIGHT OF THE DOT XIECIMAL)IN THE?RICE PER UNIT COWNIN Sl-iALl-BE INTERPRETED AS CEN-S.) i0l ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS do 12 1700 4"RAISED PAVEMENT MARKER AT EACH TYPE 2d,YELLOW 4"RAS' TYPE 2c PER EACH . 77 V15 RAISED ift 137 96,0074"RAISED PAVEMENT MARKER AT EACH TYPE 2e,WHITE aw PER EACH yao 14 4.00 4"RAISED PAVEMENT MARKER AT EACH TYPE 2,BLUE PER EACH 15 14.00 18!'PLASTIC STOPBAR AT C)o LIN.FT. PER UN.FT. 16 260.00 12"THERMO PLASTIC ON SPEED BUMPS AT crr LIN,FT. TYPE, WHITE PER LIN. FT, 17 20.00 CRUSHED SURFACING TOP COURSE AT TON PER TON 18 100 EROSION AND SEDIMENT CONTROL CRUSHED-IC LUMP SUM LUMP SUM o 19 1 g-OO FINISH AND CLEANUP ars LUMP SUM =LUIM,4P SLUM /00c) SCHEDULE A TOTAL . 75 9.5%SALES TAX ON SCHEDULE A ONLY le y eqq SCHEDULE B TOTAL SCHEDULE C TOTAL SCHEDULES A,13&C TOTAL 0511 18/201n 2010-SCHPR-bid lab.xis 2 lo-SCH C .r III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: n NO. �_ DATE 0L- -o't-'USD NO. DATE NO. DATE SIGNED TITLE NAME OF COMPANY Zl4KE5/01 ADDRESS /9,D9 S� 25'7> CITY/STATE/ZIP eZ,)O1A,', TjJ� Alfw 9g0�2 TELEPHONE an CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# CID r LICENSE# /M 6-5 -A- 27,q.TD rrr w rr 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS rs iw ift CITY OF RENTON RENTON, WASHINGTON a. ADDENDUM NO. 1 ww to the CONTRACT DOCUMENTS for the VW 2010 Street Patch and Overlay with Curb Ramps Project No. CAG-10-044 ww Date of Issue: June 4, 2010 ow Date of Bid Opening: June 8, 2010 ow NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall No 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 %W 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. ww THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: ww PROPOSAL: ON Schedule B of the Schedule of Prices,ITEM NOS. 5 and 6. Replace the 5"with 6". ow STANDARD SPECIFICATIONS: 5-04.3(3)A Material Transfer DeviceNehicle rw Section 5-04.3(3)A is deleted in it's entirety. ow r nr 2010 Street Patch and Overlay with Curb Ramps ADDENDUM NO. 1 June 4,2010 Page 1 of 2 rrr No r`. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. w Wb F RENTON i . Hanson,P.E. Transportation Design Supervisor r r. w rr w r.. r. wr 2010 Street Patch and Overlay with Curb Ramps ADDENDUM NO.1 June 4,2010 Page 2 of 2 rr dw as 111 PROJECT FROF10s,�L CITY UF REN70N 5. HID OND FORM Herewith find deposit in tine form(,,( a certified check.cashier's check.cash, Or bid Lend in the amours of S_.....___._. .__._.._— _...._.._ %8hich an,ount is not less than five percent o(the total,bid. Sign here .............................. ar Know All Men by These Presents: Fbal we— Lakeside Industries, Inc. s Prim:iDal, and Travelers Casualty and Surety a�, Surcty� are held and fimily bt,,)und unto ,be iN o Pill Renton, as Oblige--, in the penal som t)f ,Five Percent (5%-) of the total amount bid I)011ars, 1jr 1111 I- .-........................ ......... payment of which the Principal and the Surety bind themselves., their heirs, executors, administ-Itors, successors and assigns.joint fy and severally,by these presents. nor 'Fie condition of thisobfiz ' h that if the Obliq Tatio ii o. sur gee shall make any award to the Princil� I fbt 2010 Street Patch and Overlay with Curb Ramps CAG-10-044 accordinp to the lrruii of the proposal or bid made by the Principal therefcir, and the Principal shall duly make and enter into a contract with the Obligee in accordaricc with the terms of said proposal or bid and award and Shall eve bond for the faithful performance thereof, with Surery or Sureties approved by the Obligec, or if the Principal shall_ in case of falium to do So. pay and for- it to the Obligee the penal ainount of the deposit specified in the call, f',Ir bids, men tbis obiiganori sti all he null and void; otherwise it shall be and remain in full forcc and effect and the Surety shall forthwith pay and forfeit tri the Obligee, as penalty and liquidated darnalges, the amount of this band. SIGNED,SEALED AND DATED THIS—8th DAY OF June 20 10 Lakeq,±Ve ndustri s, nc. rr Princippal Travelers NCasMualLTt and Surety Company of America, surety Susafi�B., Larson do Attorney-in-Fact Receiv-1d return of dcpjosit in the sian of err '01VSTXEII'VAT(Jf ANDMAW AN %%J'111('tKHKAN1F,S WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS/ J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company we Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company rrr Attorney-In Fact No. 221827 Certificate No. 003589713 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Carl Newman, Deanna M.Meyer,Karen P. Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher,Lillian Tse,Kara N. Harmala,Benjamin L. Wolfe,Elizabeth R.Hahn,and Jana M. Roy of the City of Bellevue State of Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 111 IN WITNESS VEHEREOF,the Comp ave U have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of AA rill G Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company p,.SUA�r JV pRE 6 \�N I NfG ,I+�....... . „IfY ANO Y Y .............4� J a Na Wetry A,yQ O5 �(1 � 1.7// ,Z,1 aIVONPORArF�i Com:'pPORA n 1 OP 9� a� S 4 ORATrp m W,oo r � � NARIFORD'S � -,,,�cn' 1951 �;SEALfof ��SBALjt W coHH• o �.�`�R ,n.lw�1896 1� bey. FHS �! � ~s�':n ce°� �d,j�jwK�f °'}r...�....'aa° obi '�+ee � • ,h �"tel AIN State of Connecticut By: City of Hartford ss. Georg Thompson,trte President alt On this the 6th day of April 2010 ,before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, rr1 executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 06X* .r ^ In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2011. Marie C.Tetreault,Notary Public 58440-4-09 Printed in U.S.A. Yr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 201/ Kori M.Johans Assistant Secretary GASf1q�1 Jy f\0.E 4 4 Q��N NSG xPi•''"\i+s`u q�, eJ�\.tY Apes �\�etat�r �FIRY'� r- z �1 _ F,m pp�,icOpPORgT':'tei � E Z �` L ; 1977 NIbAPORATED t, Jt.S E A L io" 1 ik -" f'o t i n ooxHAD'e N t " •.SBRL;'D �'•,O�o � � < r„� tiN i T� 4,q��.ANCE !S;A� a1•. �..:�a r` as � ,�� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER rrr III PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT W 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_, proposed subcontractor_hereby certifies that he has X, has not_,participated in a previous contract or subcontract subject to the equal opportunity 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 administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Aw ft Lakeside Industries, Inc (Company) rr Tammy Vibbert By: w EEO officer Date: (Title) rr 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.) ,rr 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 rr report covering the delinquent period or such other period specified by the Fcaeral Highways Administration or by the Director,Office of Federal Contract Compliance, U.S.Dep:i#i ent of Labor. EQUALDOCIft go WE do ara 2010 STREET PATCH AND OVERI.kY WITH CURB RArvIP5 rs 111. PROJECT PROPOSAL ;rc 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. rr 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 rr 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. rr AND MINIMUM WAGE AFFIDAVIT FORM 1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS Name of Project rr. Name of Bidder's Firm Signature ofAuthorizedRepresentative of Bidder Subscribed and sworn to before me on this O day of JtW t ,2010. gko SA G4, O�% v `ygiON Notary Public in and for the tate of Washington NOTARY N Notary (Print) f�c�C/� ?A) • Nota rint .0 PUBMy My appointment expires: 2009 STREET OVERT T,oe ��/11111111 HI PROTECT PROPOSAL 8. Fair Practices Policy Affidavit of Compliance CITY OF RENTON FAIR PRACTICES POLICY . a i � —a AFFIDAVIT OF COMPLIANCE Lakeside Industries , T n r hereby confirms and declares that (Name of contractor(subcorLuwodconsultant) 1. ltisthepolicyof Lakeside Industries, Inc to offer equal (Name of contractor/sulxontractor/consvltant) opportunity to all qualified employees and applicants for employment without regard to the race.creed.color,sex.national origin,age,disability or veteran status. u Lakeside Industries, Inc complies with all applicable (Name ofcontm=r/subcontractor/consultant) federal,state and local laws governing non-discrimination in employment. III. When applicable, Lakeside Industries, Inc will seek out and (Name of contractodsubconuactor/consultant) negotiate with minority and women contractors for the award of subcontracts. Tammy Vibbert Print Agent/Representative's Name EEO Officer, H/R Director Print Agent/Representative's Title Sjg&j&�4 V1 AgentfRepresentativTOLSignature a.r Date Signed ,ye 2010 STREET P.1TCH ANt)OVERLAY WITH CURB PLAMPS r III. PROJECT PROPOSAL CITY OF RENTON . 9. SUBCONTRACTOR LIST CAG-10-044 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall submit s the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed$100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract prime. / Name:_" Alt CVOL Title: Signature: aa,� I/L�4x B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name Address rr Phone No. State Contractor's License No „t Bid Item (s) Subcontractor Name �s 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 2010 STREET PATCH AND OVERLAY WITH CURB RANIPS 3rr IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 6 u INFORMATION ONLY L L IV LIr CONTRACT DOCUMENT FORMS L f. DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. L L g, L R, L fi 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS H/formsfcontracts/2010-OL_IV.doc/WFWG3.11Approved by Larry Warren 2/14 tri IV. CONTRACT DOCUMENT FORMS CITY OF RENTON Bond No. 105425274 BOND TO TIIE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Lakeside Industries, Inc. Travelers Casua ty a Surety as principal, and Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon ponds of contractors with municipal corporations, as surety rr are jointly and severally held and firmly bound to the City of Renton in the penal sum of $809-, 772 . 11 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. .�. Dated at Bellevue , Washington,this 16th day of June 2010. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-10-044 providing for 2010 construction of:28WcStreef Overlay with Curb Ramps, the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept, the contract and undertake toe p dorm the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by w reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. rr Travelers Casualty and Surety Lakeside Industries, Inc. Company of America Principal Surety Signature Signature Susan B. LarsOn i Officer Attorney-in-Fact I Title Title +rr 2010 STREET PATCH AND,OVERLAY WITH CURB RAMPS Wforms/contracts/2010-OL—rV.doc/WFW03.1 lApproved by Lang Warren 2/14 +rr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 221827 Certificate No. 003589753 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint I Carl Newman, Deanna M. Meyer,Karen P. Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scoff Fisher,Lillian Tse,Kara N. Harmala,Benjamin L. Wolfe,Elizabeth R.Hahn,and Jana M. Roy to of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of April 2010 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 0?S S rGyI.S�'o_UeA•��H�b"a�Lu;o ,1�97w7A'Y7P,bgr wC1O9AFD5RA1TFD N6+�.ti�JSy�,.FNIAR-^„�6u-c!o9. a�r��!O'd•Z:\pS,:,�N.N..E.P.�.,O.,A�.,.RAN..A•LS.�,>v'FLy�!oh f,j t!}�i{m�`,$4ji::'•�"�P:�o•'x.P,.rP1.".MO.•.sR'..wAu...H.T 11y ANa9Ger.y�tO177Dm , OwM E ME' NOD SEALa CON ° State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President On this the 6th day of April 2010 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 60�to � In Witness Whereof,I hereunto set my hand and official seal. )nMy Commission expires the 30th day of June,2011. Marie C.Tetreault,Notary Public 58440-4-09 Printed in U.S.A. rrr WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., St.Paul Fire and Marine Insurance Company,St.Paul Guardiati Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is �9 FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any 1 certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity;and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies;which is in full force and effect and has not been revoked. ' n1�% IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this V' day of 20 00 Kori M.Johans Assistant Secretary 41.SU.� yF\0.E6 \nN..�MSG }'�..INSU,P JpltY A/y0 �yR lWgy cFCtYA� /4J: O tS82 O � 191! m �t ...q>t.,h ��r•COpPORATE�� � NARTFORD � �1NNIWRQ �g tl �`•SEALio3 �t, O �`•'Ecp.'rJa � � �'Sq;bfo c0 0)}........:'at`j v.'...........•'as >y apt ,�p . To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER L CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this „z 1A day of�� 2010�by and between THE CITY OF RENTON, Washington, a municipal co ration o the State of Washington, hereinafter referred to as "CITY" and L�9,to 11;',� ���)y-,�� hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 70 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 10-044 for improvement by construction and installation of: Work as described in"Scope of Work"dated ,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 ift 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 i furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of t 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) Specifications L e) Maps and Plans f) Bid g) Advertisement for Bids it h) Special Provisions, if any i) Technical Specifications, if any L 1 C 1-2009 iY 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 ,r 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, 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 i to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or LO 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 property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. L The Contractor agrees to name the City as an additional insured on a noncontributory primary 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. Furthermore, Contractor agrees to pay all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. i Nothing herein shall require the Contractor to indemnify the City against and hold harmless jw 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, L 2 C 1-2009 r 1.. r. t 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. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. LO i 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative " of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. i 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 70 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 Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The tku 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work im includes,without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, ,r the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. LO 3 C1-2009 r. 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. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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. 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. 12) The total amount of this contract is the sum of O ( 1, 77o`' numbers e,�lt im" a.J La Ami*d 'i eot/,�K.abd Ye1t� Two A,i� written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions"of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. w 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option 4 C l-2009 it it conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and s remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning shall be void. If the non-assigning gn g party party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. rr 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. f' IN WITNESS WIEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACT 9CITY OF TON 64 4112T Mayor Denis LaJV t id o ffiw ATTEST ' = Bonnie I . Walton, City Clerk dba ��k-�511'7E 7�,jr>ts-mie, t"N c. Firm ame check one __,,l ❑ Individual ❑ Partnership Corporation Incorporated in WA5kf* A bw 5 C-1-2009 a Attention: If business is a CORPORATION, name of the corporation should be listed in full and both ilr 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. s If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. 1�r 6 C 1-2009 't �r .. CORD,. CERTIFICATE OF LIABILITY INSURANCE DAT6/23/2010 ' A PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND PARKER,SMITH&FEEK, INC. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 2233 112th Avenue N.E. CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE rra Bellevue,Washington 98004 AFFORDED BY THE POLICIES BELOW. Phone: 425-709-3600 Fax:425-709-7460 INSURERS AFFORDING COVERAGE NAIC# W INSURED INSURER A: ZURICH AMERICAN INSURANCE COMPANY A XV LAKESIDE INDUSTRIES,INC. INSURER B PO Box 7016 Issaquah,WA 98042 INSURER C: n1r INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRAWL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD DATE MM/DD/YY DATE MM/DD/YY LIMITS m A X GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PR M GESO a TO $ 300,000 OCCUR MED EXP(Any one person) $ 10,000 +`r GLA399263006 06/01/2010 06/01/2011 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 JECT —POLICY X PRO- X LOC A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ IYrI SCHEDULED AUTOS (Per person) HIREDAUTOS GLA399263006 06/01/2010 06/01/2011 BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY—EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR [::] AGGREGATE $ DEDUCTIBLE RETENTION $ A WC STATU- OTH- EMPLOYERS'LIABILITY ITORYLIMITS1 X ER rll ANY PROPRIETOR/PARTNER/EXECUTIVE GLA399213006 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (WA STATE STOP 06/01/2010 06/01/2011 If yes,describe under GAP) E.L.DISEASE—EACH EMPLOYEE $ 1,000,000 SPECIAL PROVISIONS below E.L.DISEASE—POLICY LIMIT $ 1,000,000 OTHER EACH CLAIM W� TOTAL ALL CLAIMS $ DEDUCTIBLE $ DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton 2010 Street Patch&Overlay with Curb Ramps.City of Renton is included as an Additional Insured and coverage is primary and tlrr non-contributory per Endorsement U-GL-1175-B CW,Edition Date 03/07 attached.Per Project Aggregate provided per Endorsement CG2503, Edition Date 05/09 attached.Waiver of Subrogation applies per Endorsement U-GL-925-B CW,Edition Date 12/01 attached. General Liability Policy contains Cross Suites Exclusion. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. CERTIFICATE HOLDER CANCELLATION '10 days for non-payment of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE w EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45` CITY OF RENTON DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT Attn:Jason Grant FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON 1055 South Grady Way THE INSURER,ITS AGENTS OR REPRESENTATIVES. Renton,WA 98057 AUTHORIZED RE ESENTATIVE r ACORD 25(2001/08) A ORD CORPORATION 1988 LAKEINDWCERTI O(M01) CERT#607-Revised rr r. 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 lieu 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. irr wr +rr r� r a. +r �. Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Exp. Date of Pol. Eff. Date of End. Agency No. Addl. Prem. Return Prem. w. GLA399263006 6/01/2011 06/01/2010 lIncluded /A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Lakeside Industries,Inc. Address(including ZIP Code): P.O.Box 7016 Issaquah,WA 98027 r�r This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part irr A. Section 11—Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement. `r B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under SECTION I - Coverage A - Bodily Injury And Property Damage Liability and Section I- Coverage B -Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part,by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf,and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement;or b. "Your work" completed as included in the "products-completed operations hazard", performed for the ad- ditional insured,which is the subject of the written contract or written agreement. "A C. However,regardless of the provisions of paragraphs A. and B.above: 1. We will not extend any insurance coverage to any additional insured person or organization: w. a. That is not provided to you in this policy;or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the written contract or written agreement;and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of. .r. a. The Limits of Insurance provided to you in this policy;or b. The Limits of Insurance you are required to provide in the written contract or written agreement. .r Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U-GL-1175-13CW(3/2007) Page I of 2 err i D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural,engineering or surveying services including: 1. The preparing,approving or failing to prepare or approve maps,shop drawings,opinions,reports,surveys,field orders,change orders or drawings and specifications;and 2. Supervisory, inspection,architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Com- mercial General Liability Conditions: This insurance is excess over: Any of the other insurance,whether primary,excess,contingent or on any other basis,available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same'occurrence",claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U-GL-1175 B CW(3/2007) Page 2 of 2 POLICY NUMBER: GLA399263006 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: we COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A general aggregate limit applies to each construction project where the named insured is performing operations; however, a general aggregate limit does not apply to any construction project where the named insured is performing operations that are insured under a wrap-up or any other consol- idated or similar insurance program. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I —Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- , „ cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of. a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing"suits". rr CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 Wolters Kluwer Financial Services I Uniform FormsTM 77-1 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be attri- the "products-completed operations hazard" will buted only to ongoing operations at a single des- reduce the Products-completed Operations Ag- ignated construction project shown in the Sche- gregate Limit, and not reduce the General Ag- dule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction '4 nated Construction Project General Aggre- project. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. bill i s. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of P.I. FEE Date of End. Producer Add'l.Prem Return Prem. LA399263006 06/01/2010 6/01/2011 6/01/2010 $Included $N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: ir. Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: is If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. sir ft ft M rr rr U-GL-925-B CW(12/01) Page i of 1 V.Contract Specifications City of Rem. Y CONTRACT SPECIFICATIONS 2010 Street Patch and Overlay with Curb Ramps L L E L L L L SPECIAL PROVISIONS L L L L L L L L L L L 1 SPECIAL PROVISIONS 2 4 1-01 DEFINITIONS AND TERMS 5 6 1-011 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 Cittyy 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 intensfor 20 the specific locality of the work, which might reasonably have been anticipated' om 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 25construction 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 otherwisedesignated, day(s) as used in the Contract Documents, shall be 33 understood to mean working days. 34 35 Engineer 36 The City Enggineer or duiy authorized representative who is a currently licensed' registered 37 engineer in the e y g Stat of Washington, or an authorized member of a licensed consultmg;firm 38 retained by Owner for the construction engineering of a speck 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 I 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 authorizedrepresentatives 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 46 1-02 BID PROCEDURES AND CONDITIONS 47 48 1-02.6 Preparation of Proposal 49 50 51 52 53 54 55 56 1-02.6(4) is a new section. 57 RENTON GSPS 2 1 11-02.6(11) Proprietary Information 2 Vendors should, in the bid proposal, identify, cle any rnaterial(s� which co 3 "(valuable) formula, designs drawings, and resear data" so as to be examp ern 4 public disclosure, RCW 42.17.310, or any materials o#ferwase claimed to be e 5 along with a Statement of the basis for such claim of exemption. The Departmet 6 State) will give notice to the vendor of any r nest for disclosure of such informatio6 7 received within 5 (five) years from the date submission. Failure to so label such 8 materials or failure to time respond after notice of request for public disclosure has 9 been given shah be deemed a waiver by the submitting vendor of any claim that such 10 materials are, in fact, so exempt., 12 1-02.12 Public-0_ pening 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 baby addenda. 18 1-03 AWARD AND EXECUTION OF CONTRACT 1g 20 1-03.1 Consideration of bids 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 acc ►ted 24 unless so stated in the call forbids or special provisions. The City reserves the right hc=" er 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: 30 The contract, bond form, and all other forms requiring execution, together with a list all 31 other forms or documents required to be submitted by the successful bidder, wi :be 32 forwarded to the successful bidder within 10 days ofthe award. The number of copies 6 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 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 Agicy- 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 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. 7 1-04 SCOPE OF WORK 8 Section 1-04 is supplemented by adding the following: 9 (******) 10 The intent of the contact covered by these speccations is to aroyfde a minimum of 11 2 inches compacted dean of HMA Class !"PG 64-22 asphalt concrete 0811tement at 12 various locations which are shown on the attached drawlnas. Chan0e1.4 tion shall 13 be Installed on some of these s&eets pjr olans. There several streets that have 14 areas marked in white that require patghina Utility castings shall be adlusted to the 15 new ovedav All work reauired to complete the protect specified herein, but not 16 specifrcai/v mentioned on the plans and specifications shall b,a.p2&ed by the 17 contractor and shall be considered as incidental to the construction, and all costs 18 therefore shall be included in the unit contract price Rue to restrictions some 19 portions of this contract maybe deleted or added. 20 21 There must: at all times be materials en the lob site to handle any and all hazardous 22 material §&11s 'caused by the contre r, such as tack, oils, diesel, etc.. Materials 23 would include but not be invited to oil f absorbent pads and "kitty !titer". The 24 Contractor must supply said materials at his expense and, in the event of a spill, be 25 responsible for proper cleanup and Lepel disposal of contaminated or hazy ous 26 materials. 27 28 The Contractor must contact fhe City's inspector by 7.00 a m, each momina to inform 29 him when and where the contractor's crew will be working that day. 30 31 32 1-04.2 Coordination of Contract Documents, Plans, Special Provisions 33 Specifications, and Addenda 34 Revise the second paragraph to read: 35 (******) 36 Any inconsistency in the parts of the contract shall be resolved by following this order of 37 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 38 1. Addenda, 39 2. Proposal Form, 40 3. Special Provisions, 41 4. Contract Plans, 42 5. Amendments to the Standard Specifications, 43 44 6: WSDOT/APWA Standard Specifications for Road, Bridge and Municipal 45 Construction 46 7. Contracting Agency's Standard Plans(if any) 47 8. WSDOT Standard Plans for Road, Bridge and Municipal Construction 48 49 Section 1-04.3 is a new section: 50 51 �Z.i Contractor-Discovered Discrepancies 52 Upon receipt of award of contract, Contractor shall carefully study and compare all the 53 components of the Contract Documents and other instructions, and check and verify all field 54 measurements. Contractor shall, prior to ordering material or performing work, report .in 55 writing to Engineer any error, inconsistency, or omission in respect to design or mode of 56 construction, which is discovered. If Contractor, in the course of this study or In the RENTON GSPS 1 accomplishment of the work, finds any discrepancy between the Plans and thecal 2 condition of the locality as represented in the Plans,;or, any.such errors or omiss' in 3 respect to design or mode of construction in the flans or In the layout as given by point 4 instructions, it shall Contractor's duty to inform Engineer immediately in writing; 5 Engineer will promptly check the same. Any work done alter such discovery, until coniart 6 wi Plans or authorization of extra work is given, if Engineer finds that extra work is involved, 7 will be done'at Contractor`s risk. If extra work is involved, the procedure shall be as provided 8 in Section 1-04.4 of the Standard Specifications. 9 10 1-044 Changes E 11 The last two paragraphs are replaced with the following: 12 (******) 13 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will R 14 evaluate such proposals by the Contractor on a case-by-case basis. 15 16 1-04.8 P ress Estimates and Payments 17 Section 1- is supplemented as follows: 18 19 �he*Contractor is encouraged to provide to the Engineer prior to<progress payment an 20 estimate of lump sum work accomplished to date. The Engineer's calculations and de ' ns 21 shall be final in regard to the actual percentage of any lump sum pay item accomplish:rand 22 eligible for payment unless another specific method of calculating lump sum paymerfs is 23 provided elsewhere in the specifications. 24 25 1-04.11 Final Cleanup 26 Section 1-04.11 is supplemented as follows: 27 28 All salvage material as noted on the plans and taken-from any of the discarded fa 'es 29 shall, at the engineer's discretion, be carefully salvaged and delivered to the City 30 Any cost incurred in salvaging and delivering such items shall be considered incidental to the 31 project and no compensation will be made. 32 33 The contract price for "Finish and Cleanup, lump sum," shall be full compensation # ' alt 34 work, equipment and materials required to perform'finalcleanup. If this pay item does not 35 appear in the contract documents then final clean up shall be considered incidental to the; 36 contract and to other pay item and no further compensation shall be made. 37 38 1-05 CONTROL OF WORK 39 40 1-054 Confonnity With and Deviation from Plans and Stakes 41 Section 1-05.4 is supplemented with the following: 42 (******) 43 If the project calls for Contractor supplied surveying, the Contractor shall provide all required 44 survey work, including such work as mentioned in Sections 1-05.4 and 1-11 and elsewhere 45 in these specifications as being provided by the Engineer. All costs for this survey work shall 46 be included in"Contractor Supplied Surveying,"per lump sum. 47 48 The Engineer or Contractor supplied surveyor will provide construction stakes and marks 49 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform.such 50 work per Section 1-11. The Contractor shall assume full responsibility for detailed 51 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor 52 supplied surveyor furnished stakes and marks. 53 54 The Contractor shall iprovide a work site which has been preparedto permit construction 55 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or 56 Contractor supplied surveyor informed of staking requirements and provide'at least 48 hours 57 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting 58 stakes. 59 RENTON GSPS 6 1 The Contractor shall carefully preserve stakes,marks, and other reference points, including i 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: 39 (******) 40 1-05.4(?) Contractor Supplied Surveying 41 When the contract provides for Contractor Supplied Surveying, the Contractor shall 42 supply the surrey 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/d( 3 plans and specifications, accurate As-Built records and other work the Engineer 4 necessary, the Engineer may elect to provide at Contractor expense, asurvey-or to 5 provide all As-Built records and other work as directed b the Engineer. The Engineer 6 shall deduct expenses incurred by the Engineer-supplied by 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 to 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(2) Contractor Provided As-Built Information 16 it shall be the contractor's responsibility to record the location prior to the backfiffir of 17 the trenches, by centerline station, offset, and depth below pavement, of all exiting 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 pei'the 22 survey standard of Section 1-11. Major items of work shall include but not be limite4 to: 23 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Jur tim. 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 andf`- jne 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 drayovs 31 upon which he has plotted the as-built location of the new work as he recorded i the 32 field book(s). This drawing shall bear the surveyors seal and signature certifying its 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 MY* 39 Section 1-05.7 is supplemented as follows: 40 (******) 41 Contractor shall promt tly replace and re-execute work by Contractor forces, in accordance 42 with the intent of the ontract 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 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 correckthe 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 casts 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 1-05.1 f(3) is supplemented as follows: 3 (******) 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 1-05.15 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 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' provide s 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; thq 21 documentation of any potential claims or disputes that might arise durinB,,�that 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 5 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 rightsof 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 securedand pard 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: 37 (******) 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 1-0'7.11(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 Specificabons 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. 5$ 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 1 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause sIrbe 2 included in each subcontract requiring the subcontractors to insert the FHWA 127 rand og 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 PROVIS101 $, 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 7 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this 8 Special Provision. 9 10 1-07.13(f) General x 11 Section 1-07.13(1) is supplemented as follows; 12 g--!**) 13 unng 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. a 19 20 1-07.16(f) Priva#efPablk Property 21 Section 1-07.16(1) is supplemented by adding the following: 22 (******) 23 The Contracting Agency will obtain all easements and franchises required for the prgJect. 24 The contractor shall limit his 'operation to the areas obtained and shall not trespass on 25 private property. 26 27 The Contracting Agency may provide certain lands, as Indicated in connection with the Wolk IV 28 under the contract together with the right of access to such lands. The contractor shaft not 29 unreasonably encumber the premises with his equipment or materials. 30 31 The contractor shall provide, with no liability to the Contracting Agency, any additionaland 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 asrequired by his operations. The contractor shall confine his equiptttent, 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 ureas, 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. 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 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. FF RENTON GSPS 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 pproperty 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 I Call Before Yciu Dig 2 The 48 Hour Locators 3 1-840-424-5555 4 5 At least 2 and not more than 10 working days prior to commencing any excavations for imilty 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 perforrned 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 pa rmanent, 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 utile ' .in, 30 advance of the Contractor's operations. The Contractor shall submit all potholing raga to 31 the Engineer for approval, at least 2 working days before potholing is schedli' d. 32 Additionally, the Can#ractor shall provide potholing at Engineer's request. 33 34 In no way shall the work described under Utility Potholing relieve Contractor of any of3he 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($) in 40 accordance with Section 1-09..6 of the Standard Specifications and these Special Provisions: 41 "Utility Pothoiing,8 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 {* **ter) 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 arrangedby 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 GSP3 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 companyy(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 ismired 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 ency. 29 1-07.18(2 overages 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 X11 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 I be 2 written on an occurrence basis and include., 3 + Prerg_ises and Operations (including CG2503, General Aggregate to 4 per project, if applicable). 5 • Explosion, Collapse and Underground Hazards 6 . Products/Completed Operations . 7 • Contractual Liability (including Amendatory Endorsement CG 0048 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 + O wried Vehicles 15 Non-Owned Vehicles 16 H fired Veil ivies 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 aspn mary. 23 E. Professional Liability - (whenever the work under this Contract inc des 24 Professionai Liability, (i.e. architectural, engineering, advertising, or cornu-ter 25 programming)the CONTRACTOR shall maintain professional liability covOnng, 26 wron9fui acts, errors and/or omissions of the CONTRACTOR for dahliiag#' 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, 329 0 liablif ages }..as may be appropriate based on work performed(i.e. po n ty) . 31 The Contracting Agency requires the CONTRACTOR to supply Polfiiion 32 Liability Coverage Insurance in the amount$1,000,000. 33 34 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, ts, 35 employees and volunteers as Additional Insured (ISO Form CG 2010 or equiv t).' 36 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to 37 commencement of work. The City reserves the right to request copies of insurance 38 policies, if at"'their sole discretion it is deemed appropriate. Further, all policlea of 39 insurance'described above shall: 40 A. Be on a primary basis not contributory with any other insurance coverage 41 and/or self-insurance carried by CITY O RENTON. 42 B. Include a Waiver of Subrogation Clause. 43 C. Severability of Interest Clause(Cross Liability) 44 D. Policy may not be non-renewed, canceled or materially changed or altered 45 unless forty-five (45) days prior written notice is provided to CITY OF 46 RENTON. Notification shall be provided to CITY OF RENTON by cerdfied 47 mail. 48 1-07.18(3) mitts 49 LIMITS REQUIRED 50 Providing coverage :in these stated amounts shall not be construed to relievei the' 51 contractor from liability in excess of such limits. The CONTRACTOR shall carry;the 52 following limits of liability as required below: 53 Commercial Genoml Liabili General Ag grega * 12,000,000 Products/Completed ` $2,000,000** Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertisin Injury $1,000,000 Fire Damage (Any One Fire) $50,000 RENTON GSPS 15 Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) "Amount may vary based on project risk Automobile Liabili Bodily Injury/Property $1,000,000 Damage (Each Accident) Workers! COM enation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries Number) Umbrella Liability Each OccurrenceLimit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed $1;000,000 Operations Aggregate Professional Liability (If re wired 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 6ggeneral aggreeggate or other aggregate limits are reduced. At their own expense, the 7 CONTRAC OR 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 liabilityof 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 oftxplosives 34 Section 1-07.22 is supplemented by the following: 35 ( ►*) RENTON GSPs 16 I Explosives shall not be used without speck authority of the Engineer, and then onlyr 2 such restrictions as may be required by the proper authorities. xplosives shall be 3 and used in strict compliance with WAC 296-52 and such Iopal laws, rules and regul s 4 that may apply. The individual in charge of the blasting shall have a current Was 5 State Blaster Users License. 6 7 The Contractor shall obtain, comply with, and pay for such permits and costs a$ are 8 necessary in conjunction with blasting operations: 9 10 4-47.23(f) C©nstretc#ion Under Trac 11 Section 1-07.23(1)Is supplemented by adding the following: 12 *** * 13 he contractor shall be responsible for controlling dust and mud within the project limits and 14 on any street which. Is utilized by his equipment for the duration of the project. The 15 contractor shall be prepared to use watering trucks, power sweepers, and other pieces of 16 equipment as deemed necessary by the engineer,to avoid creating a nuisance. 17 18 Dust and mud control shalt be considered as incidental to the project, and no compensation 19. will be made for this section. 20 21 Complaints of dust,�mud`.or unsafe practices and/or property damage to private''Ownership { 22 will be transmitted to the contractor and prompt action In correcting them will be required by 23 the contractor. 24 25 Complaints of dust, mud, or unsafe practices and/or property damage to private Owmer'ship 26 will be transmitted to the Contractor and prompt action in correcting them will be required by 27 the Contractor. 28 29 Contractor shall maintain the roads during construction in a suitable condition to minittibm, 30 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borr !i by 31 Contractor. 32 33 At least one-way traffic shall be maintained on all cross-streets within the project limits drx 34 working hours. One lane shall be provided in each direction for all streets during ion 35 working hours. 36 37 Contractor shall provide one driveable roadway lane and maintain convenient access-€or, 38 local and commuter traffic to driveways, businesses, and buildings along the line of Vrlc: 39 throughout the course of the project. Such access shall be maintained as near as le 40 to that which existed prior to the commencement of construction. This restriction shalt not 41 apply to the paving portion of the construction process. 42 43 Contractor shall notify and coordinate with all property Owners and tenants of street closures, 44 or other restrictions which may interfere with their access—at least 24 hours in advance for` 45 single-family residential property, and at least 48<hours in advance for apartments, offices, 46 and commercial property. Contractor shall give a copy of all notices to Engineer. 47 48 When the abutting owners' access across the right-of-way line is to be eliminated And 49 replaced under the Contract by other access, the existing access shall not be closed untit the 50 replacement access facility is available. 51 52 All unattended excavations shall be properly barricaded and covered at all times. Contractor 53 shall not open any trenches that cannot be completed and refilled that same day. Trenches 54 shall be patched or covered by a temporary steel plate, at Contractor's expense, except in 55 areas where the roadway remains closed to public traffic. Steel plates must be anchored. 56 57 1-08 PROSECUTION AND PROGRESS 58 Section 1-08.0 is a new section with subsection: 59 * ►***� RENTON GSPS 17 1 1-08.0 Preliminary Matters 2 1-08.0(1) Preconstrucdon 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 gyalified 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 + 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 44Progress 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: 59 RENTON GSPS 18 1 Written requests for change in subcontractors shall be submitted by Contractor to E 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 ind 6 employed by the subcontractors, as well as for the acts and omissions of persons directl y. L y 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: 16 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 methodCPM ( ), 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: 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 ether 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 t***** ) 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, Martin Luther King Jr. 42 Holiday (the third Monday in January), Memorial Day; July 4, Labor Day, November 11, 43 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before 44 Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day 45 after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or 46 Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall 47 be observed as holidays. When Christmas day occurs on a Sunday, the two working days 48 following shall be observed as holidays. When holidays other than Christmas fall on a 49 Saturday, the preceding Friday will be counted as a non-working day and when they fall on a 50 Sunday the following Monday will be counted as a non-working day.The Contract Time has 51 been established to allow for periods of normal inclement weather which, from historical 52 records, is to be expected during the Contract Time, and during which periods, work is 53 anticipated to be performed. Each successive working day, beginning with the Notice to 54 Proceed Date and ending with the Physical Completion Date, shall be charged to the 55 Contract Time as it occurs except a day or part of a day which is designated a nonworking 56 day or an Engineer determined unworkable day. 57 58 The Co tractor shall n work on,all of the fWllowlina days: Jul 5 201 Se ber6. 59 November 11 20 ovem er 25 010 nd Novem 0. RENTON GSPS 20 1 2 The Engineer will furnish the Contractor a weekly report showing (1) the number ofs, 'ng 3' days charged against the Contract Time for the preceding week; (2) the Contract in 4 working days; (3) the number of working days remaining in the Contract Time; (4)" the 5 number of nonworking days; and (5) any partial or whole days the Engineer deb 6 unworkable the previous week. This weekly report will be correlated with the Contractor'e 7, current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 8 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked 9 would ordinarily be changed as a working day then the fifth day of that week will be charged 10 as a working day whether or not the Contractor works on that day. 11 12 The Contractor will be allowed 10 calendar days from the date of each report in which to file 13 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the 14 report will be deemed to have been accepted by the Contractor as correct. 15 16 The requirements for scheduling the Final Inspection and establishing the Substantial 17 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 18 and 1-05.12. r 19 20 Section 1-08,5 is supplemented as follows: 21 (******) 22 Within 10 calendar days after execution of the Contract by the Contracting Agency, 23 Contractor shall provide the Contracting Agency with copies of purchase orders for all 24 equipment items deemed critical by the Contracting Agency, including but not limited to 25 signal controller materials, lighting standards, and signal standards required for the physical 26 completion of the contract. Such purchase orders shall disclose the estimated delivery dates 27 for the equipment: 28 29 All items of work which can be performed without delivery of the critical items shall start and 30 be completed as soon as possible. At that time, Engineer may suspend the work upon 31 request of Contractor until the critical items are delivered to Contractor, if the Contracting 32 Agency received a purchase order within 10 calendar days after execution of the Contact by 33 the Contracting Agency. 34 35 Contractor will be entitled to only one,such suspension Of time during the performance of the 36 work and during such suspension shall not perform any additional work on the project. Upon 37 delivery of the critical items, contract time will resume and continue to be charged in 38 accordance with Section 1-08. 39 40 1-08.6 Suspension of Work 41 Section 1-08.6 is supplemented as follows: 42 (******) 43 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor 44 in writing. The work shall be resumed by Contractor within 14 calendar days after the date 45 fixed in the written notice from Owner to Contractor to do so. 46 47 Contractor shall not suspend work under the Contract without the written order of Owner; 48 49 If it has been determined that Contractor is entitled town extension of time, the amount of 50 such extension shall be only to compensate for direct delays and shall be based upon 51 Contractor's diligently pursuing the work at a rate not less than that which would have been 52 necessary to complete the original Contract Work on time. 53 54 1-08,9 Liquidated;Damages 55 Section 1-08.9 is supplemented as follows: 56 57 In addition, Contractor shall compensate Owner for actual engineering inspection and 58 supervision costs and any other expenses and legal fees incurred by Owner as a result of 59 such delay. Such labor costs will be billed to Contractor at actual costs, including 60 administrative overhead costs. RENTON GSPS 21 1 t 2 In the event that Owner is required to commence any lawsuit in order to enforce any 3 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled 4 to recover its costs, including reasonable attorneys fees,from Contractor. 5 6 1-08.11 Contractor's Plant and Equipment 7 The contractor alone shall at all times be responsible for the adequacy, efficiency, and 8 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the 9 right to make use of the contractor's plant and equipment in the performance of any work on 10 the site of the work. 11 12 The use by the Owner of such plant and equipment shall be considered as extra work and 13 paid for accordingly. 14 15 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security 16 of the site from the time contractor's operations have commenced until final acceptance of 17 the work by the engineer and the Owner. The contractor shall employ such measures as 18 additional fencing, barricades, and watchmen service, as he deems necessary for the public 19 safety and for the protection of the site and his plant and equipment. The Owner will be 20 provided keys for all fenced, secured areas. 21 22 Section 1-08.12 is a new section: 24 *.*** �-08.12 Attention to Work 25 The contractor shall give his personal attention to and shall supervise the work to the end 26 that it shall be prosecuted faithfully, and when he is not personally present on the work site, 27 he shall at all times be represented by a competent superintendent who shall have full 28 authority to execute the same, and to supply materials, tools, and labor without delay,,and 29 who shall be the legal representative of the contractor. The contractor shall be Gable for the 30 faithful observance of any instructions delivered to him or to his authorized representative. 31 32 1-09 MEASUREMENT AND PAYMENT 33 34 1-09.1 Measurement of Quantities 35 Section 1-09.1 is supplemented by adding the following: 36 (******) 37 , Lump Sum. The percentage of lump sum work completed, and payment will be based on 38 the cost percentage breakdown of the lump sum bid price(s) submitted at the 39 preconstruction conference. 40 41 The Contractor shall submit a breakdown of costs for each lump sum bid item. The 42 breakdown shall list the items included in the lump sum together with a unit price of labor, 43 materials, and equipment for each item. The summation of the detailed unit prices for each 44 item shall add up to the lump sum bid. The unit price values may be used as a guideline for 45 determining progress payments or deductions or additions in payment for ordered work 46 changes. 47 48 Cubic Yard Quantfi`fes. Contractor shall provide truck trip tickets for progress payments 49 only in thefollowingmanner. Where items are specified to be paid by the cubic yard, the 50 following tally system shall be used. 51 52 All trucks to be employed on this work will be measured to determine the volume of each 53 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall 54 be no duplication of numbers. 55 56 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered 57 on the project. All tickets received that do not contain the following information will not be 58 processed for payment: 59 1 Truck number RENTON GSPS 22 1 2 Quantity and type of material delivered in cubic yards 2 3 Drivers name, date and time of delivery Ilk 3 4 Location of delivery, by street and stationing on each street 4 5 Place for Engineer to acknowledge receipt 5 6 Pay item number 6 7 Contract number and/or name 7 8 It will be Contractors responsibility to see that a ticket is given to Engineer on the project for 9 each truckload of material delivered. Pay quantities will be prepared on the basis of said 10 tally tickets. i 11 12 Loads will be checked by Engineer to verify quantity shown on ticket. 13 L14 Quantities b Ton. It will be Contractor's responsibility to see that a certified weight ticket is 15 given to the Inspector on the project at the time of delivery of materials for each truckload 16 delivered. Pay quantities will be prepared on the basis of said tally tickets, 'delivered to L 17 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be 18 honored for payment. 19 20 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no 21 duplication of numbers. 22 23 Duplicate tickets shall bere ared to accompany,each truckload of material delivered to the 24 project. All tickets received that do not onain the following information will not be L 25 processed for payment: 26 1. Truck number 27 2. Truck tare weight(stamped at source) 28 3. Gross truck load weight in tons (stamped at source) 29 4. Net load weight(stamped at source) 30 5. Driver's name, date, and time of delivery 31 6. Location for delivery by street and stationing on each street 32 7. Place for Engineer to acknowledge receipt 33 8. Pay item number 34 9. Contract number and/or name 35 36 1-09.3 Scope of Payment 37 Section 1-09.3 is supplemented by adding the following. 38 (******) 39 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in 40 the "Payment" clause of each Section of the Standard Specifications, will be the only items 41 for which compensation will be made for the Work described in or specified in that particular 42 Section when the Contractor performs the specified Work. Should-a Bid Item be listed in a 43 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the 44 Contractor and the work is not stated as included in or incidental to a pay item in the contract 45 and is not work that would be required to complete the intent of the Contract per Section I- 46 04.1, then payment for that.Work,will be made as for Extra Worts pursuant to a Change 47 Order. 48 49 The words"Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the 50 Contract Documents are synonymous. 51 52 If the "payment" clause in the Specifications relating to any unit Bid Item price in i the 53 Proposal Form requires that said unit Bid Item price cover and be considered compensation 54 for certain work or material essential to the item, then the work or material will not be 55 measured or paid for under any other Unit Bid Item which may appear elsewhere in the 56 Proposal Form or Specifications. 57 58 Pluralized unit Bid Items appearing in these Specifications are changed to singular form.` L 59 RENTON GBPS 23 1 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section 2 of the Specifications shall be considered as including all of the Work required, specified, or 3 described in that particular Section. Payment items will generally be listed generically in the 4 Specifications, and specifically in the bid form. When items are to be "furnished" under one 5 ppaayment item and "installed" under another payment item, such items shall be furnished 6 FOB project site, or, if specified in the Special Provisions, delivered to a designated site. 7 Materials to be "furnished," or"furnished and installed" under these conditions, shall be the 8 responsibility of the Contractor with regard to storage until such items are incorporated into 9 the Work or, if such items are not to be incorporated into the work, delivered to the 10 applicable Contracting Agency storage site when provided for in thet�ecifications. Payment 11 for material "furnished," but not yet incorporated into the•Work, may be made on monthly 12 estimates to the extent allowed. 13 15 1-09.6 Force Account 16 Section 1-09.6 is supplemented as follows: 17 (******) 18 To provide a common basis for all bidders, Owner has estimated and included in the 19 Proposal, dollar amounts for all items to be paid perforce account. All such dollar amounts 20 are to become a part of Contractor's total bid. However, Owner does not warrant expressly 21 or by implication, that the actual amount of work will correspond with those estimates. 22 Payment will be made on the basis of the amount of work actually authorized in writing by 23 Engineer. 24 25 1-09.7 Mobilization 26 Section 1-09.7 is supplemented as follows: 27 28 Sanitation 29 30 Portable toilet facilities 31 32 33 The Contractor shall furnish portable toilet facilities, at his expense 34 35' The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any 36 accommodations for the Contractor and Owner employees that are necessary to comply,with 37 the requirements and regulations of the 'State of Washington Department of Social and 38 Health Services and other agencies. The Contractor shall commit no public nuisance, keep 39 all sites clean, dispose of all refuse in a proper manner and leave the Project Site in a neat 40 and sanitary condition. 41 42 43 Mobilization shall also include, but not be limited to, the following items: the movement-of 44 Contractor's personnel, equipment, supplies, and incidentals to the project site; the 45 establishment of an office, buildings, and other facilities necessary for work on the project; 46 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses 47 required to complete the project not furnished by Owner. 48 49 This item shall also include providing Engineer and Inspectors with access to telephone, 50 facsimile machine, and copy machine during all hours Contractor is working on the jobsite; 51 and a table and chair for their use when needed. 52 53 54 Payment will be made for the following bid item(s): 55 "Mobilization," Lump Sum. 56 57 1-09.9 Pa r ients 58 Section 1-09.9 is supplemented as follows: 59 RENTON GSPS 24 1 2 Furnishing portable toilets shall be considered incidental to the project and no ad 3 compensation shall be made. 4 5 ti 7 $ ( � 9 Applications for payment shall be itemized and supported to the extentrequired by Engineer 10 by receipts` or other vouchers showing payment for materials and labor, payments to L 11 subcontractors, and other such evidence of Contractor's right to payment as Engineer may 12 direct. 13 14 Contractor shall submits progress report with each monthly request for a progress payment.` 15 The progress report shall indicate the estimated`percent.complete for each activity listed on 16 the progress schedule(see Section 1-08.3). 17 18 1-09.9(1) Retainage 19 Section 1-09.9(l) is supplemented as follows: 20 (******) 21 The retained amount shall be released as stated in the Standard Specifications if no claims 22 have been filed against such funds as provided by law and if Owner has no unsatisfied' 23 claims against Contractor. In the event claims are filed, Owner shall withhold, until such 24 claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees.; In 25 addition, Owner shall withhold such amount as is required to satisfy any claims by Owner 26 against Contractor, until such claims have been finally settled. 27 28 Neither the final payment nor any part of the retained;percentage shall become due°:until• 29 Contractor, if requested, delivers to Owner a complete release of all liens arising out this 30 Contract, or receipts.rn full in lieu thereof, and, if required in either case, an affidavit the so. 31 far as Contractor has knowledge or information, the release and receipts include all"mor 32 and materials for whick a lien could be filed: but Contractor may, if any subcontractor s 33 to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to index ify 34 Owner against the lien. If any lien remains unsatisfied after all payments are mar*le, 35 Contractor shall reimburse to Owner all monies that the latter may be compelled to p* in 36 discharging such lien, including all costs and reasonable engineer's and attorney`s fees. 37 38 1.09.11(2) Claims 39 Paragraph 5 is revised as follows: 40 (******) 16 41 Failure to submit with the Final Application for Payment such information and details as 42 described in this section for any claim shall operate as a waiver of the claims by'the' 43 Contractor as provided in Section 1-09.9. 44 45 1-09.13(3)B Praoofures to Pursue Arbitration 46 Section 1-09.13(3)B is supplemented by adding:47 { 48 The findings and decision of the board of arbitrators shall be final and binding on the p � . , 49 unless the aggrieved party, within 10 days, challenges the findings and decision by seting 50 and filinq a-petition for review by the superior court of King County, Washington. 51 grounds for the petition for review are limited to showing that the findings and decision: 52 1. Are not responsive to the questions submitted 53 2. Is contrary to the terms of the contract or any component thereof; 54 3. Is arbitrary and/or is not based upon the applicable facts and the law 55 controlling the issues submitted to arbitration. The board of arbitrators shall support its 56 decision by setting forth in writing their findings and conclusions based on the evidence 57 adduced at any such hearing. 58 59 The arbitration shall be conducted in accordance with the statutes of the State of Washington 60 and court decisions governing such procedure. RENTON GSPS 25 1 2 The costs of such arbitration shall be borne equally by the City and the contractor unless it is 3 the board's majority opinion that the contractor's filing of the protest or action is capricious or 4 without reasonable foundation. in the latter case, all costs shall be borne by the contractor. 6 1-10 TEMPORARY TRAFFIC CONTROL 7 Section 1-10 is supplemented by adding the following: 8 (******) 9 Notificabons 10 11 The Contractor shall be responsible for delivering notiticaQn twice to all properties 12 that( front on or access from. any street on which the'asphalt ooncrete is to be 13 allied The first notification shalt be made gggroxiMateI one week prior to the da,i 14 the work is'scheduled to beg!„_n on the stet and the second shall be mask twenty: 15 four hours(24 hours)prior to the beainmina of work. 16 17 The M shall supply the octo with syfficient auanoM o scan nodtic do 18 fonns that the Contractor shall fill out with the specific location and times for each 19 location prior to issulnn the notices to frontinalaccessina oropentles. 20 21 All work and materials associated with fie notification procedures shat/be fncldental 22 to the contract lump sum price for"Pmiect Temporary traffic Control." 23 24 On streets to be overlaid the Contractor shall post "No Parking"signs a minimum of 25 72 hours in advance of the wank takigplaaThe suns shall'specft the date and 26 hours that the parking restrictions will be in effect Tht Contractor shall assurq that 27 grlor approval for the varkina restrictions has been obtained from the City of Renton 28 Department of Public Works Transportation Systems Division. 29 30 The Contractor shah be responsibte fl2r coordlnatin "with e ! sins or and/or 31 Police Department if the need arc gs to tow any vehkiels)v�0ng a costed "No 32 Parklna" sign However, the Conractor shall first make an effort to contact the 33 vehicle owner Nit is likely-the owner lives in the area. 34 35 Detailed Traffic control plans shall be required by the Contractor for some streets 36 prior to paying. 37 38 The Contractor,shall provide and use sufficient traffic coaMLI qg&_n1ent and trained 39 jersonnel at all times, The F era! UW—hway Aft1g&Lrqftfi!_sgLqL1 On Uaffi—onn 40 Traffic Contra!Devices for Mets and hlahways , 2003 Edition. shaft be the guldellne 41 used to determine adeaciate traffic control Proper 'fir,, coriffrol and safety 42 ;g„mcedure will be used during all phases of the work, to include utility adjustments. 43 44 All work on this contract shall be aerfor ed_between the off-peak traffic hours of 8;00 45 a.m. and 4:00 p,m.. unless otherwise anomyed by the engineer: 48 47 48 49 50 51 52 RENTON GSPS 26 2 4 5 1-10.1 General 6 Section 1-10.1 is supplemented by adding the following: 7 " * * 8 Whenthebid proposal includes an item for "Project Temporary Traffic Control," the work 9 required for this item shall be all items described in Section 1-10, including, but not limited to: 10 1. Furnishing apd maintaining barricades, flashers, construction signing and other 11 channelization devices, unless a pay item is in the bid proposal for any specific 12 device and the Special Provisions specify fumishing, maintaining, and payment in a 13 different manner for that device; 14 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic 15 control labor; 16 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction 17 signs and other traffic control devices; 18 4. Furnishinco labor and vehicles for patrolling and maintaining in position all of the 19 construction:signs and the traffic control devices, unless a pay item is in the bid 20proposal to specifically pay for this work; and 21 5. Furnishing labor, material, and equipment necessary for cleaning up, removing,and 22 replacing`of the construction signs and the traffic control devices destroyed or 23 damaged during the life of the project. 24 6. Removing existing signs as specified or a directed by the engineer and delivering to 25 the,City Shops or storing and reinstalling as directed by the Engineer. 26 7. Prepann a traffic control plan for the ,project and designating the torr 27 responsi to for traffic control at the work site. The traffic control plan shall MOIW 28 descriptions of the traffic control methods and devices to be used by the 017161 29 contractor, and subcontractors, shall be submitted at or before the preconstrn' 30 conference, and shall be subject to review and approval of the Engineer. 31 8. Contacting ponce, fire, 911, and ambulance services to notify them in advanoi of 32 any work that Will affect and traveled portion of a.roadway. 33 9. Assuring that all traveled portions of roadways are open to traffic during peak 34 periods, 13:30 a.m. to`8:30 a.m., and 3:O0 p.m. to 6:00 p.m., or as specified .the' 35 special provisions, or as directed by the Engineer. 36 10. Promptly removing or covering all nonapplicable signs during periods when #hey 37 are not needed. 38 39 If no bid item "Project'Temporary Traffic Control" appears in the proposal then all work 40 required by these sections will be considered incidental and their cost shall be included in 41 the other items of work. 42 43 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of 44 equipment, or services which could not be usually anticipated by a prudent contractor for the 45 maintenance and protection of traffic, then a new item or items may be established to pa for 46 such items. Further limitations for consideration of payment for these items are that thee, 47 not covered by other pay items in the bid proposal, they are not specified iri theMft" l48 Provisions as incidental, and the accumulative cost for the use of. l 49 channelizing device, piece of equipment, or service must exceed $200 in total cost f6elhe 50 duration of their need. In the event of disputes, the Engineer will determine what is usiolly, 51 anticipated by a prudent contractor. The cost,for these;items will be by agreed price, Price, 52 established by the Engineer, or by force account. Additional items required as a result of the 53 contractor's modification. to the traffic control plan(s) appearing in the contract shall not be 54 covered by the provisions in this paragraph. 55 56 If the total cost of all the work under.the contract increases or decreases by more than 25 57 percent, an equitable adjustment will be considered for the Item"Project Temporary Traffic 58 Control"to address the L increase or decrease. 59 RENTON GSPS 27 1 Traffic control and maintenance for the safety of the traveling public on this project shall be 2 the sole responsibility of Contractor and all methods and equipment used will be subject to 3 the approval of Owner. 4 5 Traffic control devices and their use shall conform to City of Renton standards and the 6 Manual on Uniform Traffic Control Devices. 7 8; Contractor shall not proceed with any construction until proper traffic control has been 9 provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be 10 charged against Contractor's allowable contract time, and shall not be the cause for a claim 11 for extra days to complete the Work: 12 13 1-10.2(1)B Traffic Control Supervisor 14 Paragraphs 1 and 2 are revised as follows: 15 (******) 16 A TCS shall be on the project whenever traffic control labor is required or as authorized by 17 the Engineer. 1$ 19 The TCS shall assure that all the duties of the TCS are performed duringthe duration of the 20 contract. During nonwork periods, the TCS shall be able to be on the ob site within a 45- 21 minute time period after notification by the Engineer. 23 1-10.2(2) Traffic Control Plans 24 Section 1-10.2(2) is supplemented as follows: 25 ******) 26he Contractor shall be responsible for assuring that traffic control is installed and 27 maintained in conformance to established standards. The Contractor shall continuously 28 evaluate the operation of the traffic control plan and take prompt action to correct any 28 problems that become evident during operation. 30 31 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 32 Section 1-10.3 is supplemented as follows: 33 (******) 34 At the end of each working day, provisions shall be made for the safe passage of traffic and 35 pedestrians during non-working hours. 36 37 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M 38 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with 39 flashers. 40 41 1-10.3(3) ;Construction Signs 42 Section 1-10.3(3) paragraph 1 is revised as follows: 43 (******) 44 All signs required by the approved traffic control plan(s) as well as any other appropriate 45 signs prescribed by the Engineer, or required to conform with established standards, will be 46 furnished by the Contractor. 47 48 Section 1-10.3(3) paragraph 4 is revised as follows: 49 50 2 separate pay item will be provided in the bid proposal for Class A or Class B construction 51 signs. All costs for the work to provide Class A or Class B constriction signs shall be 52 includedin the unit contract price for the various other items of the work in the bid proposal. 53 54 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone 55 Section 1-10.3(6)is replaced with: 56 (******) 57 the construction sometimes requires that traffic be maintained on a portion of the roadway 58 during the progress of the work using one-way piloted traffic control. 1f this is the case, the 59 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the RENTON GSPS 28 1 other half. if, in the opinion of the Engineer, one-way piloted traffic control is nece , it 2 shall be provided for as follows: 3 Contractor-Fumished One-Way Piloted Traffic Cbntrol. The Contractor shall famish the7, ilot 4 car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be'fu 5 by the Contractor. 6 7 1-10.4 Measurement 8 Section 1-10.4 is supplemented with: 9 ******) 10 No specific unit of measurement will apply to the lump sum item of"Traffic Control". 16 11 12 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief 13 flaggers. 14 15 1-10.5 Payment 16 Section 1-10.5 is replaced with: 17 (******) 18 Payment for all labor, materials, and equipment described in Section 1-10 will be made in 19 accordance with Section 1-04.1, for the following bid items when included in the proposal: 20 21 "Project Temporary Traffic Control,"lump sum. 22 The lump sum contract price shall be full pay for all costs not covered by other speciifiic pay 23 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control 24 devices required by the contract and as directed by the Engineer in conformance. with 25 accepted standards and in such a manner as to maximize safety, and minimize disruption 26 and inconvenience to the public. 27 28 Progress payment for the lump sum item "Project Temporary Traffic Control"will be made as 29 follows: 30 1. When in initial warning signs for the beginning of the project and the end of 31 construction signs are installed and approved by the Engineer, 30 percent of the 32 amount bid for the item will be paid. 33 2. Payment for the,remaining 70 percent of the amount bid for the item will be pal e'on 34 - a prorated basis in accordance with the total job progress as determined by 35 progress payments. 36 37 The item "Project Temporary Traffic Control' will be considered for an equitable:adjustment 38 per Section 1-04.6 only when the total contract price increases or decreases by more than 39 25 percent. 40 41 The Lump Sum contract price shall be full pay for all costs involved in furnishing the ;pilot 42 car(s), pilot car driver(s),,and the appropriate pilot car sign(s) for any pilot car operation.Any 43 necessary flaggers will be paid under the item for traffic control. 44 45 The Lump Sum contract price shall be full pay for all costs for the labor provided for 46 performing those construction operations described in Section 1-10.3(1) and as authored 47 by the Engineer. 48 49 The Lump Sum contract price shall be full pay for all costs for performing the work described' 50 in Section 1-10.3(3. This payment will include all labor, equipment, and vehicles necessary 51 for the initial acquisition, the initial installation of Class A signs, and ultimate return Of a l L 52 Contracting Agency furnished signs 53 54 The Lump Sum contract price shall be full pay for all costs involved when a person performs 55 the duties described in Section 1-10.2(1)B including when performing traffic control labor 56 duties. 57 58 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle 59 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 60 it RENTON GSPS 29 2 1-11 RENTON SURVEYING STANDARDS 3 The following is a new section with new subsections: 4 :.. *) 5 1-11.1(1) Responsibility for surveys 6 All surveys and survey reports shall be prepared under the direct supervision of a 7 person registered to practice land surveying under the provisions of Chapter 18.43 8 RCW. 9 10 All surveys and survey reports shall be prepared in accordance with the requirements 11 established by the Board of Registration for Professional Engineers and Land Surveyors 12 under the provisions of Chapter 18.43 RCW. 13 14 1-11.1(2) Survey Datum and Precision 15 The horizontal component of all surveys shall have as its coordinate base: The North 16 American Datum of 1983/91. 17 18 All horizontal control for projects must be referenced to or in conjunction with a minimum 19 of two of the City of Renton's Survey Control Network monuments. The source of the 20 coordinate values used will be shown on the survey drawing per RCW 58.09.070. 21 22 The horizontal component of all surveys shall meet or exceed the closure requirements 23 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the 24 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail 25 Requirements for ALTA/ACSM Land Title Surveys jointly establishedand adopted by 26 ALTA and ACSM in 1992 or comparable classification in future editions of said 27 document. The angular and linear closure and precision ratio of traverses used for 28 survey control shall be revealed on the face of the survey drawing, as shall the method 29 of adjustment. 30 31 The horizontal component of the control system for surveys using global positioning 32 system methodology shall exhibit at least 1 part in 50,000 precision in dine length 33 dependent error analysis at a 95 percent confidence level and performed pursuant to 34 Federal Geodetic Control Subcommittee Standards for GPS control surveyys as defined 35 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative 36 Positioning Techniques dated August 1, 1989 or comparable classification in future 37 editions of said document. 38 39 The vertical component of all surveys shall be based on NAVD 1988, the North 40 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey 41 Control Network benchmarks. If there are two such benchmarks within 3000 feet of the 42 project site a tie to both shall be made. The benchmark(s)'used will be shown on the 43 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project,one 44 must be set on or near the project in a permanent manner that will remain intact 45 throughout the duration of the project. Source of elevations (benchmark)will be shown 46 on the drawing, as well as a description of any bench marks established. 47 48 1-11.1(3) Subdivision Infonnation 49 Those surveys dependent on section subdivision shall reveal the controlling monuments 50 used and the subdivision of the applicable quarter section. 51 52 Those surveys dependent on retracement of a plat or short plat shall reveal the 53 controlling monuments, measurements, and methodology used in that retracement. 5 1-11.1(4)Field Notes 56 Field notes shall be kept in conventional format in a standard bound field book with 57 waterproof pages. In cases where an electronic data collector is used field notes must 58 also be kept with a sketch and a record of control and base line traverses describing 59 station occupations and what measurements were made at each point. RENTON GSPS 30 1 2 Every point located or set shall be identified by a number and a description. mint 3 numbers shall be unique within. a complete lob. The preferred method of point 4 numbering is field notebook, page and point set on that page. Example: The first point 5 set or found on page 16 of field book 348 would be identified as Point No. 348.18:01, 6 the second point would be 348.16.02, etc. �r 7 8 Upon completion of a City of Renton project, either the field notebook(s) provided by the 9 City or the original field notebook(s) used by the surveyor will be given to the City. For 10 all other work, surveyors will provide a copy of the notes to the City upon request. In 11 those cases where an electronic data collector is used, a hard copy print out in ASCII 12 text format will accompany the field notes. 13 14 1-11.1(5) Comers and Monuments 15 Comer A point on a land boundary, at the juncture of two or more boundary lines. A 16 monument is usually set at such points to physically reference a comer's location on the 17 ground. 18 19 Monument Any physical object or structure of record which marks or accurately 20 references: 21 22 • A comer or other survey point established by or under the supervision of an 23 individual per section 1-11.1(1) and any corner or monument established by the 24 General Land Office and its successor the Bureau of Land Management including; 25 section subdivision corners down to and including one-sixteenth corners; and` 26 • Any permanently monumented boundary, right of way alignment, or horizontal 27 and vertical control points established by any governmental agency or private: 28 surveyor Including street intersections but excluding dependent interior lot' 29 corners. 30 31 1-11.1(6) Control or Base Line Survey 32 Control or Base Llne Surveys shall be established for all construction projects that will, 33 create permanent structures such as roads, sidewalks, bridges, utility lines or 34 appurtenances, signal or light poles, or any non-single family building. Control or asm 35 Line Surveys shall consist of such number of permanent monuments as are required 36 such that every structure may be observed for staking or "as-builting while occupying 37 one such monument and sighting another such monument. A minimum of two of these 38 permanent monuments shall be existing monuments, recognized and on record with the 39 City of Renton. The Control or Base Line Survey shall occupy each monument in tum, 40 and shall satisfy all applicable requirements of Section 1-11.1 herein. 41 42 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate 43 scale. North orientation should be clearly presentedand the scale shown graphically as 44 well as noted. The drawing must be of such quality that a reduction thereof to one-half 45 original scale remains legible. 46 47 if recording of the survey with the King County Recorder is required, it will be prepared 48 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. 49 A photographic Mylar of the drawing will be submitted to the City of Renton and, upon' 50 their review and acceptance per the specific requirements of the project, the original will 51 be recorded with the King County Recorder. r 52 53 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch 54 mylar, and the original or a photographic mylar thereof will be submitted to the City of 55 Renton. 56 57 The survey drawings shall meet or exceed the requirements of WAG 332-130-050 and 58 shall conform to the City of Renton's Drafting Standards. American Public Works 59 Association symbols shall be used whenever possible, and a legend shall identify all 60 symbols used if each point marked by a symbol is not described at each use. RENTON GSPS 31 1 2 An electronic listing of all principal points shown on the drawing shall be submitted with 3 each drawing. The listing should include the point number designation (corresponding 4 with that in the field notes), a brief description of the point, and northing, easting, and 5 elevation (if applicable)values,all in ASCII format, on IBM PC compatible media. 6 7 1-11.1(7) Precision Levels 8 Vertical Surveys for the establishment of bench marks shall satisfy` all applicable 9 requirements of section 1-05 and 1-11.1. 10 11 Vertical surveys for the establishment of bench marks shall meet or exceed the 12 standards, specifications and procedures of third order elevation accuracy established 13 by the Federal Geodetic Control Committee. 14 15 Bench marks must possess both permanence and vertical stability. Descriptions of 16 bench marks must be complete to insure both recoverablilty and positive identification 17 on recovery. 18 19 1-11.1(8) Radial and Station - QfiFset Topography 20 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. 21 22 All points occupied or back sighted in developing radial topography or establishing 23 baselines for station— offset topography shall meet the requirements of section 1-11.1 24 herein. 25 26 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall 27 be observed for all topographic surveys. 28 29 1-11.1(9) Radial Topography 30 Elevations for the points occupied or back sighted in a radial topographic survey shall 31 be determined either by 1);spirit leveling with misclosure not to exceed 0.1 feet or 32 Federal Geodetic Control Committee third order elevation accuracy specifications, OR 33 2) trigonometric leveling with elevation differences determined in at least two directions 34 for each point and with misclosure of the circuit not to exceed 0.1 feet. 35 36 1-11,1(10) Station--Offset Topography 37 Elevations of-the baseline and topographic points shall be determined by spirit leveling 38 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points 39 and shall not exceed 0.1 foot's error as to side shots. 40 41 1-11.1(11) As-Built Survey 42 All improvements required to Be "as-built" (post construction survey) per City of Renton 43 Codes, TiTLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be 44 located both horizontally and vertically by a Radial survey or by a Station offset survey. 45 The "as-built" survey must be based on the same base line or control survey used for 46 the construction staking survey for the improvements being "as-built". The "as-built 47 survey for all subsurface improvements should occur prior to backfilling. Close 48 cooperation between the installing contractor and the "as-builting" surveyor is therefore 49 required. 50 51 All "as-built"surveys shall satisfy the requirements of section 1=11.1(1) herein and shall 52 be based upon control or base line surveys made in conformance with these 53 Specifications. 54 55 The field notes for"as-built" shall meet the requirements of section 1-11.1(4) herein and 56 submitted with stamped and signed "as-built" drawings which includes a statement 57 certifying the accuracy of the"as built". 5$ 59 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall 60 be observed for all "as-built"surveys. RENTON GSPS 32 2 1-11.1(12)- ,Monument Setting and Referex cfP M', 3 All property o lo comers, as defined in 1-11.1(5), stablisFted or reestablished on? 4 or other recorded=ns shall be referenced by a permanent marker at the comer; 5 per 1-11.2(1). In where such markers are impractical or in danger of t 6 destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cesee, 7 this will be the extension of the lot line to a lac k in lead in the curb. The relationship 8 between the witness monuments and their respective corners h pec rs s all be shown or 9 described on the face of the plat or survey of record, e.g., 'Tacks in lead on the 10 extension of the lot side lines have been set in the curbs on the extensionof said line 11- with the curb.:" In all other cases the comer shall meet the requirements' of section I- 12 11.2(1) herein. 13 14 ` All non comer monuments, as defined in 1-11.1(5), shall meet the requiremer of 15 section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of.'dray 16 or other area, the monument shall be set below the ground surface and contained Within 17 a lidded case kept separate from the monument and flush with the pavement surface; IL 18 per section 1-11.2(3). 19 20 In the case of right of way centerline monuments all points of curvature (PC), points of 21 tangency (PT), strept'intersections, center points of cul desacs shall be set. 'If the point 22 of intersection, PI, for the tangents of a curve fall whin the paved portion of the right of 23 way, a monument can be set at the PI instead of the PC and PT of the curve. 24 25 For all non comer monuments set while under contract to the City of Renton or Las part 26 of a City of Renton approved subdivision of property, a City of Renton Monument Carel' 27 (furnished by the City) identifying the monument; point of intersection (PI), point of 28 tangency (P , point of curvature (PC), one-sixteenth corner, Plat monument, obvet 29 intersection, etc., complete with a description} of the monument, a minimum of two. 30 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled,out 31 and filed with the city. 32 33 1-11.2 Materials 34 35 1-11.2(l) PrppeittylLot Comers 36 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 cinch. 37 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc, and, 38 permanently marked or tagged with the surveyor's identification number. The spdcific 39 nature of the marker used can be determined by the surveyor at the time of installation. 40 L 41 1-11.2(2) Monuments 42 Monuments Per .1-11.1(5) shall meet the requirements as set forth in City;of Renton 43 Standard Plans'page H031 and permanently marked or tagged with the surveyor's 44 identification number. 45 46 1-11.2(3) Monument Case and Cover 47 Materials shall meet the requirements of section 9-22 and City of Renton Stard 48 Plans page H031. 49 50 ' 51 2-02 REMOVAL, OF STRUCTURE AND OBSTRUCTIONS 52 Section 2-02 is revised supplemented as follows: 53 (******) 54 General Reauirem n+�ts 55 56 The Contractor shall remove all plastic, traffic buttons and all thermoplastic markings 57 from the roadway surface and area must be swept clean prior to application of the tack 58 coat for overlay. RENTON GSPS 33 1 3 2-02.3(3) Removal of Pavements, Sidewalks, and Curbs 4 Section 2-02.3(3) is revised and supplemented as follows: 5 (* **) 6 Item "1."Is revised as follows: 7 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul 8 broken-up pieces to some off-project site. 9 10 The section is supplemented as follows: 11 When an area where pavement, sidewalk, or driveway has been removed is to be 12 opened to traffic before pavement patching has been completed, temporary mix asphalt 13 concrete patch shall be required. Temporary patching shall be placed to a minimum 14 depth of 2 inches immediately atter backfilling and compaction are complete, and before 15 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion 16 of the E=ngineer. 17 18 Section 2-02.4 replaces the existing vacant section: 19 ((******) 20 2-02.4 Measurement 21 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear 22 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for 23 separate payment, but shall be included in other items of Work. 24 25 2-02.5 Payment 26 Section 2-425 is supplemented by adding: 27 (******) 28 The removal and disposal of plastic traffic buttons and thermoplastic markings shall be 29 considered incidental to the project and no additional compensation shall be made. 30 31 32 "Saw Cutting", per Lineal Foot. 33 "Remove Sidewalk", per Square Yard. 34 "Remove Curb and Gutter", per Lineal Foot. 35 "Remove Asphalt Concrete Pavement," per square yard. 36 "Remove Cement Concrete pavement," per square yard. 37 "Remove existing ," per 38 39 All costs related to the removal and disposal of structures and obstructions including saw 40 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and 41 included in other items unless designated as specific bid items in the proposal. If pavements, 42 -sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay 43 items, their removal will be paid for as part of the quantity removed in excavation. If they are 44 mentioned as a separate item in the proposal, they will be measured and paid for as 45 provided under Section 2-02.5, and will not be included in the quantity calculated for 46 excavation. 47 48 5-04 HOT MIX ASPHALT 49 5-04.3(5) Conditioning of Existing Surface 50 51 Section 5-04.3(5) is supplemented by adding: 52 (******) 53 54 The Contractor shall maintain etinsr surface contour during overlay. unless 55 otherwise instructed by City engineer. 56 57 Some streets may reyuire some are-leveling,at the discretion of the City's insaector. RENTON GSPS 34 - 1 2 "Thickened edges"may be required on some streets 3 4 5-04.3(51APreparation of EAstinq Surfaces 5 Section 5-04 3(5)A is suaplemented by adding 6 �x*,► * } 7 8 The Contractor shall provide their own mechanlcal sweeuing egVjb_mnt, The 9 swesoer will be ran fe glpftt prior to the s#art of na,! to insure the sbwts,tfl be 10 Payeda c! th ack cot is M21_19,d. The gove er W-19 kkego the 11 clean a e d v! mach!ne an the-fikLg#behind the em trucks 12 have dun wed loaaks into the paving mA„ ftft The sweeper mast sw-w all 13 streets made di the Contractor's ggl&mft /f pa"In Is "w 14 from one site to another. the sweeper must sM e�, up behind the na yma megua L 15 Thewweever shall not leave the overlay site until given parmisslon by the 16 inspector. 17 18 All /!des`sha l Painted with a bi de ble "gW" to gLcMe # the tack and' C!�' 19 from stickin fi to bite liars Diesel shall not be use A r rho application 9f soap + Sic 20 basins must be covered to prevent tack and ACP from getting into catch basin. 21 22 Preparation ace shall be done as "polned in thi esti n and a 23 coat shah be Mggl�lbdgt ft rate of 0.02 to 0.08 ga&ns Der s carerd Pa f 24 r ration o e s rface and /►cation of #a oat sh be n 25 incidental to the JOB rvin4 and no separate payment shall be made 26 27 All overlay gn_&and edges shall be sealed within five days following the comet 28 of the ovedlav. f 29 30 The Co or s ll locate all Utilities for acgM 1MM2fflgel after OM/My#MdOM/ _ 31 the location ArMgML,of jWntlnq a circle aroun the/Qcation and scooping a p n 32of aspha/#4"-6"in d 33 location. meter and the depth of the overlay from the center of theme �r► 34 35 The Contractor aftft locate and completely expose eras and water valves for access 36 lmmedlateiy after final rolling. 37 38 The day followina the of agglicallon of AM -g-tility gdALafteou begin. The 39 Contractor hall have an adiustment crew adlustina utlllties evei_yworkabl, a wor roar 40 day until adiustmonts are complete. 41 42 During the ad"us .t of n utll xistin one t bricks n 43 has been broken or wracked shall be removed and realaced at the ontr ,. 44 expense. 45 46 (Nifty adiustMMU snail<be made per contract WA respect to materials and me ftds 47 except for rewsllns approved In the field by the City Inspector. 48 MlIty patches snail be sealed weekly. 49 50 Utllltya ftM „ must be comateted15 working days after overlay is complete. and 51 within the speclfled woirkiag days. 52 RENTON GSPS 35 1 Payment for utility adiustments Includes all labor materials, tools and equipment 2 necessary to complete the adiustments(includinv asphalt concrete pavement). 3 4 5 5-04.3(7)A Mix Design 6 Item 2 is deleted and replaced with: 7 (�) 8 9 1. Nonstatistical NMA Evaluation. The contractor shall submit a certification 10 that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 11 03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. 12 Verification of the mix design by,the Contracting Agency is not needed. The Project 13 Engineer will determine anti-strip requirements for the HMA. 14 15 The mix design will be the initial job mix formula (JMF) for the class of mix. 16 Any additional adjustments to the JMF will require the approval of the Project 17 Engineer and may be made per Section 9-03.8(7). 1$ 19 5-04.3(8)A Acceptance Sampling and Testing—WMA Mixture 20 Item 1 is deleted and replaced with: 21 (** *) 22 23 1. General. Acceptance of HMA shall be as provided under nonstatistical or 24 commercial evaluation. 25 26 Nonstatistical evaluation will be used for the acceptance of HMA 27 28 Commercial evaluation will be used for Commercial HMA and for other classes of 29 HMA in the following applications: sidewalks, road approaches, ditches, slopes, 30 paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications 31 as approved by the Project Engineer. Sampling and testing of HMA accepted by 32 commercial evaluation will be at the option of the Engineer. The proposal quantity of 33 HMA that is accepted by commercial evaluation will be excluded from the quantities 34 used in the determination of nonstatistical evaluation. 35 36 Item 7 is deleted 37 38 5-04.3(9) Spreading and finishing 39 Section 5-04.3(5)is supplemented by adding: 40 41 42 The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a + 2" 43 per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a 44 line as a guide. 45 46 During overlay procedure, driveways and connecting streets shall be tied to new mat by 47 means of adding additional material and "FEATHERING the edge. All material raked off 48 shall be removed from site. 49 50 51 5-04.3(14) Planing Bituminous Pavement 52 RENTON GSPS 36 1 "4.3(14)is supplemented with the following: 2 (** *) 3 4 Areas for chid-planing will be marked out by the Engineer in the field and also shown tical 5 in the standard plan. 6 7 8 9 On Schedule B The agwnfown Alleys Map#& Me a evs shall be agMI nd 4"deep and Ili 10 Paved with 41' f MA in'two 2"lifts. On Schedule B NE Highlands Al% MAW. the 11 alleys shall be waved with 4"of HMA in two ldb. i r 12 13 14 15 5-04.5(1)A Prue Adjustments for Quality of HMA 16 Section is deleted and replaced with: 17 (*****) 18 Statistical °analysis of quality of gradation and asphalt content will be; performed 19 based on Section 1-06.2 using the following price adjustment factors: 20 Table of Price Adjustment Factors 21 Constituent Factor"f' 22 All aggregate passing: 1 %2°, V, 23 Y2 , 3/8"and No.4 sieves 2" 24 All aggregate passing No. 8, No 16, 25 No. 30, No. 50, No. 100 3 26 All aggregate passing No. 200 sieve 20 27 Asphalt binder 52 28 29 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of 30 HMA and for the asphalt binder. 31 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstati ical 32 Evaluation and having all constituents fatting within the tolerance limits of the 33 job mix formula shall be accepted at the unit contract price with no further 34 evaluation. When one or more constituents fall outside the nonstatistical 35 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in 36 accordance with Section 1-06.2 to determine the appropriate CPF. The 37 nonstatistical tolerance limits will be used in the calculation of the CRF and 38 the maximum CPF shall be 1.00. When less than three sublots exist, backup 39 samples of the existing sublots or samples from the street shall be tested to 40 provide a minimum of three sets of results for evaluation. 41 2. Commercial Evaluation. If sampled and tested, HMA produced ur, ,a 42 Commercial Evaluation and having all constituents falling within the totem 43 limits of the job mix formula shall be accepted at the unit contract price v,fth 44 no further, evaluation. When one or more constituentsfall outside,"'the 45 commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be 46 evaluated to determine the appropriate CPF.The commercial tolerance limits 47 will be used in the calculation of the CPF and the maximum CPF shall be 48 1.00. When less than three sublots exist, backup samples of the existing 49 sublots or samples from the street shall be tested to provide a minimum of 50 three sets of results for evaluation. 51 RENTON GSPS 37 1 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when 2 the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be 3 determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 4 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the 5 NCMF,the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 6 7 If a constituent is not measured in accordance with these Specifications, its individual pay 8 factor will be considered 1.00 in calculating the composite pay factor. 9 10 5-04.5(1)A Price Adjustments for Quality of HMA Compaction 11 Section is deleted and replaced with: 12 13 The maximum CPF of a compaction lot is 1.00 14 15 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming 16 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference 17 of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be 18 calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit 19 contract price per ton of the mix. 20 21 22 7-05 MANHOLES, INLETS,AND CATCH BASINS 23 24 7-05.3 Construction Requirements 25 26 27 7-05.3(1) Adjusting Manholes and Catch Basins to Grade' 28 Section 7-05.3(1) is replaced with: 29 "** * 30 Where shown in the Plans or where directed by the Engineer, the existingmanholes, 31 catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated 32 by the Engineer. 33 34 The existing cast iron ring and cover on manholes and the catch basin frame and grate 35 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From 36 that point,the existing structure shall be raised or lowered to the required elevation. 37 38 The Contractor shall construct manholes so as to provide adjustment space for setting 39 cover and casting to a finished grade as shown on the construction plans, Manhole ring 40 and covers shall be adjusted to the finished elevations per standard detail BR29, SP 41 Page 13074, prior to final acceptance of the work. Manholes in unimproved areas shall 42 be adjusted to 6" above grade. 43 44 In unpaved streets: Manholes, catch basins and similar structures in areas to be 45 surfaced with crushed rock or gravel shall be constructed to a point approximately eight 46 inches below the subgrade and covered with a temporary wood' cover. Existing 47 manholes shall be cut off and covered in a similar manner. The contractor shall 48 carefully reference each manhole sothat they may easily found upon completion of 49 the street work. After placing the gravel or crushed stone surfacing, the manholes and 50 manhole castings shall be constructed to the finished grade of the roadway surface. 51 Excavation necessary for bringing manholes to grade shall center about the manhole 52 and be held to the minimum area necessary. At the completion of the manhole 53 adjustment,the void around the manhole shall be backfilled with materials which result 54 in the section required on the typical roadway section, and be thoroughly compacted. 55 56 In cement concrete pavement: Manholes, catch basins and similar structures shall be 57 constructed and adjusted in the same manner as outlined above except that the final RENTON GSPS 38 1 adjustment shall be made and cast iron frame be set after forms have been placit.and 2 checked. In placing the concrete pavement, extreme care shall be taken not to atter the 3 position of the casting in any way. 4 5 In asphalt concrete pavement: Manholes shall not be adjusted until the pavernint.is 6 completed, at which time the center Of each manhole shall be carefully relocated from 7 references previously established by the contractor. The pavement shall be cut in a 8 restricted area and base material be removed to permit removal of the cover. The 9 manhole shall then be brought to proper grade utilizing the same methods of 10construction as for the manhole itself. The cast iron frame shall be placed on the 11 concrete blocks and wedged up to the desired rade. The asphalt concrete pavement g grade. 12 shall be cut and removed to a neat circle, the diameter of which shall be equal to the 13 outside diameter of the cast iron frame plus two feet. The base materials and crushed 14 rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall 15 be placed so that the entire volume of the excavation is replaced up to within but not to 16 exceed2 inches of the finished pavement surface. On the day following placement of 17 the concrete,`the edge of the asphalt concrete pavement, and the outer edge of the 18 casting shall be painted with hot asphalt cement.Asphalt Class G concrete shall then be �w 19 placed and compacted with hand tampers and a patching roller. The complete patch 20 shall match the existing paved surface for texture, density, and uniformity of grade.The 21 joint between the patch and the existing pavement shall then be carefully painted`with 22 hot asphalt cement or asphalt emulsion and shall b6i immediately covered with dry 23 ppaving sand before the asphalt cement solidifies. The inside throat of the manhole shall 24 be thoroughly'mortared and plastered. 25 26 Adjustment of inlets The final alignment and gnade of cast iron frames for new and old, 27 inlets to be adjusted to grade will be established from the forms or adjacent pavetttent 28 surfaces. The final adjustment of the top of the inlet will be performed in similar manner 29 to the above for manholes. On asphalt concrete paving projects using curb and gutter 30 section, that portion Of the cast iron frame not embedded in the gutter,section shaill be 31 solidly embedded in concrete also. The concrete shall extend a minimum of six it hes` 32 beyond the edge of the casting and shall be left 2 inches below the top of the frame so 33 that the wearing course of asphalt concrete pavement will butt the cast iron frame.'The 34 existing concrete pavement and edge of the casting shall be painted with hot asphalt 35 cement.Adjustments in the inlet structure shall be constructed in the same manner and 36 of the same material as that required for new inlets. The inside of the inlets shall be 37 mortared and plastered. 38 39 Monuments and cast iron frame and cover: Monuments and monument castings shall 40 be adjusted to grade in the same manner as for manholes. 41 42 Valve ,box castings: Adjustments of valve box castings ;shall be made in the same 43 manner as for manholes. 44 45 On ScheduLe C, Sons Cre k Water and Sewer flisirigt will at the water valves 46 and sewer manhole casttrnas after the final Pavement has been Install 47 48 49 7-05.4 Measurement 50 Section 7-05.4 is revised and supplemented as follows: 51 52 Manholes will be measured per each. Measurement of manhole heights for payment 53 purposes will be the distance from finished rim elevation to the invert of the lowest outlet 54 pipe. 55 56 Adjustments of new structures and miscellaneous items such as valve" boxes shall be 57 considered incidental to the unit contract price of the new item and no further compensation 58 shall be made. �r 59 RENTON GSPS 39 1 Adjustment of existing structures and miscellaneous items such as valve boxes shall be 2 measured by "Adjust Existing per each, which shall be full pay for all labor and 3 materials including all concrete for the completed adjustment in accordance with Section 7- 4 05.3(1) and the City of Renton Standard Details. 5 6 Connection to existing pipes and structures shall be measured per each. 7 8 7-05.5 Payment 9 Section 7-05.5 is supplemented as follows: 10 (******) 11 "Adjust Existing ," per each. 12 The unit contract price per each for "Adjust Existing shall be full pay for all costs 13 necessary to make the adjustment including restoration of adjacent areas in a manner 14 acceptable to the Engineer. 15 16 If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in 17 the schedule of prices then the work will be-considered incidental and its cost should be 18 included in the cost of the pipe. 19 20 "Connect to Existing Catch Basin," per each. 21 22 "Connect Structure to existing pipe," per each. 23 24 The bid item for Puget Sound Energygas valves shall include mobilization and traffic 25 control The contractor shall bill Puget Sound Ener_av directly. 27 8-09 RAISED PAVEMENT MARKERS 28 29 8-09.5 Payment 30 Section 8-09.5 has been revised as follows: 31 (******) 32 Payment will be made for each of the following bid items that are included in the proposal: 33 "Raised Pavement Marker Type 1-yellow", per each. 34 "Raised Pavement Marker Type 1-white", per each. 35 "Raised Pavement Marker Type 2d-yellow", per each. 36 "Raised Pavement Marker Type 2e-white", per each. 37 Raised Pavement Marker Type 2b-blue", per each 38 "Raised Pavement Marker Type 3- In.", per each. 39 "Recessed Pavement Marker", per each. 40 The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement 41 Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed 42 Pavement Marker"shall be full pay for all'labor, materials, and equipment necessary for 43 furnishing and installing the markers in accordance with these Specifications including all 44 cost involved with traffic control unless traffic control is listed in the contract as a separate 45 pay item. 46 48 8-14 CEMENT CONCRETE SIDEWALKS 49 8-94.3(3) Pla in and Finishin -Concrete 50 Section 8-14.3(4) is supplemented by adding the following: 51 52 53 On newly placed sidewalkraQ�uss, the detectable waning aettern shall be 54 achieved by a cast in-place'matenral and installed before the concrete has cured. 55 The material and methods of detectable wominp pattern placement'is subiect to 56 the en,aineer's approval.` 57 RENTON GSPS 40 1 On s withconcrete work the curb and auffer an or curb=as shall 2 _ installed before the street is overlai 3 4 8-94.3(4) Curing 5 Section 8-14.3(4) is replaced with: 6 (******) 7 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard 8 Specifications shall prevail, except that white pigmented curing compound shall not be 9 used on sidewalks. The curing agent shall be applied immediately after brushing and 10 be maintained for a period of 5 days. �r 11 12 The Contractor shall have readily available sufficient protective covering, such as 13 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of 14 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian 15 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional 16 time as the Engineer may specify. 17 18 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 19 the newly placed concrete to prevent damage. Damaged, vandalized, discolored, 20 stained, or unsightly concrete shall be removed and replaced at the expense of the 21 Contractor. 22 23 8-14.3(5) Ramp Detectable Warning Retrofit 24 (******) 25 On the existing curb ramps, the Contractor shall install preformeddetectible. 26 warnings @ggMyed by the engineer. The CoOtractor shall use f of the�fet c le, 27 Waming patfern'groducts fisted in the Qualified Praducts'List or submit MUMS manufacturer's Product for approval by the engineer. Torch down tvoe preformed 29 detectable warnin-as shall not be allowed. 30 31 32 8-14.4 Measurement 33 Section 8-14.4 is supplemented by adding the following: 34 (******) 35 When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each 36 measurement shall include all costs for the complete installation per the plans and standard 37 details including expansion joint material, curb and gutter and ramped 'sidewalk section. 38 Sawcutting, removal and disposal of excavated materials including existing pavement and 39 sidewalk, crushed surfacing base materials and all other work, materials and equipment 40 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement 41 Concrete". 42 43 814.5 Payment . 44 Section 8-14.5 is supplemented by adding the following: 45 (******) 46 "Curb Ramp, Cement Concrete," per each. �r 47 48 49 8-20.3(14) Signal Systems 50 51 8-20.3(14)C Induction Loop Vehicle Detectors 52 Section 8-20.3(14)C is revised as follows: 53 11. Install sealant per Section 9-02.1(10). 54 5 8-20.3(14)D Test for induction Loops and Lead-in Cable 56 Section 8-20.3(14)D is supplemented by adding the following: 57 (******) 58 The Contractor shall keep records of field testing and shall furnish the engineer with 59 a copy of the results. RENTON GBPS 41 1 2 3 8-22 PAVEMENT MARKING 4 5 8-22.1 Description 6 The following item in Section 8-22.1 is revised as follows: 7 (******) 8 Crosswalk Stripe 9 A SOLID WHITE Ire, 8 inches wide and 10-feet long, installed parallel to another crosswalk 10 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 11 center of lanes. See detail sheet. 12 13 Skip Center Line (Replacement) 14 A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 15 24 foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center 16 line delineation on two-lane or three-lane, two-way highways. 17 18 Double Yellow Center Line (Replacement) 19 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow 20 center stripe is used as center line delineation on multilane, two-way highways and for 21 channelization. 22 23 Approach Line(New) 24 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from 25 through movements, to separate high occupancy vehicle lanes from general purpose lanes, 26 for islands, flash marks, and other applications. Hash mark stripes shall be placed on 45- 27 degree angle and 10 feet apart. 28 29 Lane Line(Replacement) 30 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the 31 same direction. The broken or"skip" patter shall be based on a 24-foot unit consisting of a 32 9-foot line and a 15-foot gap. 33 34 Two Way Left Tum Line (Replacement) 35 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, 36 separated by a 4-inch space.The broken or"skip" pattern shall be based on 8 ,24-foot unit 37 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right-of 38 the broken line in the direction of travel. 39 40 Crosswalk Line (Replacement) 41 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk 42 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 43 center of lanes. See detail sheet. 44 45 Stop Line (Replacement) 46 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 48 8-22.3(5) Installation Instructions 49 Section 8-22.3(5) is revised as follows: 50 (**k***) 51 A manufacturer's technical representative need not be present at the initial material 52 installation to approve the installation procedure. 53 54 8-22.5 Payment 55 Section 8-22.5 is supplemented as follows; 56 (****,k*) 57 "Approach Stripe," per linear foot. 58 59 "Remove Paint Line ....."wide," per linear foot RENTON GSPS 42 1 2 "Remove Plastic Line ........Wide," per linear foot.* 3 -� 4 'Remove existing trafFc markings, "per lump sum.* 5 6 *The linear'foot contract price for "Remove Paint Line and "Remove Plastic Line" and the L7 lump sum contract price for"Remove existing traffic markings" shall be full compensation for 8 furnishing all labor, tools, material, and equipment necessary for removal-of existing traffic 9 markings as per the plans, specifications and detail sheets.` If these pay items do not appear 10 in the contract schedule of prices, then the removal of old or conflicting traffic markings 11 required to complete the channelization of the project as shown on the plans or detail sheets 12 shall be considered incidental to other items in the contract and no further compensation 13 shall be made. 14 15 8-23 TEMPORARY PAVEMENT MARKINGS 16 17 8-23.5 Payment L 18 Section 8-23.5 is supplemented with the following: 19 20 If no pay item is included in the contract for installation or for removal of temporary pavement 4 21 markings then all costs associated with these items are considered incidental to other items 22 in the contract or included under"Traffic Control,"if that Rem is included as a'bid item. 23 IV 24 9-02 BITUMINOUS MATERIALS 25 Section 9-02.1(10) is a new section: 26 Zi1(10) �27 Loop Sealant(RC) 28 Unless specified otherwise in the contract or permitted by the Engineer upon request` om, 29 the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafcooopu 30 Detector Sealant or approved equal), shall meet the penetration, flow and resillo 31 specifications of.ASTM D3407. 32 33 The Contractor shall request and obtain approval from the Engineer for the type of loop 34 sealant to be used before installing detector loops and shall submit manufacturer cutsheets 35 or other data if requested by the Engineer in order to enable the Engineer to determine the 36 acceptability of the sealant. 37 38 (January 5, 2004) 39 40 9-03.8(7) HMA Tolerances and Adjustments 41 Item 1 is deleted and replaced with: 42 (****) 43 1. , Job'Mix Fonnula Tolerances. After the JMF is determined as required In 5- 44 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the 45 following tolerances: 46 Nonstatisticai Commercial 47 Evaluation Evaluation 48 Aggregate, percent passing 49 1", V4", S", and 3/8"sieves ±6% ±8% 50 U.S. No. 4 sieve ±6% ±8% 51 U.S. No. 8 sieve ±6% ±8% 52 U.S. No. 16 sieve ±4% ±6% 53 U.S. No. 30 sieve ±4% ±6% 54 U.S. No. 50 sieve ±4% ±6% RENTON GSPS 43 1 U.S. No. 100 sieve f3% ±5% 2 U.S. No. 200 sieve ±2.0% ±3.0°k 3 Asphalt Binder ±0.5% ±0.7% 4 5 VMA 1.5% below minimum value in 9-03.8(2) 6 VFA min. and max. as listed in 9-03.8(2) 7 Va 2.5% minimum and 5.5% maximum 8 9 These tolerance limits constitute the allowable limits as described in Section 1-06.2. 10 The tolerance limit for aggregate shall not exceed the limits of the control points section, 11 except the tolerance limits for sieves designated as 100% passing will be 99-100. 12 14 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 16 9-23.9 FI Ash RC 17 Section 9-23.9 is revised as follows: 18 (******) 19 Fly ash shall not be used around water lines. 20 21 22 23 RENTON GSPS q4 r M CITY OF RENTON 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS CONTRACT DOCUMENTS r AMENDMENTS TO THE STANDARD SPECIFICATIONS %W f. ow 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 1.4 Specifications and may include references which do not apply to this particular project. 15 16 02.AP1 17 SECTION 1-02, BID PROCEDURES AND CONDITIONS 18 January 4, 2010 19 1-02.7 Bid Deposit 20 In the first paragraph, the third sentence is revised to read: 21 22 For projects scheduled for bid opening in Olympia,the proposal bond may be in hard 23 copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 24 25 1-02.9 Delivery of Proposal 26 In the first paragraph,the first sentence is revised to read: 27 28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 29 submitted in the envelope provided with it, or electronically via Expedite software and 30 BidX.com at the location and time identified in Section 1-02.12. 31 + 32 The following new paragraph is inserted after the first paragraph: 33 34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed 35 and submitted in the envelope provided with it, at the location and time identified in 36 Section 1-02.12.The Bidder shall fill in all blanks on this envelope to ensure proper 37 handling and delivery. 38 'i 39 06.AP1 40 SECTION 1-06, CONTROL OF MATERIALS01 41 April 5, 2010 r 42 1-06.1 Approval of Materials Prior to Use 43 This section is supplemented with the following new sub-section: 44 45 1-06.1(4) Fabrication Inspection Expense 46 In the event the Contractor elects to have items fabricated beyond 300 miles from 47 Seattle,Washington the Contracting Agency will deduct from payment due the 48 Contractor costs to perform fabrication inspection on the following items: 49 ASSEMBLED AMENDMENTS 1 err 1 Steel Bridges and Steel Bridge components ` 2 0 Cantilever Sign Structures and Sign Bridges 3 0 Cylindrical, Disc, Pin, and Spherical Bearings 4 Modular Expansion Joints 5 Additional'items as may be determined by the Engineer. im 6 7 The deductions for fabrication inspection costs will be as shown in the Payment Table 8 below. aw 9 Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per`inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per*inspection day, + + from Seattle but not less than $2,500 per tri 10 *Note-An inspection day includes any calendar day or portion of a calendar 11 day spent inspecting at or traveling to and from a place of fabrication. 12 13 Where fabrication of an item takes place in more than one zone, the reduction in 14 payment will be computed on the basis of the entire item being fabricated in the furthest 15 of zones where any fabrication takes place on that item. 16 17 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication 18 inspection activities to include but not limited to; plant approvals, prefabrication 19 meetings,fabrication, coatings and final inspection. 20 too WA to an r r�r ASSEMBLED AMENDMENTS 2 wr 1 1-06.2(2)A General 2 Table 2"Pay Factors" on page 1-39 is revised to read: „ 3 Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(PU+PL)-100 Category n=3 n_4 nS n=6 n_7 n_8 n_9 n_10 n=12 n_15 n_18 n_23 n=30 n=43 n_67 to to to to to to to to n=11 n=14 n=17 n_22 n=29 n=42 n=66 - 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 c 4 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 89 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 BB 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 89 70 72 74 76 (Continued) 4 5 6 7 Table 2"Pay Factors"on page 1-40 is revised to read: 8 Table 2 Pay Factors continued PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(Pe+PJ-100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 n=12 n=15 n_18 n_23 n=30 n=43 n=67 to to to to to to to to n=11 n=14 n=17 n--22 n=29 n=42 n=66 0 0.8548 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 81 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 1 66 68 1 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 1 42 1 44 1 46 48 1 49 1 51 1 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Leveis Less Than Those Specified for a 0.75 Pay Factor � Note:If the value of(P +P)-10o does not correspond to a(P +P)-100 value in this table,use the next smaller(P +P -100value. 9 10 11 07.AP 1 12 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 13 April 5, 2010 all 14 1-07.13(4) Repair of Damage 15 The last sentence in the first paragraph is revised to read: ASSEMBLED AMENDMENTS 3 w 1 do 2 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 3 17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid 4 item "Reimbursement for Third Parry Damage". 5 to 6 1-07.16(2) Vegetation Protection and Restoration 7 The second paragraph is revised to read: 8 aw 9 Damage which may require replacement of vegetation includes torn bark stripping, 10 broken branches, exposed root systems, cut root systems, poisoned root systems, 11 compaction of surface soil and roots, puncture wounds, drastic reduction of surface 12 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to 13 the location that may jeopardize the survival or health of the vegetation to be preserved. 14 15 The third paragraph is revised to read: +• 16 17 When large roots of trees designated to be saved are exposed by the Contractor's 18 operation, they shall be wrapped with heavy, moist material such as burlap or canvas w 19 for protection and to prevent excessive drying. The material shall be kept moist and 20 securely fastened until the roots are covered to finish grade. All material and fastening 21 material shall be removed from the roots before covering. All roots 1-inch or larger in 22 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. 23 Damaged,torn, or ripped bark shall be removed as ordered by the Engineer at no 24 additional cost to the Contracting Agency. 25 26 The fourth paragraph is revised to read: 27 28 Any pruning activity required to complete the Work as specified shall be performed by a 29 Certified Arborist as designated by the Engineer. 30 31 08.AP1 32 SECTION 1-08, PROSECUTION AND PROGRESS 33 April 5, 2010 34 1-08.1 Subcontracting 35 The second and third sentences in the eighth paragraph are revised to read: 36 37 This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, '� 38 "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State 39 fiscal quarters:January 1 through March 31, April 1 through June 30, July 1 through 40 September 30, October 1 through December 31, and for any remaining portion of a 41 quarter through Physical Completion of the Contract.The report is due 20 calendar +w 42 days following the fiscal quarter end or 20-calendar days after Physical Completion of 43 the Contract. 44 45 The last sentence in the ninth paragraph is revised to read: 46 47 When required, this"Quarterly Report of Amounts Credited as DBE Participation"is in 48 lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE 49 Participants". 50 1W ASSEMBLED AMENDMENTS 4 Im 1 1-08.5 Time for Completion 2 The last two sentences in the first paragraph are revised to read: 3 4 When any of these holidays fall on a Sunday,the following Monday shall be counted a 5 nonworking day.When the holiday falls on a Saturday, the preceding Friday shall be 6 counted a nonworking day. The days between December 25 and January 1 will be 7 classified as nonworking days. 8 9 09.AP1 ski 10 SECTION 1-09, MEASUREMENT AND PAYMENT 11 January 4, 2010 rr 12 1-09.9 Payments 13 The first paragraph is revised to read: 14 15 The basis of payment will be the actual quantities of Work performed according to the so 16 Contract and as specified for payment. 17 18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 19 Project Engineer to determine the Work performed on a monthly basis. Lump-sum item 20 breakdowns shall be submitted prior to the first progress payment that includes payment 21 for the Bid Item in question. A breakdown is not required for lump sum items that 22 include a basis for incremental payments as part of the respective Specification. Absent 23 a lump sum breakdown the Project Engineer will make a determination based on 24 information available. The Project Engineer's determination of the cost of work shall be 25 final. 26 27 In the third paragraph,the second sentence is deleted. 28 29 10.AP1 30 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 31 April 5, 2010 32 In Division 1-10, all references to "truck mounted"are revised to read "transportable". 33 34 1-10.2(3) Conformance to Established Standards .ori 35 In the fifth paragraph,the reference"(TMA's)" is deleted. 36 37 1-10.3(2)C Lane Closure Setup/Takedown 38 In the second paragraph,the reference to"TMA/arrow board"is revised to read 39 "transportable attenuator/arrow board". 40 41 1-10.3(3)A Construction Signs 42 In the fourth paragraph "height" is replaced with "top of the ballast". 43 Y 44 1-10.3(3)1 Truck Mounted Attenuator • 45 The title for this section is revised to read: 46 47 1-10.3(3)) Transportable Attenuator 48 ASSEMBLED AMENDMENTS 5 aw 1 In the second and fourth paragraphs, the references to "TMA"are revised to read 2 "Transportable Attenuator". 3 4 In the first paragraph, the first sentence is revised to read: 5 6 Where shown on an approved traffic control plan or where ordered by the Engineer, the 7 Contractor shall provide, operate, and maintain transportable impact attenuators as 8 required in Section 9-35.12. +rw 9 10 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 11 12 1-10.4(2) Item Bids with Lump Sum for Incidentals 13 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 14 Attenuator(s)". 15 rr. 16 In the eighth paragraph, the first sentence is revised to read: 17 18 "Transportable Attenuator"will be measured per each one time only for each host 19 vehicle with mounted or attached impact attenuator used on the project. 20 21 In the last sentence of the ninth paragraph,the reference to "TMA" is replaced with 22 "transportable attenuator". +� 23 24 1-10.5(2) Item Bids with Lump Sum for Incidentals 25 All references to "truck mounted impact attenuator(s)" are revised to read "transportable 26 attenuator(s)". 27 28 01.AP2 29 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 30 April 5, 2010 31 2-01.3(2) Grubbing 32 In the first paragraph Item 2. e. is revised to read: 33 34 e. Upon which embankments will be placed except stumps may be close-cut or 35 trimmed as allowed in Section 2-01.3(1) item 3. 36 37 02.AP2 38 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 39 January 4, 2010 40 2-02.3 Construction Requirements 41 The fourth paragraph is revised to read: 42 43 The Contractor may dispose of waste material in Contracting Agency owned sites if the 44 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange 45 to dispose of waste at no expense to the Contracting Agency and the disposal shall 46 meet the requirements of Section 2-03.3(7)C. r■ 47 +rir ASSEMBLED AMENDMENTS 6 1 01.AP5 2 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 3 January 4, 2010 4 5-01.2 Materials 5 The referenced section for the following item is revised to read: 6 7 Dowel Bars 9-07.5(1) 8 " 9 04.AP5 10 SECTION 5-04, HOT MIX ASPHALT 11 April 5, 2010 rill 12 5-04.3(8)A1 General 13 The second sentence in the second paragraph is revised to read: 14 15 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt 16 binder, when the Proposal quantities exceed 4,000-tons. 17 18 The third paragraph is revised to read: 19 20 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 21 quantities for a class of HMA,with the same PG grade of asphalt binder, are 4,000-tons 22 or less. 23 24 5-04.3(8)A4 Definition of Sampling Lot and Sublot 25 The first sentence in the first paragraph is revised to read: 26 27 A lot is represented by randomly selected samples of the same mix design that will be 28 tested for acceptance with a maximum of 15 sublots per lot;the final lot for a mix design 29 may be increased to 25 sublots 30 31 5-04.3(10)B1 General ` 32 The first sentence in the second paragraph is revised to read: 33 34 A lot is represented by randomly selected samples of the same mix design that will be 35 tested for acceptance with a maximum of 15 sublots per lot;the final lot for a mix design 36 may be increased to 25 sublots. 37 38 05.AP5 39 SECTION 5-05, CEMENT CONCRETE PAVEMENT 40 April 5, 2010 41 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 42 All references to "AASHTO T 22"are revised to read "WSDOT FOP for AASHTO T 22". 43 44 The eighth paragraph is revised to read: 45 46 Acceptance testing for compliance of air content and 28-day compressive strength shall 47 be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air 48 content shall be determined by conducting WSDOT FOP for WAQTC/AASHTO T 152. ASSEMBLED AMENDMENTS 7 o 1 Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and 2 WSDOT FOP for AASHTO T 22. 3 4 5-05.3(12) Surface Smoothness 5 The first paragraph is revised to read: 6 7 The pavement smoothness will be checked with equipment furnished and operated by 8 the Contractor, under supervision of the Engineer, within 48-hours following placement o. 9 of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, 10 intersections, tight horizontal curves, and small or irregular areas as defined by Section 11 5-05.3(3) unless specified otherwise, will be measured with a recording profilograph, as r. 12 specified in Section 5-05:3(3), parallel to centerline, from which the profile index will be 13 determined in accordance with WSDOT Test Method 807. Tight horizontal curves are 14 curves having a centerline radius of curve less than 1,000 feet and pavement within the 15 superelevation transition of those curves. r 16 17 5-05.3(16) Protection of Pavement 18 All references to"AASHTO T 22"are revised to read `9IVSDOT FOP for AASHTO T 22". 19 20 5-05.3(17) Opening to Traffic 21 All references to "AASHTO T 22"are revised to read "WSDOT FOP for AASHTO T 22". 22 a"' 23 02.AP6 24 SECTION 6-02, CONCRETE STRUCTURES 25 April 5, 2010 26 6-02.3(6) Placing Concrete 27 The third paragraph is revised to read: r 28 29 All foundations, forms, and contacting concrete surfaces shall be moistened with water 30 just before the concrete is placed. Any standing water on the foundation, on the 31 concrete surface, or in the form shall be removed. 32 33 The following new sentence is added after the fourth sentence in the fourth paragraph: 34 35 The submittal to the Engineer shall include justification that the concrete mix design will 36 remain fluid for interruptions longer than 30-minutes between placements. 37 38 6-02.3(10)D Concrete Placement, Finishing, and Texturing 39 The following paragraph is inserted at the beginning of this section: 40 41 Before placing bridge approach slab concrete, the subgrade shall be constructed in 42 accordance with Sections 2-06 and 5-05.3(6). 43 44 6-02.3(11) Curing Concrete �. 45 In the fifth paragraph `Type 1 D" is revised to read "Type 1 D, Class B". 46 47 6-02.3(17)F Bracing 48 Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: 49 Girder Series Distance in Inches ASSEMBLED AMENDMENTS 8 rr W42G 30 W50G 42 + ' W58G 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges x W F36G,W F42G,W F50G, 70 W F58G,W F66G,W F74G, WF83G,WF95G, and WF100G W32BTG,W38BTG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WF100PTG 1 at 2 3 6-02.3(17)N Removal of Falsework and Forms 4 4 The first paragraph including table is revised to read: 5 6 If the Engineer does not specify otherwise, the Contractor may remove forms based on 7 an applicable row of criteria in the table below. Both compressive strength and minimum 8 time criteria must be met if both are listed in the applicable row. The minimum time shall 9 be from the time of the last concrete placement the forms support. In no case shall the 10 Contractor remove forms or falsework without the Engineer's approval. ASSEMBLED AMENDMENTS 9 r 1 w Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strengthl Stren th1 Columns,walls, non- — — 3 days sloping box girder webs, abutments, footings, pile ow caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- — 1400 psi 18 hours sloping box girder webs, �. abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile — — 18 hours caps, and shaft ca s? Crossbeams, shaft caps, 80 — 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders.3 Box girders,T-beam 80 — 14 days girders, and flat-slab Su erstructure.3 aw Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form.The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. 2 3 4 The third and fourth paragraphs are deleted. 5 6 The fifth paragraph is revised to read: 7 8 Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not 9 become dry during form removal if removed during the cure period. 10 r. 11 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 12 In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20.3(4)". 13 ASSEMBLED AMENDMENTS 10 1 6-02.3(24) Reinforcement 2 This first paragraph is revised to read: ,rr 3 4 Although a bar list is normally included in the Plans,the Contracting Agency does not 5 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement 6 fabrication details shall be determined from the information provided in the Plans. 7 8 The third paragraph is deleted. 9 10 6-02.3(24)C Placing and Fastening 11 The eighth paragraph is revised to read: 12 13 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. 14 15 The 14th paragraph is revised to read: 16 ` 17 Clearances for main bars shall be at least: 18 19 4-inches between: Bars and the surface of any concrete masonry exposed 20 to the action of salt or alkaline water. 21 22 3-inches between: Bars and the surface of any concrete deposited against 23 earth without intervening forms. 24 25 2-1/rinches between: Adjacent bars in a layer. Bridge deck bars and the top of 26 the bridge deck. i 27 28 2-inches between: Adjacent layers. Bars and the surface of concrete 29 exposed to earth. Reinforcing bars and the faces of 30 forms for exposed aggregate finish. 31 32 1-1/.-inches between: Bars and the surface of concrete when not specified 33 otherwise in this Section or in the Plans. Barrier and err 34 curb bars and the surface of concrete. 35 36 1-inch between: Slab bars and the bottom of the slab. Slab bars and the 37 top surface of the bottom slab of a cast-in-place 38 concrete box girder. 39 40 The following new paragraph is inserted after the 14th paragraph: 41 42 Cover to ties and stirrups may be 1/2-inch less than the values specified for main bars 43 but shall not be less than 1-inch. 44 45 6-02.3(24)F Mechanical Splices 46 Items 1, 2, and 3 in the fourth paragraph are revised to read: 47 48 1. Mechanical splices shall develop at least 125 percent of the specified yield strength 49 of the unspliced bar.The ultimate tensile strength of the mechanical splice shall 50 exceed that of the unspliced bar. 51 ASSEMBLED AMENDMENTS 11 dw 1 2. The total slip of the bar within the spliced sleeve of the connector after loading in 602 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured 3 displacements between gage points clear of the splice sleeve: 4 5 a. 0.01 inches for bar sizes up to No:14. to 6 7 b. 0.03 inches for No. 18 bars. 8 ,M, 9 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 10 11 6-02.3(25) Prestressed Concrete Girders 12 Under the heading "Prestressed Concrete Wide Flange I Girder"the last sentence is as 13 revised to read: 14 15 WSDOT standard girders in this category include Series WF36G,WF42G,WF50G, 16 W F58G,W F66G,W F74G,W F83G, W F95G and W F100G. 17 18 Under the heading "Spliced Prestressed Concrete Girder"the last sentence is revised to 19 read: 20 21 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 22 WF95PTG and WF100PTG. 23 24 6-02.3(25)L Handling and Storage 25 In the third sentence of-the second paragraph, the reference to "1-foot-9-inches" is revised to ,W 26 read "3-foot-0-inches". 27 28 6-02.3(25)N Prestressed Concrete Girder Erection go 29 The seventh paragraph is supplemented with the following: 30 31 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not 32 exceed 1.0. am 33 34 6-02.3(26)E Ducts 35 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in ,No 36 the second paragraph is revised to read: 37 38 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of 39 PP0340B14541 to PP03401367884. wr 40 41 6-02.3(28)F Tolerances 42 The reference to "PCI-MNL-166" is revised to read "PCI-MNL-116". to 43 44 03.AP6 45 SECTION 6-03, STEEL STRUCTURES ow 46 April 5, 2010 47 6-03.3(25) Repair Welding 48 In the first paragraph "2002" is revised to read"2008". ASSEMBLED AMENDMENTS 12 Iw 1 2 6-03.3(25)A Welding Inspection 3 In the first paragraph"2002" is revised to read"2008". 4 5 In the paragraph below the heading "Radiographic Inspection""2002 Structural'is revised 6 to read "2008 Bridge". 7 8 6-03.3(29) Vacant 9. This section including title is revised to read: 10 11 Welded Shear Connectors 12 All welded shear connectors on steel girder top flanges shall be installed in the field 13 after the forms for the concrete bridge deck are in place. The steel surface to be 14 welded shall be prepared to SSPC-SP 11, power tool cleaning,just prior to welding. 15 Installation, production control, and inspection of welded shear connectors shall 16 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2008 Bridge Welding Code. 17 After the welded shear connectors are installed,the weld and the disturbed steel 18 surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. 19 20 07.AP6 21 SECTION 6-07, PAINTING 22 April 5, 2010 23 6-07.3(9)G Application of Shop Primer Coat 24 In the second paragraph,the second,third, and fourth sentences are deleted. 25 26 6-07.3(9)1 Application of Field Coatings 27 The following new paragraph is inserted preceding the first paragraph: 28 29 Prior to applying field coatings, the Contractor shall field install welded shear connectors 30 on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in 31 the Plans. After installation of the welded shear connectors, the weld and the disturbed 32 surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11 33 and primed. 34 35 6-07.3(10)H Paint System 36 In the first sentence of the first paragraph "new steel' is revised to read "existing steel'. 37 38 09.AP6 39 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 40 January 4, 2010 41 6-09.3(6) Further Deck Preparation 42 In the second paragraph, item number 3. and 4. are revised to read: 43 44 3. Existing non-concrete patches as authorized by the Engineer. 45 46 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of 47 reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12- 48 inches or more along the bar. 49 ASSEMBLED AMENDMENTS 13 go 1 6-09.3(6)B Deck Repair Preparation 2 In the first paragraph,the second sentence is revised to read: 3 4 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 5 3/4-inch minimum clearance around the top mat of steel reinforcing bars only where 6 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 7 between concrete and the top mat of steel is broken. 8 9 10.AP6 10 SECTION 6-10, CONCRETE BARRIER 11 January 4, 2010 12 6-10.3(1) Precast Concrete Barrier 13 In the 12th paragraph, the first sentence is revised to read: 14 15 Only 1 section less than 20-feet long for single slope barrier and 10-feet long for all 16 other barriers may be used in any single run of precast barrier, and it must be at least 8- 17 feet long. i„„ 18 19 6-10.3(6) Placing Concrete Barrier 20 The first paragraph is revised to read: 21 ' 22 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 23 shaped to a uniform grade and section.The foundation surface for precast concrete 24 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 25 26 When a 10-foot straightedge is placed on the surface parallel to the centerline.for 27 the barrier,the surface shall not vary more than 1/4-inch from the lower edge of the 28 straightedge. If deviations exceed 1/4-inch, the Contractor shall correct them as 29 required in Section 5-04.3(13). 30 31 In the second paragraph, the first sentence is revised to read: 32 33 The Contractor shall align the joints of all precast barrier segments so that they offset no 34 more than 1/4-inch transversely and no more than 3/4-inch vertically. 35 36 12.AP6 37 SECTION 6-12, NOISE BARRIER WALLS 38 April 5, 2010 39 6-12.3(6) Precast Concrete Panel Fabrication and Erection 40 The second sentence of the first paragraph in Item 3 is revised to read: 41 42 The Contractor shall cast the precast concrete panels'horizontally. 43 44 17.AP6 45 SECTION 6-17, PERMANENT GROUND ANCHORS 46 January 4, 2010 47 6-17.3(7) Installing Permanent Ground Anchors 48 In the third paragraph,the first sentence is revised to read: ASSEMBLED AMENDMENTS 14 1 2 The tendon shall be inserted into the drill hole to the desired depth prior to grouting. 3 4 In the third paragraph, the following sentence is inserted after the first sentence: 5 6 Wet setting of permanent ground anchors will not be allowed. 7 8 02.AP7 9 SECTION 7-02, CULVERTS 10 January 4, 2010 11 7-02.2 Materials 12 In the first paragraph, the following two items are inserted after the item "Corrugated 13 Polyethylene Culvert Pipe 9-05.19": 14 15 Steel Rib Reinforced Polyethylene Culvert Pipe 9-05.21 16 High Density Polyethylene (HDPE) Pipe 9-05.23 17 18 7-02.5 Payment 19 This section is supplemented with the following: 20 21 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot. 22 "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 23 24 04.AP7 25 SECTION 7-04, STORM SEWERS 26 January 4, 2010 27 7-04.2 Materials 28 In the first paragraph, the following two items are inserted after the item "Corrugated 29 Polyethylene Storm Sewer Pipe 9-05.20": 30 31 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05.22 32 High Density Polyethylene (HDPE) Pipe 9-05.23 33 34 7-04.5 Payment 35 This section is supplemented with the following: 36 37 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam.", per linear foot. 38 "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 39 40 01.AP8 41 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 42 April 5, 2010 43 8-01.2*Materials 44 In the first paragraph,the following is inserted after the first sentence: 45 46 Corrugated Polyethylene Drain Pipe 9-05.1(6) 47 . rir ASSEMBLED AMENDMENTS 15 rri 1 8-01.3(1) General 2 In the sixth paragraph, the first sentence is revised to read: 3 4 When natural elements rut or erode the slope,the Contractor shall restore and repair 5 the damage with the eroded material where possible, and remove and dispose of any 6 remaining material found in ditches and culverts. 7 8 In the seventh paragraph the first two sentences are deleted. irr 9 10 The table in the seventh paragraph is revised to read: 11 12 Western Washington(West of the Cascade Mountain crest) 13 May 1 through September 30 17 Acres 14 October 1 through April 30 5 Acres 15 16 Eastern Washinaton (East of the Cascade Mountain crest.) 17 April 1 through October 31 17 Acres 18 November 1 through March 31 5 Acres 19 20 The eighth paragraph is revised to read: 21 22 The Engineer may increase or decrease the limits based on project conditions. 23 24 The ninth paragraph is revised to read: 25 26 Erodible earth is defined as any surface where soils, grindings, or other materials may 27 be capable of being displaced and transported by rain, wind, or surface water runoff. 28 29 The 10th paragraph is revised to read: 30 31 Erodible earth not being worked, whether at final grade or not, shall be covered 32 within the specified time period, (see the tables below) using an approved soil it 33 covering practice. 34 35 _Western Washington (West of the Cascade Mountain crest) 36 October 1 through April 30 2-days maximum 37 May 1 to September 30 7-days maximum 38 39 r 40 Eastern Washington(East of the Cascade Mountain crest.1 41 October 1 through June 30 5-days maximum 42 July 1 through September 30 10-days maximum 43 44 8-01.3(1)A Submittals 45 This section is revised to read: 46 47 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 48 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the 49 Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition 50 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for 51 TESC Plan implementation and incorporate it into the Contractor's progress schedule. 52 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule ASSEMBLED AMENDMENTS 16 rr 1 prior to the beginning of Work.The TESC Plan shall cover all areas that maybe affected 2 inside and outside the limits of the project (including all Contracting Agency-provided 3 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies 4 of water). 5 6 The Contractor shall allow at least 5-working days for the Engineer to review any 7 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 8 make the Contracting Agency liable to the Contractor for any Work delays. 9 10 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 11 In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 12 220-030 EF". gyri 13 14 8-01.3(1)C Water Management 15 In number 2.,the reference to "Standard Specification" is revised to read "Section". 16 17 Number 3., is revised to read: 18 19 3. Offsite Water 20 Prior to disruption of the normal watercourse,the Contractor shall intercept the 21 offsite stormwater and pipe it either through or around the project site. This water 22 shall not be combined with onsite stormwater. It shall be discharged at its pre- 23 construction outfall point in such a manner that there is no increase in erosion 24 below the site. The method for performing this Work shall be submitted by the 25 Contractor for the Engineer's approval. 26 27 8-01.3(1)D Dispersion/Infiltration 28 This section is revised to read: 29 30 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 31 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 32 dispersion areas at a rate such that,when runoff leaves the area, and enters waters of 33 the State,turbidity standards are achieved.Water shall be conveyed to designated 34 infiltration areas at a rate that does not produce surface runoff. 35 36 8-01.3(2)B Seeding and Fertilizing 37 The fourth paragraph is revised to read: 38 39 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 40 application.This tracer shall not be harmful to plant, aquatic or animal life. If cellulose 41 fiber mulch or wood fiber mulch is used as a tracer,the application rate shall not exceed 42 250-pounds per acre. 43 44 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 45 46 8-01.3(2)D Mulching 47 In the second paragraph, the second sentence is revised to read: 48 49 Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 50 51 In the third paragraph, "1" is revised to read "a single"and "hydro seeder"is revised to read 52 "hydroseeder". ASSEMBLED AMENDMENTS 17 ..r 1 2 In the fourth paragraph, "MBFM" is revised to read "MBFM/FRM". 3 4 8-01.3(2)E Tacking Agent and Soil Binders 5 The following new paragraph is inserted at the beginning of this Section: 6 7 Tacking agent or soil binders applied using a hydroseeder shall have a mulch 8 tracer added to visibly aid uniform application. This tracer shall not be harmful to 9 plant, aquatic or animal life. If cellulose fiber,mulch or wood fiber mulch is used as a 10 tracer, the application rate shall not exceed 250-pounds per acre. 11 12 The paragraph "Soil Binding Using Bonded Fiber Matrix(BFM)" is supplemented with the 13 following: 14 15 The BFM may require a 24 to 48 hour curing period to achieve maximum performance +r 16 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on 17 saturated soils, as determined by the Engineer. 18 19 The last paragraph including title is revised to read: 20 21 Soil Binding Using Mechanically-Bonded Fiber Matrix(MBFM)or Fiber Reinforced 22 Matrix(FRM) 23 The MBFM/FRM shall be hydraulically applied in accordance with the manufacturer's 24 installation instructions and recommendations. 25 26 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 27 The first paragraph is revised to read: 28 29 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 30 and mulching of slopes shall be performed during the following periods: 31 32 Western Washinaton' Eastern Washington 33 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 34 March 1 through May 15 October 1 through November 15 only 35 September 1 through October 1 36 37 'Where Contract timing is appropriate, seeding,fertilizing, and mulching shall be 38 accomplished during the fall period listed above. Written permission to seed after 39 October 1 will only be given when Physical Completion of the project is imminent and 40 the environmental conditions are conducive to satisfactory growth. 41 42 8-01.3(2)G Protection and Care of Seeded Areas .w 43 The first paragraph is revised to read: 44 45 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 46 shall restore eroded areas, clean up and properly dispose of eroded materials, and `w 47 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 48 49 In the second paragraph, number 1. is revised to read: + 50 ASSEMBLED AMENDMENTS 1g 1 1. At the Contractor's expense, seed,fertilizer and mulch shall be reapplied in areas 2 that have been damaged through any cause prior to final inspection, and reapplied 3 to areas that have failed to receive a uniform application at the specified rate. 4 5 8-01.3(2)H Inspection 6 The first sentence is revised to read: 7 8 Inspection of seeded areas will be made upon completion of seeding,temporary 9 seeding,fertilizing, and mulching. 10 11 The third sentence is revised to read: 12 13 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 14 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 15 remulched at the Contractor's expense prior to payment. 16 17 8-01.3(2)1 Mowing 18 In the first paragraph, the last sentence is revised to read: 19 4 20 Trimming around traffic facilities, Structures, planting areas, or other features extending 21 above ground shall be accomplished preceding or simultaneously with each mowing. 22 23 8-01.3(3) Placing Erosion Control Blanket 24 In the first sentence, "Standard"is deleted. 25 26 The second sentence is revised to read: 27 28 Temporary erosion control blankets, having an open area of 60-percent or greater, may 29 be installed prior to seeding. 30 31 8-01.3(4) Placing Compost Blanket 32 In the first paragraph, "before" is revised to read "prior to". 33 34 The last sentence is revised to read: 35 36 Compost shall be Coarse Compost. • 37 38 8-01.3(5) Placing Plastic Covering 39 The first sentence is revised to read: 40 41 Plastic shall be placed with at least a 12-inch overlap of all seams. 42 43 8-01.3(6)A Geotextile-Encased Check Dam 44 The first paragraph is deleted. 45 46 8-01.3(6)6 Rock Check Dam W 47 This section including title is revised to read: 48 49 8-01.3(6)B Quarry Spall Check Dam , 50 The rock used to construct rock check dams shall meet the requirements for quarry 51 spalls. ASSEMBLED AMENDMENTS 19 1 2 8-01.3(6)D Wattle Check Dam 4 This section is revised to read: 5 Wattle check dams shall be installed in accordance with the Plans. 6 7 8-01.3(6)E Coir Log 8 This section is revised to read: 9 10 Coir logs shall be installed in accordance with the Plans. 11 12 8-01.3(9)A Silt Fence 13 In the second paragraph,the second sentence is revised to read: 14 15 The strength of the wire or plastic mesh shall be equivalent to or greater then what is 16 required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 17 tensile strength in the machine direction). 18 19 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm 20 In the second paragraph, the last sentence is deleted. 21 22 The third paragraph is revised to read: 23 24 The Compost Berm shall be constructed in accordance with the detail in the Plans. 25 Compost shall be Coarse Compost. • 26 27 8-01.3(9)C Straw Bale Barrier 28 This section is revised to read: 29 30 Straw Bale Barriers shall be installed in accordance with the Plans. 31 32 8-01.3(9)D Inlet Protection 33 This section is revised to read: 34 35 Inlet protection shall be installed below or above, or as a prefabricated cover at each �. 36 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 37 beginning clearing, grubbing, or earthwork activities. 38 39 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 40 requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum 41 filtration properties of Table 2. 42 a. 43 When the depth of accumulated sediment and debris reaches approximately'/2 the 44 height of an internal device or%the height of the external device (or less when so 45 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 46 removed and stabilized on site in accordance with Section 8-01.3(16). 47 48 8-01.3(10) Wattles 49 In the first paragraph, the third sentence is revised to read: �r 50 51 Excavated material shall be spread evenly along the uphill slope and be compacted 52 using hand tamping or other method approved by the Engineer. Ow ASSEMBLED AMENDMENTS 20 to 4 1 2 This section is supplemented with the following new paragraph: rr 3 4 The Contractor shall exercise care when installing wattles to ensure that the method of 5 installation minimizes disturbance of waterways and prevents sediment or pollutant Oil 6 discharge into waterbodies. 7 8 8-01.3(12) Compost Sock 9 In the first paragraph, "sock" is revised to read "socks"and "streambed" is revised to read 10 "waterbodies". 11 12 In the second paragraph "bank" is revised to read "slope". 13 14 In the third paragraph "and" is revised to read "or". 15 16 This section is supplemented with the following new paragraph: 17 18 Compost for Compost Socks shall be Coarse Compost. 19 20 8-01.3(14) Temporary Pipe Slope Drain 21 The first paragraph is revised to read: 22 23 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 24 constructed in accordance with the Plans 25 26 The last paragraph is revised to read: 27 28 Placement of outflow of the pipe shall not pond water on road surface. 29 30 8-01.3(15) Maintenance 31 In the fourth paragraph, the last sentence is revised to read: 32 33 Clean sediments may be stabilized on site using approved BMPs as approved by the 34 Engineer. 35 36 8-01.3(16) Removal 37 In the second paragraph, the last sentence is revised to read: 38 39 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 40 and seeding with the specified seed. 41 42 8-01.4 Measurement 43 The eighth paragraph is revised to read: ' 44 45 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 46 linear foot along the ground line of completed barrier. 47 48 8-01.5 Payment 49 The following bid items are relocated after the bid item "Check Dam": 50 51 "Inlet Protection", per each. 52 ASSEMBLED AMENDMENTS 21 w 1 "Gravel Filter Berm", per linear foot. 2 3 The following new paragraph is inserted before the bid item "Stabilized Construction 4 Entrance": 5 6 The unit Contract price per linear foot for"Check Dam" and "Gravel Filter Berm"and per 7 each for"Inlet Protection"shall be full pay for all equipment, labor and materials to 8 perform the Work as specified, including installation, removal and disposal at an 9 approved disposal site. 10 11 The paragraph after the bid item "Temporary Curb" is revised to read: 12 13 The unit Contract price per linear foot for temporary curb shall include all costs to install, 14 maintain, remove, and dispose of the temporary curb. 15 + 16 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM/FRM". 17 18 02.AP8 19 SECTION 8-02, ROADSIDE RESTORATION 20 January 4, 2010 21 8-02.3(2) Roadside Work Plan 22 In the first paragraph,the second sentence is revised to read: 23 24 The roadside work plan shall define the Work necessary to provide all Contract +■+ 25 requirements, including: wetland excavation, soil preparation, habitat, Structure 26 placement, planting area preparation, seeding area preparation, bark mulch and 27 compost placement, seeding, planting, plant replacement, irrigation, and weed control in A, 28 narrative form. 29 30 The first sentence under"Progress Schedule" is revised to read: 31 ON 32 A progress schedule shall be submitted in accordance with Section 1-08.3. The 33 Progress Schedule shall include the planned time periods for Work necessary to 34 provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. 35 36 The first sentence under"Weed and Pest Control Plan" is revised to read: 37 38 The Weed and Pest Control Plan shall be submitted and approved prior to starting any 39 Work defined in Sections 8-01, and 8-02. 40 41 In the third paragraph under"Weed and Pest Control Plan"the first and second sentences 42 are revised to read: 43 44 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator r 45 or Consultant when chemical pesticides are proposed. The plan shall include methods 46 of weed control;dates of weed control operations;and the name, application rate, and 47 Material Safety Data Sheets of all proposed herbicides. 48 49 The last paragraph under "Plant Establishment Plan" is deleted. 50 rrr ASSEMBLED AMENDMENTS 22 +rr 1 8-02.3(2)A Chemical Pesticides 2 This section is deleted. 3 4 8-02.3(2)B Weed and Pest Control 5 This section is deleted. 6 7 8-02.3(3) Planting Area Weed Control 8 This section including title is revised to read: 9 10 8-02.3(3)Weed and Pest Control 11 The Contractor shall control weed and pest species within the project area using 12 integrated pest management principles consisting of mechanical, biological and 13 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 14 by the Engineer. 15 16 Those weeds specified as noxious by the Washington State Department of Agriculture, 17 the local Weed District, or the County Noxious Weed Control Board and other species 18 identified by the Contracting Agency shall be controlled on the project in accordance 19 with the weed and pest control plan. + 20 21 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 22 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including 23 erosion control seeding area and vegetation preservation areas, as designated by the 24 Engineer. 25 26 This section is supplemented with the following new sub-sections: 27 28 8-02.3(3)A Planting Area Weed Control 29 All planting areas shall be prepared so that they are weed and debris free at the time 30 planting and until completion of the project.The planting areas shall include the entire 31 ground surface, regardless of cover, all planting beds, areas around plants, and those 32 areas shown in the Plans. 33 34 All applications of post-emergent herbicides shall be made while green and growing 35 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 36 these Specifications,the Contractor shall physically remove and bag the seed heads. 37 All physically removed vegetation and seed heads shall be disposed of off site at no 38 cost to the Contracting Agency. 39 40 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square 41 and shall be secured by a minimum of 5-staples per mat. Mats and staples shall be 42 installed according to the manufacturer's recommendations. 43 44 8-02.3(3)B Chemical Pesticides 45 Application of chemical pesticides shall be in accordance with the label 46 recommendations, the Washington State Department of Ecology, local sensitive area 47 ordinances, and Washington State Department of Agriculture laws and regulations. Only 48 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 49 Way at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use.htm may be 50 used. 51 ASSEMBLED AMENDMENTS 23 urr 1 The applicator shall be licensed by the State of Washington as a Commercial Applicator 2 or Commercial Operator with additional endorsements as required by the Special 3 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 4 evidence that all operators are licensed with appropriate endorsements, and that the 5 pesticide used is registered for use by the Washington State Department of Agriculture. 6 All chemicals shall be delivered to the job site in the original containers. The licensed 7 applicator or operator shall complete a Commercial Pesticide Application Record (DOT 8 Form 540-509) each day the pesticide is applied, and furnish a copy to the Engineer by wr 9 the following business day. 10 11 The Contractor shall ensure confinement of the chemicals within the areas designated. 12 The use of spray chemical pesticides shall require the use of anti-drift and activating 13 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 14 15 The Contractor shall assume all responsibility for rendering any area unsatisfactory for r 16 planting by reason of chemical application. Damage to adjacent areas, either on or off 17 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 18 property owner, and the cost of such repair shall be borne by the Contractor. to 19 20 8-02.3(5) Planting Area Preparation 21 In the first paragraph,the second sentence is revised to read: 22 to 23 Material displaced by the Contractor's operations that interferes with drainage shall be 24 removed from the channel and disposed of as approved by the Engineer. 25 „o 26 8-02.3(7) Layout of Planting 27 The second paragraph is deleted. 28 so 29 8-02.3(8) Planting 30 In the second paragraph,the first and second sentences are revised to read: 31 32 Under no circumstances will planting be permitted during unsuitable soil or weather + 33 conditions as determined by the Engineer. Unsuitable conditions may include frozen 34 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 35 water levels. 36 37 The fourth paragraph is revised to read: 38 4100 39 Plants shall not be placed below the finished grade. 40 41 The fifth paragraph is revised to read: 42 +rr 43 Planting hole sizes for plant material shall be in accordance with the details shown in 44 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 45 as 46 The following new paragraph is inserted after the fifth paragraph: 47 48 All cuttings shall be planted immediately if buds begin to swell. 49 to 50 8-02.3(9) Pruning, Staking, Guying, and Wrapping 51 In the first paragraph,the last sentence is revised to read: 52 to to ASSEMBLED AMENDMENTS 24 No 1 All other pruning shall be performed only after the plants have been in the ground at 2 least one year and when plants are dormant. 3 4 8-02.3(13) Plant Establishment 5 In the third paragraph,the first sentence is revised to read: 6 7 During the first-year plant establishment period,the Contractor shall perform all Work 8 necessary to ensure the resumption and continued growth of the transplanted material. 9 10 In the fourth paragraph, "propose" is revised to read "submit". 11 12 8-02.3(15) Live Fascines 13 In the first paragraph, the fourth sentence is revised to read: 14 15 Dead branches may be placed within the live fascine and on the side exposed to the air. 16 17 in the second paragraph,the third sentence is deleted. 18 19 In the second paragraph,the seventh sentence is revised to read: 20 21 The live stakes shall be driven through the live fascine vertically into the slope. 22 23 8-02.3(16)A Lawn Installation 24 In the third paragraph, the last two items"West of the summit of the Cascade Range- March 25 1 to October 1." and "East of the summit of the Cascade Range-April 15 to October 1." are 26 revised to read: 27 28 Western Washington Eastern Washington 29 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 30 March through May 15 October 1 through November 15 31 September 1 through October 1 32 33 The fifth paragraph is revised to read: 34 35 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown 36 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 37 even grade without low areas that trap water and compacted, all as approved by the 38 Engineer. 39 40 In the sixth paragraph,the last sentence is revised to read: 41 42 Following placement,the sod shall be rolled with a smooth roller to establish contact 43 with the soil. 44 45 8-02.4 Measurement 46 The seventh paragraph is revised to read: 47 48 Fine compost, medium compost and coarse compost will be measured by the cubic 49 yard in the haul conveyance at the point of delivery. 50 ASSEMBLED AMENDMENTS 25 fi wr 1 8-02.5 Payment 2 The following new paragraph is inserted above the paragraph beginning with "Payment shall 3 be increased to 90-percent......": 4 5 Plant establishment milestones are achieved when plants meet conditions described in 6 Section 8-02.3(13). 7 8 The following is inserted after the bid item "Fine Compost": w 9 10 "Medium Compost", per cubic yard. 11 + 12 The paragraph for the bid item "Weed Control" is revised to read: 13 14 "Weed and Pest Control", will be paid in accordance with Section 1-09.6. 15 16 The following new paragraph is inserted after the bid item "Soil Amendment": 17 18 The unit Contract price per cubic yard for"Soil Amendment"shall be full pay for 19 furnishing and incorporating the soil amendment into the existing soil. 20 21 The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch": 22 23 The unit Contract price per cubic yard for"Bark or Wood Chip Mulch"shall be full pay 24 for furnishing and spreading the mulch onto the existing soil. 25 26 03.AP8 27 SECTION 8-03, IRRIGATION SYSTEMS 28 January 4, 2010 29 8-03.1 Description 30 In this section, "staked" is revised to read "approved by the Engineer." 31 32 8-03.3 Construction Requirements 33 The second paragraph is revised to read: 34 35 Potable water supplies shall be protected against cross connections in accordance with 36 applicable Washington State Department of Health rules and regulations and approval 37 by the local health authority. 38 ` 39 8-03.3(1) Layout of Irrigation System 40 This section is revised to read: 41 42 The Contractor shall stake the irrigation system following the schematic design shown in 43 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 44 layout may be expected in order to conform to ground conditions and to obtain full and 45 adequate coverage of plant material with water. However, no changes in the system as 46 planned shall be made without prior authorization by the Engineer. 47 48 This section is supplemented with the following new sub-section: 49 rr ASSEMBLED AMENDMENTS 26 1 8-03.3(1)A Locating Irrigation Sleeves 2 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation 3 sleeves placed during general construction prior to installation of the irrigation system 4 shall be marked at both ends with a 2x4x24-inch wood stake extending 6-inches out of 5 the soil and painted blue on the exposed end. 6 7 8-03.3(2) Excavation 8 In the first paragraph, the fourth sentence is revised to read: 9 10 Trenches through rock or other material unsuitable for trench bottoms and sides shall 11 be excavated 6-inches below the required depth and shall be backfilled to the top of the 12 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 13 not contain rocks 2-inches or greater in diameter or other materials that can damage 14 pipe. 15 16 The second paragraph is revised to read: 17 18 The Contractor shall exercise care when excavating pipe trenches near existing trees to 19 minimize damage to tree roots.Where roots are 1-1/2-inches or greater in diameter, the 20 trench shall be hand excavated and tunneled under the roots.When large roots are 21 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, 22 for protection and to prevent excessive drying. The material must be kept moist until the 23 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 24 1-1/2-inches in diameter shall have severed roots cleanly cut.Trenches having exposed 25 tree roots shall be backfilled within 24-hours unless adequately protected by moist 26 material as approved by the Engineer. All material and fastenings used to cover the 27 roots shall be removed before backfilling. 28 29 The third paragraph is revised to read: 30 31 Detectable marking tape shall be placed in all trenches 6-inches directly above, parallel 32 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 33 aluminum sleeves, conduits and casing pipe.The width of the tape and installation 34 depth shall be as recommended by the manufacturer for the depth of installation or as 35 shown in the Plans. 36 37 8-03.3(3) Piping 38 This section is revised to read: 39 40 All water lines shall be a minimum of 18-inches below finished grade measured from the 41 top of the pipe or as shown in the Plans. All live water mains to be constructed under 42 existing pavement shall be placed in steel casing jacked under pavement as shown in 43 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 44 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2-feet beyond 45 the limits of pavement. All jacking operations shall be performed in accordance with an 46 approved jacking plan. Where possible; mains and laterals or section piping shall be 47 placed in the same trench. All lines shall be placed a minimum of 3-feet from the edge 48 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will 49 not be allowed for installation and placement of irrigation pipe. 50 51 Mainlines and lateral lines shall be defined as follows: 52 ASSEMBLED AMENDMENTS 27 1 Mainlines: All supply pipe and fittings between the water meter and the irrigation wr 2 control valves. 3 4 Lateral Lines:All supply pipe and fittings between the irrigation control valves 5 and the connections to the irrigation heads. Swing joints,thick walled PVC or 6 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 7 considered part of the lateral line but incidental components of the irrigation heads. 8 9 8-03.3(4) Jointing 10 In the second paragraph, the third sentence is revised to read: 11 12 Threaded galvanized steel joints shall be constructed using either a nonhardening, 13 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 14 manufacturer, or as shown in the Plans. 15 o" 16 In the last sentence of the second paragraph, "will" is revised to read "shall". 17 18 In the fourth sentence of the third paragraph, "will' is revised to read "shall" and "at" is do 19 revised to read "of". 20 21 In the fifth paragraph,the first sentence is revised to read: 22 " 23 On PVC or polyethylene-to-metal connections, work the metal connection first. 24 25 In the fifth paragraph,the third sentence is revised to read: w. 26 27 Connections between metal and PVC or polyethylene are to be threaded utilizing 28 female threaded PVC adapters with threaded schedule 80-PVC nipple only. 29 30 In the sixth paragraph, the second sentence is revised to read: 31 32 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 33 and inserted to the full depth of the fitting. 34 35 8-03.3(5) Installation 36 The following new paragraph is inserted after the third paragraph: 37 38 All automatic control valves, flow control valves, and pressure reducing valves shall be 39 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 40 appropriate sized valve box and where appropriate, upstream of the automatic control 41 valves. Manual and automatic valves installed together shall be in an appropriate sized 42 box with 3-inches of clearance on all sides. w■ 43 44 The fourth paragraph is revised to read: 45 as 46 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 47 between 1/2-inch and 1-inch above finished grade or mulch, or as shown in the Plans. 48 49 The following new paragraph is inserted after the fourth paragraph: aw 50 51 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 52 or within a control valve assembly box upstream of the control valves. Valves, quick r ASSEMBLED AMENDMENTS 28 �r 1 couplers, and hose bibs shall have 3-inches of clearance on all sides within the valve 2 box. 4i 3 4 In the fifth paragraph "an" is revised to read "a minimum". 5 6 The following new paragraph is,inserted after the fifth paragraph: 7 8 Automatic controller pedestals or container cabinets shall be installed on a concrete 9 base as shown in the Plans or in accordance with the manufacturer's recommendations. 10 Provide three 1-inch diameter galvanized metal or PVC electrical wire conduits through 11 the base and 3-inches minimum beyond the edge or side of the base both inside and 12 outside of the pedestal. „ 13 14 8-03.3(6) Electrical Wire Installation 15 This section is revised to read: 16 17 All electrical work shall conform to the National Electric Code, NEMA Specifications and 18 in accordance with Section 8-20. Electrical wiring between the automatic controller and 19 automatic valves shall be direct burial and may share a common neutral. Separate 20 control conductors shall be run from the automatic controller to each valve.When more 21 than one automatic controller is required, a separate common neutral shall be provided 22 for each controller and the automatic valves which it controls. Electrical wire shall be 23 installed in the trench adjacent to or above the irrigation pipe, but no less than 12-inches 24 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10-foot 25 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 26 pipe,the wire shall be placed at a minimum depth of 18-inches and be"snaked"from 27 side to side in the trench. Each circuit shall be identified at both ends and at all splices 28 with a permanent marker identifying zone and/or station. 29 30 Wiring placed under pavement and walls, or through walls, shall be placed in an 31 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 32 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in 33 Section 9-29.1. 34 35 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 36 bases, or within control equipment boxes or pedestals. A minimum of 18-inches of 37 excess conductor shall be left at all splices,terminals and control valves to facilitate 38 inspection and future splicing.The excess wire shall be neatly coiled to fit easily into the 39 boxes. 40 ie 41 All 120-volt electrical conductors and conduit shall be installed by a certified electrician 42 including all wire splices and wire terminations. 43 44 All wiring shall be tested in accordance with Section 8-20.3(11). 45 46 Continuity ground and functionality testing shall be performed for all 24-volt direct burial 47 circuits.The Megger test, confirming insulation resistance of not less than 2 megohms 48 to ground in accordance with Section 8-20.3(11), is required. 49 50 8-03.3(7) Flushing and Testing 51 In the first paragraph "correct" is revised to read"as accurate" and "ordered" is revised to 52 read "required". ASSEMBLED AMENDMENTS 29 rr 1 2 The third paragraph is revised to read: 3 4 Main Line Flushing 5 All main supply lines shall receive two fully open flushing's to remove debris that may 6 have entered the line during construction:The first before placement of valves and the 7 second after placement of valves and prior to testing. 8 + + 9 The fourth paragraph is revised to read: 10 11 Main Line Testing 12 All main supply lines shall be purged of air and tested with a minimum static water 13 pressure of 150-psi for 60-minutes without introduction of additional service or pumping 14 pressure. Testing shall be done with one pressure gauge installed on the line, in the 15 location required by the Engineer. For systems using a pump, an additional pressure 16 gauge shall be installed at the pump when required by the Engineer. Lines that show 17 loss of pressure exceeding 5-psi at the ends of specified test periods will be rejected. 18 19 The fifth paragraph is deleted. 20 21 In the sixth paragraph, "any" is revised to read "all". 22 23 In the seventh paragraph, the second sentence is revised to read: 24 25 The operating line pressure shall be maintained for 30-minutes with valves closed and + . 26 without introduction of additional service or pumping pressure. 27 28 In the eighth paragraph,the fourth and fifth sentences are revised to read: 29 30 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 31 etc., located downstream of the break or disruption of service, and make all needed 32 repairs to ensure that the entire irrigation system is operating properly. + 33 34 8-03.3(8) Adjusting System 35 In the first paragraph,the last sentence is revised to read: 36 37 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water 38 to pavement, walks, or Structures. 39 aw 40 8-03.3(11) System Operation 41 In the first paragraph,the last sentence is revised to read: 42 43 The final inspection of the irrigation system will coincide with the end of the Contract or 44 the end of first-year plant establishment,which ever is later. 45 46 In the second paragraph "ordered"is revised to read "required". 47 48 In the third paragraph,the last sentence is revised to read: 49 50 Potable water shall not flow through the cross-connection control device to any 51 downstream component until tested and approved for use by the local health authority 52 in accordance with Section 8-03.3(12). OW dr ASSEMBLED AMENDMENTS 30 WN 1 2 The fourth paragraph is revised to read: r 3 4 In the spring,when the drip irrigation system is in full operation,the Contractor shall 5 make a full inspection of all emitters, and irrigation heads. This shall involve visual 6 inspection of each emitter and irrigation head under operating conditions. All 7 adjustments,flushing, or replacements to the system shall be made at this time to 8 ensure the proper operation of all emitters and irrigation heads. 9 10 8-03.3(12) Cross Connection Control Device Installation 11 In the first sentence of the first paragraph "serving utility" is revised to read "local health 12 authority". 13 14 8-03.3(13) Irrigation Water Service 15 The first paragraph is revised to read: 16 17 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 18 arrange for a water meter installation(s)for the irrigation system at the locations and 19 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's ■r 20 responsibility to contact the Engineer to schedule the water meter installation. The 21 Contractor shall provide a minimum of 60-calendar days notice to the Engineer prior to 22 the desired water meter installation date. 23 24 In the second paragraph, "will" is revised to read "shall". 25 26 8-03.3(14) Irrigation Electrical Service 27 The first paragraph is revised to read: 28 29 The Contracting Agency shall arrange for electrical service connection(s)for operation 30 of the automatic electrical controller(s) at the locations as shown in the Plans. The 31 Contractor shall splice and run conduit and wire from the electrical service 32 connection(s), or service cabinet to the automatic electrical controller and connect the 33 conductors to the circuit(s) per the controller manufacturer's diagrams or 34 recommendations. 35 36 In the second paragraph, "conduit" is revised to read "conduits". 37 38 08.AP8 39 SECTION 8-08, RUMBLE STRIPS , 40 April 5, 2010 41 8-08.3 Construction Requirements 42 In the fourth paragraph, the first and second sentences are combined to read: 43 44 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 45 requirements of Section 5-02 following the completion of the shoulder rumble strip. 46 wr ASSEMBLED AMENDMENTS 31 ad 1 14.AP8 2 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 3 April 5, 2010 4 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit 5 This section including heading is revised to read: 6 7 8-14.3(5) Detectable Warning Surface 8 Detectable warning surfaces shall consist of truncated domes as shown in the Plans. 9 Where a detectable warning surface is to be applied,the Contractor shall attach the 10 detectable warning surface to the pavement surface according to the manufacturer's w 11 recommendations. The detectable warning surface shall be located as shown in the 12 Plans. 13 14 The Contractor shall use one of the detectable warning surface products listed in the 15 Qualified Products List or submit another product for approval by the Project Engineer. 16 If the Plans require, the detectable warning surface shall be capable of being bonded to 17 a cement concrete surface or to an asphalt concrete surface. Vertical edges of the 18 detectable warning surface shall be flush with the adjoining surface to the extent 19 possible (otherwise not be more than 1/4-inch above the surface of the pavement) after 20 installation. 21 ow 22 8-14.4 Measurement 23 The second sentence in the first paragraph is revised to read: 24 ++� 25 Cement concrete curb ramp type will be measured per each for the complete 26 curb ramp type installed and includes the installation of the detectable warning surface. 27 28 The second paragraph is revised to read: 29 30 Detectable warning surface will be measured by the square foot of detectable warning 31 surface material installed as shown in the Plans. 32 33 8-14.5 Payment 34 The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following wr 35 new paragraph: 36 37 The unit Contract price per each for"Cement Concrete Curb Ramp Type ", shall be 38 full pay for installing the curb ramp as specified including the"Detectable Warning 39 Surface". 40 41 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read 42 "Detectable Warning Surface". 43 44 15.AP8 45 SECTION 8-15, RIPRAP 46 January 4, 2010 47 8-15.2 Materials 48 The referenced sections for the following items are revised to read: 49 r 60 ASSEMBLED AMENDMENTS 32 aw 1 Heavy Loose Riprap 9-13 2 Light Loose Riprap 9-13 3 Hand Placed Riprap 9-13 4 Sack Riprap 9-13 5 Quarry Spalls 9-13 6 7 17.AP8 8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 9 April 5, 2010 lo 8-17.4 Measurement 11 The first paragraph is supplemented with the following new sentence: 12 13 Only the maximum number of temporary impact attenuators installed at any one time 14 within the project limits will be measured for payment. 15 16 8-17.5 Payment 17 In the second paragraph following the bid item "Resetting Impact Attenuator",the first 18 sentence is revised to read: + 19 20 If an impact attenuator is damaged by a third party, repairs shall be made in accordance 21 with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". 22 23 20.AP8 24 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 25 ELECTRICAL ' 26 April 5, 2010 27 8-20.1 Description 28 In the first paragraph item number 3 is revised to read: 29 30 3. Intelligent Transportation Systems (ITS) 31 32 8-20.3(4) Foundations 33 In the 12th paragraph, item number 2 is revised to read: 34 35 2. The top heavy-hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 36 tightened by the Turn-Of-Nut Tightening Method to minimum rotation of 1/a-turn (90 37 degrees) and a maximum rotation of/3-turn (120 degrees) past snug tight. 38 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 39 past snug tight. 40 41 In the 12th paragraph,the following is inserted after item number 2: 42 43 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 44 the Turn-of-Nut Tightening Method to minimum rotation of 1/8-turn (45 degrees) 45 and a maximum rotation of 1/6-turn (60 degrees) past snug tight. Permanent 46 marks shall be set on the base plate and nuts to indicate nut rotation past snug 47 tight. ASSEMBLED AMENDMENTS 33 rf 1 2 8-20.3(5) Conduit 3 In the fifth sentence of the fourth paragraph, "conforms"is revised to read "conforming". 4 5 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 6 In item number 2 of the second paragraph, 'top course" is deleted and "per" is revised to 7 read "in accordance with". 8 9 8-20.3(8) Wiring 10 The following new two paragraphs are inserted after the first table: 11 ww 12 Splices and taps on underground circuits shall be made with solderless crimp 13 connectors meeting the requirements of Section 9-29.12. 14 15 Only one conductor or one multi conductor cable per wire entrance will be allowed in "�" 16 any rigid mold splice. 17 18 In the eleventh paragraph item number 5 is revised to read: go 19 20 5. Video detection camera lead-in cable - the numbers of the phases the camera 21 served. 22 dr 23 In the eleventh paragraph the following is added after item number 5: 24 25 6. For ITS cameras—the number of the camera indicated in the Contract and the to 26 number of the associated cabinet as indicated on the Plans. 27 28 7. Communication cable -- labeled as Comm. 29 30 This section is supplemented with the following new paragraph: 31 32 Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will 33 be allowed in the same raceway with 480 VAC illumination cable. 34 35 8-20.4 Measurement 36 The first sentence is revised to read: 37 38 No specific unit of measurement will apply to the lump sum items for illumination 39 system, intelligent transportation system (ITS), or traffic signal systems, but 40 measurement will be for the sum total of all items for a complete system to be furnished 41 and installed. 42 43 8-20.5 Payment 44 All references to "Intelligent Transportation System"are revised to read"ITS". 45 46 21.AP8 47 SECTION 8-21, PERMANENT SIGNING 48 January 4, 2010 49 8-21.3(4) Sign Removal 50 In the fourth paragraph, the following sentence is inserted after the second sentence: +rr ASSEMBLED AMENDMENTS 34 +�r 1 2 Where signs are removed from existing overhead sign Structures, the existing vertical 3 sign support braces shall also be removed. 4 5 In the fourth paragraph,the third sentence is revised to read: 6 7 Aluminum signs,wood signs, wood sign posts,wood structures, metal sign posts, wind 8 beams, and other metal structural members, and all existing fastening hardware 9 connecting such members being removed, shall become the property of the Contractor 10 and shall be removed from the project. 11 12 01.AP9 13 SECTION 9-01, PORTLAND CEMENT 14 April 5, 2010 15 9-01.2(1) Portland Cement 16 In the first paragraph, all the text after"shall not exceed 8-percent by weight" is deleted and 17 the paragraph ends. 18 - 1i 19 In the second paragraph, "per" is revised to read "in accordance with". 20 21 03.AP9 22 SECTION 9-03, AGGREGATES 23 January 4, 2010 24 In this Division, all references to "AASHTO TP 61"are revised to read "AASHTO T 335". ' 25 26 04.AP9 27 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 28 January 4, 2010 29 9-04.11 Butyl Rubber 30 This section including title is revised to read: 31 32 9-04.11 Butyl Rubber and Nitrile Rubber 33 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 34 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and 35 conform to ASTM D 2000, M1 BG 610. 36 + 37 05.AP9 38 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 39 January 4, 2010 40 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 41 and Profile Wall PVC Sanitary Sewer Pipe 42 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 43 44 9-05.13 Ductile Iron Sewer Pipe 45 The second and third paragraphs are revised to read: 46 ASSEMBLED AMENDMENTS 35 No 1 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 2 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 3 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The 4 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 5 the Class indicated on the Plans or in the Special Provisions. 6 7 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical 8 type meeting the requirements of AWWA C111. 9 10 Division 9-05 is supplemented with the following new sections: 11 12 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 13 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 14 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-inch 15 to 60-inch diameter with silt-tight joints. 16 17 Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a 18 bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to 19 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the 20 manufacturer. 21 22 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires 23 an approved joint system and a formal quality control plan for each plant proposed for 24 consideration. 25 ow 26 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 27 materials delivered to the project.The certificate shall clearly identify production lots for 28 all materials represented. The Contracting Agency may conduct verification tests of pipe 29 stiffness or other properties as it deems appropriate. 30 31 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 32 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM 33 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 34 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for 35 which a manufacturer has submitted a qualified joint. Qualified manufacturers and 36 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 37 molded, injection molded, or factory welded. 38 39 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell 40 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets 41 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 42 manufacturer. wr 43 44 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 45 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 46 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 47 consideration. 48 49 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 50 materials delivered to the project.The certificate shall clearly identify production lots for 51 all materials represented. The Contracting Agency may conduct verification tests of pipe 52 stiffness or other properties as it deems appropriate. ASSEMBLED AMENDMENTS 36 rr 1 2 9-05.23 High Density Polyethylene (HDPE) Pipe r 3 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 4 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 5 designation of PE 3408. 6 7 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 8 9 HDPE pipe shall be joined into a continuous length by an approved joining method. 10 11 The joints shall not create an increase in the outside diameter of the pipe. The joints 12 shall be fused, snap together or threaded. The joints shall be water tight, rubber 13 gasketed if applicable, and pressure testable to the requirements of ASTM D 321.2. 14 15 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the 16 manufacturer's recommendations. Fusion equipment used in the joining procedure 17 shall be capable of meeting all conditions recommended by the pipe manufacturer, 18 including but not limited to fusion temperature, alignment, and fusion pressure. All field 19 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, 20 fusion pressure and a graphic representation of the fusion cycle shall be part of the 21 Quality Control records. Electro fusion may be used for field closures as necessary. 22 Joint strength shall be equal or greater than the tensile strength of the pipe. 23 24 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 25 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and ; 26 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM rrt 27 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 28 29 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 30 this specification. 31 ,x 32 The supplier shall furnish a Manufacturer's Certification of Compliance stating the 33 materials meet the requirements of ASTM D 3350 with the correct cell classification with 34 the physical properties listed above. The supplier shall certify the dimensions meet the 35 requirements of ASTM F 714 or as indicated in this Specification or the Plans. 36 .r► 37 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 38 defects and tested for Elevated Temperature Sustain Pressure in accordance with 39 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 40 from the date of manufacture. "+ 41 42 At the time of delivery,the pipe shall be homogeneous throughout, uniform in color,free 43 of cracks, holes, foreign materials, blisters, or deleterious faults. w 44 45 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 46 manufacturer, SDR, size, material, machine, and date on which the pipe was 47 manufactured. 48 err ASSEMBLED AMENDMENTS 37 rr 1 07.AP9 2 SECTION 9-07, REINFORCING STEEL 3 January 4, 2010 4 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 5 This sections title is revised to read: 6 7 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 8 Rehabilitation) 9 10 08.AP9 11 SECTION 9-08, PAINTS AND RELATED MATERIALS 12 January 4, 2010 13 9-08.1(2)C Inorganic Zinc Rich Primer 14 In the first paragraph, the reference to "Type II" is revised to read 'Type I". 15 16 9-08.1(2)D Organic Zinc Rich Primer 17 This section is revised to read: 18 19 Organic zinc rich primer shall be a high performance two-component epoxy conforming 20 to SSPC Paint 20 Type II. 21 22 14.AP9 23 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 24 April 5, 2010 25 9-14.3 Fertilizer 26 In the first paragraph, the second sentence is revised to read: 27 28 It may be separate or in a mixture containing the percentage of total nitrogen, available 29 phosphoric acid,water-soluble potash, or sulfur in the amounts specified. 30 31 9-14.4(1) Straw 32 This section is revised to read: 33 34 Straw shall be in an air dried condition free of noxious weeds, seeds, and other 35 materials detrimental to plant life. Hay is not acceptable. 36 37 All straw material shall be Certified Weed Free Straw using North American Weed 38 Management Association (NAWMA) standards or the Washington Wilderness Hay and 39 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. 40 Information can be found at htW/www.nwcb.wa.gov. 41 low 42 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that 43 the material is steam or heat treated to kill seeds, or shall provide U.S.,Washington, or 44 other State's Department of Agriculture laboratory test reports, dated within 90 days 45 prior to the date of application, showing there are no viable seeds in the straw. `. 46 47 Straw mulch shall be suitable for spreading with mulch blower equipment. 48 ASSEMBLED AMENDMENTS 38 r� 1 9-14.4(2) Wood Cellulose Fiber 2 This section including title is revised to read: 3 4 9-14.4(2) Fiber Mulch 5 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and 6 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with 7 a hydroseeder or mulch blower equipment. 8 9 This section is supplemented with the following new sub-sections: 10 11 9-14.4(2)A Cellulose Fiber Mulch 12 Cellulose Fiber Mulch shall be recycled (pulp)fiber such as newsprint, magazine stock, ; 13 corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, 14 germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. 15 16 If Cellulose Fiber Mulch contains cotton or straw,the Contractor shall provide 17 documentation that the material is steam or heat treated to kill seeds, or shall provide 18 U.S., Washington, or other State's Department of Agriculture laboratory test reports, 19 dated within 90 days prior to the date of application, showing there are no viable seeds „r 20 in the mulch. 21 22 Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in 23 slurry tanks with water, the fibers will become uniformly suspended, without clumping,to 24 form a homogeneous slurry. When hydraulically applied,the material shall form a strong 25 moisture-holding mat that allows the continuous absorption and infiltration of water. 26 27 Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the 28 material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain 29 concrete or painted surfaces. 30 31 Cellulose Fiber Mulch furnished by the Contractor shall be pre-packaged by the 32 manufacturer. The Contractor shall supply independent test results from the National 33 Transportation Product Evaluation Program (NTPEP) or other accredited, independent 34 testing laboratory as approved by the Engineer to assure compliance with the minimum 35 requirements in the following table: 36 Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor= 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall-Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the National Resources (RUSLE) Conservation Service (NRCS) Soil Texture Triangle *** ■ri ASSEMBLED AMENDMENTS 39 11111 it 1 *ASTM test methods developed for Rolled Erosion Control Products (RECPs) with 2 the only modification being that Hydraulic Erosion Control Products (HECPs) are 3 applied to the test plot. 4 5 ***Available at: 6 httg://soils.usda.aov/education/resources/lessons/texture/textural tri hi.'Da 7 8 9-14.4(2)B Wood Fiber Mulch 9 Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or 10 recycled wood chips or similar woody material. The wood shall be manufactured to 11 produce long-strand fibers that physically interlock to form a strong moisture holding 12 mat that allows the absorption and infiltration of water.Wood Fiber Mulch shall be free 13 from paper, straw, cotton,jute, hemp, coconut, rock, metal, and plastic. 14 15 Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the 16 material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain 17 concrete or painted surfaces. 18 19 Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry 20 tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. 21 22 Wood Fiber Mulch furnished by the Contractor shall be pre-packaged by the 23 manufacturer. The Contractor shall supply independent test results from the National 24 Transportation Product Evaluation Program (NTPEP) or other accredited, independent 25 testing laboratory as approved by the Engineer to assure compliance with the minimum +rr 26 requirements in the following table: 27 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor=0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall-Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the NRCS Soil Texture (RUSLE) .� I Trian le*** 28 *ASTM test methods developed for Rolled Erosion Control Products (RECPs) with 29 the only modification being that Hydraulic Erosion Control Products (HECPs) are 30 applied to the test plot. 31 32 ***Available at: 33 httr)://soils.usda.aov/education/resources/lessons/texture/textural tri hi iga ASSEMBLED AMENDMENTS 40 1 2 9-14.4(3) Bark or Wood Chips 3 The first paragraph is revised to read: 4 5 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species 6 and shall not contain resin,tannin, or other compounds in quantities that would be 7 detrimental to plant life. Sawdust shall not be used as mulch. 8 9 This section is supplemented with the following: 10 11 Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior 12 to placement and shall meet the following loose volume gradation: 13 Percent Passirt Sieve Size Minimum Maximum 2" 95 100 ' No. 4 0 30 14 15 16 9-14.4(4) Wood Strand Mulch 17 This first paragraph is revised to read: 18 r 19 Wood strand mulch shall be a blend of angular, loose, long,thin wood pieces that are 20 frayed, with a high length-to-width ratio and shall be derived from native conifer or 21 deciduous trees. A minimum of 95 percent of the wood strand shall have lengths 22 between 2 and 10-inches. At least 5 percent of the length of each strand shall have a 23 width and thickness between '/,s and 'h-inch. No single strand shall have a width or 24 thickness greater than '/.-inch. 25 26 The mulch shall not contain salt, preservatives, glue, resin,tannin, or other compounds 27 in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings 28 shall not be acceptable. Products shall be tested according to WSDOT Test Method 29 125 prior to acceptance. 30 31 9-14.4(6) Gypsum 32 This section is revised to read: 33 34 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 35 100 percent shall pass through a No. 8 sieve. 36 37 9-14.4(7) Tackifier 38 This section is revised to read: 39 40 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifier shall 41 contain no growth or germination inhibiting materials, and shall not reduce infiltration 42 rates. Tackifier shall hydrate in water and readily blend with other slurry materials. 43 44 All tackifiers shall meet the following requirements: 45 Properties Test Method Requirements Viscosity* ASTM D 2364 4000 cPs minimum rrr ASSEMBLED AMENDMENTS 41 1 2 "Testing shall be performed by an accredited independent laboratory. 3 4 This section is supplemented with the following new sub-sections: 5 6 9-14.4(7)A Organic Tackifier 7 Organic tackifier shall be derived from natural plant sources and shall have an MSDS 8 that demonstrates to the satisfaction of the Engineer that the product is not harmful to 9 plants, animals, and aquatic life. 10 11 9-14.4(7)B Synthetic Tackifier +rr 12 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the 13 Engineer that the product is not harmful to plants, animals, and aquatic life. 14 15 9-14.4(8) Compost 16 In the third paragraph, number 1. is revised to read: 17 18 1. Compost material shall be tested in accordance with U.S. Composting Council 19 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- 20 B, "Sample Sieving for Aggregate Size Classification". 21 Fine Compost shall meet the following gradation: 22 Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 /$" 90 100 '/d' 75 1 000 23 Maximum particle length of 6-inches. 24 25 Medium Compost shall meet the following gradation: 26 Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 /a" 90 100 '/a" 75 85 27 Maximum particle length of 6-inches. 28 29 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and WW 30 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of 31 "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N" using 32 TMECC 04.02D. 33 34 Coarse Compost shall meet the following gradation: 35 Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 ASSEMBLED AMENDMENTS 42 da 3/4" 70 100 1/d' 40 160 1 Maximum particle length of 6-inches. 2 3 In number 8. of the third paragraph,the reference to"manufacturer" is revised to read 4 "Contractor". 5 6 9-14.4(8)A Compost Approval 7 This sections title is revised to read: 8 9 9-14.4(8)A Compost Submittal Requirements 10 11 The first sentence is revised to read: 12 13 The Contractor shall submit the following information to the Engineer for approval: 14 15 Number 1. is revised to read: 16 17 1. The Qualified Products List printed page or a Request for Approval of Material 18 (DOT Form 350-071 EF). 19 20 In number 3., the reference to"manufacturer" is revised to read "Contractor" and the 21 reference to "analyses" is revised to read "analysis". 22 23 9-14.4(8)B Compost Acceptance 24 This section is revised to read: 25 26 Fourteen days prior to application, the Contractor shall submit a sample of the compost 27 approved for use, and a STA test report dated within 90 calendar days of the 28 application, and the list of feed stocks by volume for each compost type to the Engineer 29 for review. 30 31 The Contractor shall use only compost that has been tested within 90 calendar days of 32 application and meets the requirements in Section 9-14.4(8). Compost not conforming 33 to the above requirements or taken from a source other than those tested and accepted 34 shall not be used. 35 36 9-14.4(9) Bonded Fiber Matrix (BFM) 37 This section is revised to read: ,rr 38 39 Bonded Fiber Matrix (BFM) shall be a hydraulically-applied blanket/mulch/matrix 40 comprised of biodegradable, thermally processed,defibrated, long strand fibers from 41 natural or recycled wood chips or similar woody material, weed free straw, cotton, 42 coconut,jute, and/or hemp. The fibers shall physically interlock to form a strong 43 moisture holding mat that allows the absorption and infiltration of water. BFM shall be 44 free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper ,r 45 and meets the requirements in Section 9-14.4(2)A. 46 47 The BFM shall be manufactured in such a manner that when agitated in slurry tanks 48 with water,the fibers will be uniformly suspended to form a homogeneous slurry. 49 ASSEMBLED AMENDMENTS 43 1 Within 48 hours the BFM shall bond with the soil surface to create a continuous, „ 2 absorbent, flexible erosion resistant blanket that allows for seed germination and plant 3 growth. 4 5 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall 6 be non-toxic to plants, animal, and aquatic life and shall not stain concrete or painted 7 surfaces. 8 9 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with 10 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not 11 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of 12 additives or components be acceptable. 13 14 The Contractor shall supply independent test results from the National Transportation 15 Product Evaluation Program (NTPEP) or other accredited independent testing 16 laboratory as approved by the Engineer to assure compliance with the minimum 17 requirements in the following table: 18 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T A minimum of 50%of the 126 fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves ■r Tackifier,Type A or Type See Section 9-14.4(7)A Minimum 10 percent by B weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with C Factor= 0.10 r Protecting Slopes from 0.12-inch average maximum using Revised Rainfall-Induced Erosion raindrop size.** Test in Universal Soil Loss one soil type. Soil Equation (RUSLE) tested shall be loam as defined by the NRCS Soil Texture Triangle*** Thickness ASTM D 6525* 0.10-inch minimum Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/ d2 minimum 19 *ASTM test methods developed for Rolled Erosion Control Products (RECPs)with ,r 20 the only modification being that Hydraulic Erosion Control Products (RECPs) are 21 applied to the test plot. 22 23 ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 24 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 25 per hour with three successive test durations of 30 minutes each test in 24 hour 26 intervals may be substituted. err ASSEMBLED AMENDMENTS 44 rrr 1 2 ***Available at: ri 3 http://soils usda gov/education/resources/lessons/texture/textural tri hi.ipg 4 5 6 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) 7 This section including title is revised to read: 8 9 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced 10 Matrix (FRM) 11 The MBFM/FRM shall be a hydraulically-applied blanket/mulch/matrix comprised of 12 biodegradable, thermally processed, defibrated, long-strand fibers from natural or 13 recycled wood chips or similar woody material, straw, coconut,jute, and/or hemp.The 14 MBFM/FRM shall contain a minimum of 5%by weight of biodegradable or 15 photodegradable polyfibers that are bent in multiple locations on each strand and that 16 physically interlock with the wood fibers to form a strong moisture holding mat that 17 allows the absorption and infiltration of water. The MBFM/FRM shall contain a cross- 18 linked polysaccharide tackifier. MBFM/FRM shall be free from paper, rock, metal, and 19 plastic. 20 21 MBFM/FRM shall be manufactured in such a manner that when agitated in slurry tanks 22 with water,the fibers will be uniformly suspended to form a homogeneous slurry. 23 24 The MBFM/FRM shall require no curing period upon application, and shall bond with the 25 soil surface to create a continuous, porous, absorbent, and flexible erosion resistant 26 blanket that allows for seed germination and plant growth. 27 28 MBFM/FRM shall be furnished premixed by the manufacturer. The MBFM/FRM shall be 29 furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the 30 product is not harmful to plants, animals, and aquatic life. Under no circumstances will 31 field mixing of additives or components be acceptable. 32 33 The Contractor shall supply independent test results from the National Transportation 34 Product Evaluation Program (NTPEP) or other accredited independent testing 35 laboratory as approved by the Engineer to assure compliance with the minimum 36 requirements in the following table: irtV 37 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier,Type A or See Section 9-14.4(7)A Minimum 10 percent by Type B weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity Organic Matter ASTM D 586* 90 percent minimum Content ASSEMBLED AMENDMENTS 45 Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with 0.12-inch C Factor= 0.05 Protecting Slopes average raindrop size.** maximum using Revised from Rainfall-Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil Texture Triangle *** Thickness ASTM D 6525* 0.15-inch minimum Ground Cover ASTM D 6567* 98 percent minimum r„ Mass Per Unit Area I ASTM D 6566* 11.0 oz/ d2 minimum 1 * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with 2 the only modification being that Hydraulic Erosion Control Products (HECPs) are 3 applied to the test plot. 4 ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 5 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 6 per hour with three successive test durations of 30 minutes each test in 24 hour 7 intervals may be substituted. 8 ***Available at: 9 http://soils.usda.aov/education/resources/lessons/texture/textural tri hi ipa 10 11 12 9-14.5(1) Polyacrylamide (PAM) 13 The third and fourth sentences are revised to read: 14 15 The minimum average molecular weight shall be greater than 5 mg/mole and minimum 16 30 percent charge density. The product shall contain at least 80 percent active 17 ingredients and have a moisture content not exceeding 10 percent by weight. 18 19 This section is supplemented with the following: 20 21 PAM shall be delivered in a dry granular or powder form. 22 23 9-14.5(2) Erosion Control Blanket 24 This section is revised to read: 25 26 Temporary erosion control blanket shall be made of natural plant fibers and meet the 27 following requirements: 28 Properties ASTM Test Method Requirements Protecting Slopes D 6459 with 0.12-inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) •• the NRCS Soil Texture Trian le** Dry Weight per D 6475 0.36 ib/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 1.0 Ib/sq.ft. minimum Protecting Soil tested shall be loam as ASSEMBLED AMENDMENTS 46 rr Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle** Induced Erosion Seed Germination D 7322* 200 percent minimum Enhancement 1 Netting, if present, shall be biodegradable with a life span not to exceed one year. 2 3 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 4 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 5 per hour with three successive test durations of 30 minutes each test-in 24 hour 6 intervals may be substituted. 7 8 **Available at: 9 http://soils usda aov/education/resources/lessons/texture/textural tri hi.ipa 10 11 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized °1d 12 fibers,filaments, or netting and shall meet the following requirements: 13 Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12-inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Trian le** Dry Weight per D 6475 0.50 Ib/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 2.0 Ib/sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle** Induced Erosion . Seed Germination D 7322 200 percent minimum Enhancement 14 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5-inches per hour for 15 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5-inches 16 per hour with three successive test durations of 30 minutes each test in 24 hour 17 intervals may be substituted. 18 **Available at: 19 http://soils usda gov/education/resources/lessons/texture/textural tri hi.iga 20 21 This section is supplemented with the following new sub-section: w 22 23 9-14.5(2)A Erosion Control Blanket Approval 24 The Contractor shall select Erosion Control Blanket products that bear the Quality and 25 Data Oversight and Review(ODOR) seal from the Erosion Control and Technology ASSEMBLED AMENDMENTS 47 rr 1 Council (ECTC). All materials selected shall be currently listed on the ODOR products 2 list available at http:www.ectc.or ./odor. 3 4 9-14.5(4) Geotextile- Encased Check Dam 5 In the second paragraph, the second and third sentences are revised to read: 6 7 The geotextile material shall overhang the foam by at least 6-inches at each end, and 8 shall have apron type flaps that extend a minimum of 24-inches on each side of the 9 check dam. The geotextile material shall meet the requirements for Temporary Silt 10 Fence in Section 9-33. 11 12 9-14.5(5) Wattles 13 This section is revised to read: 14 15 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 16 compost,wood chips, excelsior, or wood fiber or shavings encased within 17 biodegradable netting. Wattles shall be a minimum of 5-inches in diameter. Netting 18 material shall be clean, evenly woven, and free of encrusted concrete or other 19 contaminating materials such as preservatives. Netting material shall be free from cuts, 20 tears, or weak places and shall have a minimum lifespan of 6 months. 21 22 Compost filler shall be Coarse Compost and shall meet the material requirements as 23 specified in-Section 9-14.4(8). If wood chips are used they shall meet the material 24 requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent 25 of the fibers shall have a minimum length of 6-inches between 0.030 and 0.50-inches r. 26 wide, and between 0.017 and 0.13-inches thick. 27 28 9-14.5(6) Compost Sock 29 This section is revised to read: 30 31 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 32 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 33 Compost Socks shall be at least 8-inches in diameter. The fabric shall be clean, evenly 34 woven, and free of encrusted concrete or other contaminating materials and shall be 35 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas 36 and shall be free of any type of preservative. 37 38 Coarse Compost filler shall meet the material requirements as specified in Section 9- 39 14.4(8). 40 41 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 42 pine species.Wood stakes shall be 2-inch by 2-inch nominal dimension and 36-inches 43 in length, 44 45 9-14.5(7) Coir Log 46 This section is revised to read: 47 48 Coir logs shall be made of 100 percent durable coconut(coir) fiber uniformly compacted 49 within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile 50 strength.The netting shall have nominal 2-inch by 2-inch openings. Log segments shall 51 have a maximum length of 20 feet,with a minimum diameter as shown in the Plans. 52 Logs shall have a minimum density of 7 lbs/cf. wo ASSEMBLED AMENDMENTS 48 irr 1 2 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 3 have a notch to secure the rope ties. Rope ties shall be of 1/4-inch diameter 4 commercially available hemp rope. 5 6 9-14.6(1) Description 7 The fourth paragraph is revised to read: 8 9 Cuttings are live plant material without a previously.deve loped root system. Source 10 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 11 a sharp instrument. Cuttings may be collected. If cuttings are collected,the requirement 12 to be nursery grown or held in nursery conditions does not apply.Written permission 13 shall be obtained from property owners and provided to the Engineer before cuttings are 14 collected. The Contractor shall collect cuttings in accordance with applicable sensitive 15 area ordinances. Cuttings shall meet the following requirements: 16 17 A. Live branch cuttings shall have flexible top growth with terminal buds and may 18 have side branches.The rooting end shall be cut at an approximate 45 degree 19 angle. 20 21 B. Live stake cuttings shall have a straight top cut immediately above a bud.The 22 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes 23 are cut from one to two year old wood. Live stake cuttings shall be cut and 24 installed with the bark intact with no branches or stems attached, and be 1/2 to 25 11/2-inch in diameter. 26 27 C. Live pole cuttings shall have a minimum 2-inch diameter and no more than 28 three branches which shall be pruned back to the first bud from the main stem. 29 30 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 31 becoming erect at the apex. Rhizomes shall have a minimum of two-growth points. 32 Tubers shall be a thickened and short subterranean branch having numerous buds or 33 eyes. 34 35 9-14.6(2) Quality 36 The first paragraph is revised to read: 37 38 At the time of delivery all plant material furnished shall meet the grades established by 39 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 40 shall conform to the size and acceptable conditions as listed in the Contract, and shall 41 be free of all foreign plant material. 42 43 The third paragraph is revised to read: 44 45 All plant material shall be purchased from a nursery licensed to produce plants for sale 46 in Washington State. 47 48 This section is supplemented with the following new paragraph: 49 50 All nurseries and nursery vendors must have a business license issued by the 51 Washington State Department of Licensing with a"Nursery" endorsement. Upon .r ASSEMBLED AMENDMENTS 49 �r I request,the Contractor shall furnish the Engineer with copies of the applicable licenses 2 and endorsements. 3 4 9-14.6(3) Handling and Shipping 5 Item numbers 8 and 9 are revised to read: 6 7 8. Size. (Height, runner length, caliper, etc. as required.) 8 +• 9 9. Signature of shipper by authorized representative. 10 11 Item numbers 10 and 11 are deleted. 12 13 9-14.6(7) Temporary Storage 14 The first paragraph is revised to read: 15 16 Plants stored under temporary conditions prior to installation shall be the responsibility 17 of the Contractor. 18 19 15.AP9 20 SECTION 9-15, IRRIGATION SYSTEM 21 January 4, 2010 22 The first paragraph is supplemented with the following: 23 24 When the water supply for the irrigation system is from a non-potable source, irrigation wr 25 components shall have lavender indicators supplied by the equipment manufacturer. 26 27 9-15.3 Automatic Controllers 28 This section is revised to read: 29 30 The automatic controller shall be an electronic timing device for automatically opening 31 and closing control valves for predetermined periods of time. The automatic controller 32 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge 33 sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non-rusting 34 industrial grade stainless steel. The pedestal shall have a completely removable 35 locking faceplate to allow easy access to wiring. 36 37 The automatic controller housing shall have hasp and lock or locking device. All locks or aw 38 locking devices shall be master keyed and three sets of keys provided to the Engineer. 39 The controller shall be compatible with and capable of operating the irrigation system as 40 designed and constructed and shall include the following operating features: 41 42 1. Each controller station shall be adjustable for setting to remain open for any 43 desired period of time, from five minutes or less to at least 99 minutes. 44 2. Adjustments shall be provided whereby any number of days may be omitted 45 and whereby any one or more positions on the controller can be skipped. 46 When adjustments are made, they shall continue automatically within a 14-day 47 cycle until the operator desires to make new adjustments. 48 3. Controls shall allow any position to be operated manually, both on or off, 49 whenever desired, without disrupting the 14 day cycle. 50 4. Controls shall provide for resetting the start of the irrigation cycle at any time 51 and advancing from one position to another. ASSEMBLED AMENDMENTS 50 ■r 1 5. Controllers shall contain a power on-off switch and fuse assembly. 2 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 3 day cycle. 4 7. Both normally-open or normally-closed rain sensor compatibility. 5 6 9-15.4 Irrigation Heads 7 This section is supplemented with the following new paragraph: 8 9 All instructions, special wrenches, clamps, tools, and equipment supplied by the + 10 manufacturer necessary for the installation and maintenance of the irrigation heads 11 shall be turned over to the Engineer upon completion and acceptance of the project. 12 13 9-15.5 Valve Boxes and Protective Sleeves 14 This section including title is revised to read: 15 16 9=15.5 Valve Boxes 17 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 18 All manual drain valves and manual control valves shall be installed in valve box with a 19 vandal resistant lid as shown in the Plans. 20 21 9-15.7(1) Manual Control Valves 22 The third and fourth sentences are revised to read: j 23 24 The Contractor shall furnish three suitable operating keys. Valves shall have removable 25 bonnet and stem assemblies with adjustable packing glands and shall house long acme 26 threaded stems to ensure full opening and closing. Oil 27 28 9-15.7(2) Automatic Control Valves 29 In the second paragraph, the first and second sentences are revised to read: Ag 30 31 Valves shall be of a normally closed design and shall be operated by an electronic 32 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 33 solenoids shall have a stainless steel plunger and be directly attached to the valve 34 bonnets or body with all control parts fully encapsulated. 35 36 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical'. rIr 37 38 9-15.7(3) Automatic Control Valves With Pressure Regulator 39 This section is revised to read: 40 41 Automatic control valves with pressure regulators shall be similar to automatic 42 control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to 43 a constant pressure regardless of supply fluctuations. The regulator must be fully 44 adjustable. 45 46 9-15.8 Quick Coupling Equipment 47 In the first paragraph,the first and second sentences are revised to read: 48 49 Quick coupler valves shall have a service rating of not less than 125-psi for non-shock 50 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 51 Semi-Red Brass conforming to ASTM B 584. 52 ASSEMBLED AMENDMENTS 51 Y 1 In the fifth sentence of the first paragraph, "will' is revised to read "shall'. yr. 2 3 9-15.9 Drain Valves 4 This section is revised to read: 5 6 Drain valves may be a 1/2-inch or 3/4-inch PVC or metal gate valve manufactured for 7 irrigation systems. Valves shall be designed for underground installation with suitable 8 cross wheel for operation with a standard key, and shall have a service rating of not less 9 than 150-psi non-shock cold water. The Contractor shall furnish three standard 10 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 11 resistant lid as shown in the Plans. 12 13 Drain valves on potable water systems shall only be allowed on the downstream side of 14 approved cross connection control devices. 15 �. 16 9-15.10 Hose Bibs 17 The first sentence is revised to read: 18 19 Hose bibs shall be angle type, constructed of bronze or brass,threaded to 20 accommodate a 3/4-inch hose connection, and shall be key operated. 21 22 9-15.11 Cross Connection Control Devices 23 This section is revised to read: 24 25 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 26 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 27 backflow devices (RPBDs), shall be of a manufacturer and product model approved for 28 use by the Washington State Department of Health, Olympia, Washington or a 29 Department of Health certified agency. 30 31 9-15.12 Check Valves 32 The last sentence is revised to read: 33 34 Valves shall have angled seats, Buna-IV seals and threaded connections, and shall be 35 installed in 8-inch round plastic valve boxes with vandal resistant lids. r 36 37 9-15.14 Three-Way Valves 38 The last sentence is revised to read: 39 40 When handles are included as an integral part of the valves,the Contractor shall 41 remove the handles and give them to the Engineer for ultimate distribution to the 42 Maintenance Division. 43 44 9-15.15 Flow Control Valves 45 The third sentence is revised to read: w 46 47 Valves shall be factory set to the flows as shown in the Plans. 48 49 9-15.17 Electrical Wire and Splices 50 This section is revised to read: 51 rr �r ASSEMBLED AMENDMENTS 52 rrr . awl 1 Electrical wire used between the automatic controller and automatic control valves shall g 2 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 3 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 4 recognized Testing Laboratory. Each conductor shall be color coded and marked at 5 each end and at all splices with zone or station number identification. 6- 7 Low voltage splices shall be made with a direct bury splice kit using a twist-on wire 8 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 9 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall ri 10 consist of a mastic lined heavy wall polyolefin cable sleeve. 11 12 9-15.18 Detectable Marking Tape 13 The first paragraph is revised to read: 14 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 15 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 16 soil, with a metallic foil core to provide for the most positive detection and pipeline r 17 location. 18 19 In the second paragraph,the first and second sentences are revised to read: 20 21 The tape shall be color coded and shall be imprinted continuously over its entire length 22 in permanent black ink indicating the type of line buried below and shall also have the 23 word"Caution" prominently shown. 24 25 The last paragraph is revised to read: 26l 27 The width of the tape shall be as recommended by the manufacturer based on depth of 28 installation. 29 30 16.AP9 31 SECTION 9-16, FENCE AND GUARDRAIL 32 January 4, 2010 r 33 9-16.3(2) Posts and Blocks 34 The first sentence in the second paragraph is revised to read: 35 36 Timber posts and blocks shall conform to the grade specified in Section 9-09.2. 37 38 22.AP9 39 SECTION 9-22, MONUMENT CASES 40 January 4, 2010 41 9-22.1 Monument Cases, Covers, and Risers 42 In the first sentence, "Class 3013" is revised to read "Class 356". 43 44 23.AP9 45 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 46 April 5, 2010 47 9-23.1 Sheet Materials for Curing Concrete " 48 In the first paragraph, "AASHTO M 171"is revised to read "ASTM C 171". ASSEMBLED AMENDMENTS 53 1 wr 1 2 9-23.2 Liquid Membrane Forming Concrete Curing Compounds 3 In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" 4 is revised to read"ASTM C 309". 5 6 29.AP9 7 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 8 April 5, 2010 9 In this division, all references to "hot-dipped"are revised to read"hot-dip". 10 11 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 12 Expansion/Deflection Fittings 13 The following new paragraph is inserted after the flrst paragraph: 14 15 Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2- 16 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have 17 threaded terminal adaptor or coupling end and shall meet the requirements listed in 18 Section 9-29.1(4)A. 19 20 9-29.4 Messenger Cable, Fittings 21 This section is supplemented with the following: 22 23 Messenger cable shall be'/e-inch, 7-wire strand messenger cables conforming to ASTM 24 A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, Class A "" 25 galvanized. 26 27 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 +rr 28 standards for 12,000 pound ultimate strength. 29 30 Down guy assembly shall consist of an eight-way steel expanding anchor, having a 31 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 32 similar preservative, and fitted with a3/4-inch minimum guy eye anchor rod 8-feet long. 33 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 31/r 34 inch-pitch, 1-inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque �. 35 may be installed. 36 37 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be 38 hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 39 40 9-29.6(5) Foundation Hardware 41 The first paragraph is revised to read: 42 43 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 44 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO �► 45 M 291, grade A.Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 46 47 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, 48 Cantilever Bases and Sign Bridge Bases 49 The content of this section is revised and moved to the following new sub-sections: 50 ASSEMBLED AMENDMENTS 54 1 9-29.7(1) Unfused Quick-Disconnect 2 Unfused quick-disconnect connector kits shall conform to the following requirements: im 3 4 1. The copper pin and copper receptacle shall be a crimped type of connection or 5 a stainless steel set screw and lug connection to the cable. The receptacle 6 shall establish contact pressure with the pin through the use of a tinned.copper 7 or copper beryllium sleeve spring and shall be equipped with a disposable 8 mounting pin.The receptacle shall be fully annealed. Both the copper pin and 9 receptacle shall have a centrally located recessed locking area adapted to be 10 complementarily filled and retained by the rubber housing. 11 12 2. The plug and receptacle housing shall be made of water resistant synthetic 13 rubber which is capable of burial in the ground or installation in sunlight. Each 14 housing shall provide a section to form a water-seal around the cable, have an 15 interior arrangement to suitably and complementarily receive and retain the 16 copper pin or receptacle, and a section to provide a water-seal between the 17 two housings at the point of disconnection. 18 19 3. The kit shall provide waterproof in-line connector protection with three cutoff 20 sections on both the line and load side to accommodate various wire sizes. All 21 connections shall be as described in item "1"above. Upon disconnect,the 22 connector shall remain in the load side of the kit. 23 24 9-29.7(2) Fused Quick-Disconnect 25 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall 26 provide three cutoff sections on both lines and load side to accommodate various wire 27 sizes. All connections shall be as described in item "1"above. Upon disconnect, the 28 fuse shall remain in the load side of the kit. 29 30 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 31 of the circuit involved and shall have the following characteristics: 32 33 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. Ito 34 35 2. Fuses shall be capable of supporting 135 percent of the rated load for 36 approximately 1 hour. 37 38 3. A load of 200 percent of rated load shall effectively cause instantaneous 39 blowing of the fuse. 40 41 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 42 containers furnished on this project, according to the manufacturer's 43 recommendations therefore. ori 44 45 5. Fuses shall be listed by a nationally recognized testing laboratory. 46 47 Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 70OW 5A 10A 20A r ASSEMBLED AMENDMENTS 55 `rr 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 1 2 r 3 9-29.9 Ballast, Transformers 4 This sections content is deleted and replaced with: 5 6 Heat-generating components shall be mounted to use the portion of the luminaire upon 7 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 8 from heat-generating components or shall be thermally shielded to limit the fixture 9 temperature to 160 OF. 10 11 Transformers and inductors shall be resin-impregnated for protection against moisture. 12 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 13 14 No capacitor,transformer, or other device shall employ the class of compounds 15 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 16 purpose. 17 18 This section is supplemented with the following new sub-sections: 19 20 9-29.9(1) Ballast 21 Each ballast shall have a name plate attached permanently to the case listing all 22 electrical data. 23 24 A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting 25 the manufacturers and these Specification requirements, shall be submitted by the 26 Contractor with each type of luminaire ballast. 27 28 Ballasts shall be designed for continuous operation at ambient air temperatures from 29 20°F without reduction in ballast life. Ballasts shall have a design life of not less than O„ 30 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 31 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 32 without measurable reduction in the operating requirements.All ballasts shall be high 33 power factor(90%). 34 35 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 36 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for Orr 37 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 38 wattage and manufacturer without adjustment. 39 OW 40 Ballast assemblies shall consist of separate components, each of which shall be 41 capable of being easily replaced. A starting aid will be considered as a single 42 component. Each component shall be provided with screw terminals, NEMA tab ASSEMBLED AMENDMENTS 56 all 1 connectors or a single multi-circuit connector. All conductor terminals shall be identified 2 as to the component terminal to which they connect. rrii 3 4 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 5 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 6 remain between the wattage limit lines throughout the full range of lamp voltage.This 7 requirement shall be met not only at the rated input voltage of the ballast, but also the 8 lowest and highest input voltage for which the ballast is rated.Throughout the lifetime of 9 the lamp,the ballast curve shall fall within the specified limits of lamp voltage and W 10 wattage. 11 12 All luminaires ballasts shall be located within the luminaire housing.The only exception 13 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 14 attached to the fixture assembly. 15 16 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 17 shall be: 18 Source Line Lamp Ballast Type Input Lamp nrr Volt. Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 7501000 Auto Reg. Lead 10% 30% CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 19 20 21 9-29.9(2) Transformers 22 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 23 shown in the Plans. The transformer coils, buss bar, and all connections shall be 24 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 25 one at 5%and one at 10%below the normal full capacity. 'w 26 27 9-29.10 Luminaires 28 This section is revised to read: 29 30 All luminaires shall have their components secured to the luminaire frame with ANSI, 31 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic 32 coated steel hardware.The luminaire slip-fitter bolts shall be either stainless steel, hot- 33 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 34 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 35 galvanized steel.The housing, complete with integral ballast, shall be weathertight. 36 37 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 38 and bracket cable, shall equal or exceed 200°F . 39 ASSEMBLED AMENDMENTS 57 1 All luminaires shall be provided with markers for positive identification of light source 2 type and wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch 3 legend on colored background. Background color shall be gold for high pressure 4 sodium, and red for metal halide light sources. Legends shall be sealed with transparent 5 film resistant to dust, weather, and ultraviolet exposure. r" 6 7 Legends shall correspond to the following code: 8 Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 r• 750 75 1,000 XI 9 10 11 9-29.10(1) Cobra Head Luminaires 12 This sections content including title is revised to read: 13 14 9-29.10(1) Conventional Roadway Luminaires 15 A. Conventional highway luminaires shall be IES Type III medium distribution cut off 16 cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. w 17 18 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to 19 the luminaire and secured in the closed position to the luminaire housing by means 20 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 21 may supplement the automatic type latch). 22 23 C. The reflector of all luminaires shall be of a snap-in design or be secured with +� 24 screws. The reflector shall-be manufactured of polished aluminum or molded from 25 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a 26 doorframe assembly which shall be hinged to the luminaire and secured in the 27 closed position to the luminaire by means of automatic latch. The refractor or lens 28 and doorframe assembly, when closed, shall exert pressure against a gasket seat. 29 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets 30 shall be composed of material capable of withstanding temperatures involved and WO 31 shall be securely held in place. 32 33 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a w 34 2-inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 35 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 36 bottom out on the housing bosses when adjusted within the±5 degree range. 37 ASSEMBLED AMENDMENTS 58 1 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 2 set in excess of 0.2-inch when the cap screws used for mounting are tightened to a 3 torque of 32 pounds feet. 4 5 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 6 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 7 tempered glass. 8 9 F. High pressure sodium conventional roadway luminaires shall be capable of 10 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. 11 12 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 13 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 14 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 15 16 H. All luminaires to be mounted on horizontal mast arms, shall be capable of 17 withstanding cyclic loading in: 18 19 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak 20 sinusoidal loading (same as 1.5 g's peak)with the internal ballast removed,for 21 a minimum of 2 million cycles without failure of any luminaire parts, and; 22 23 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 24 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 25 0.75 g's peak)with the internal ballast installed, for a minimum of 2 million 26 cycles without failure of any luminaire parts. 27 28 I. All luminaires shall have leveling reference points for both transverse and 29 longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting 30 through a 5-degree axis for the required leveling procedure. 31 32 9-29.10(2) Decorative Luminaires 33 In the first paragraph, "150 -400" is revised to read "50-400". 34 35 In the second paragraph, "box shaped" is deleted. 36 37 In the third paragraph, the first sentence is deleted.The second sentence is revised to read: 38 39 The ballast housing shall be adequately constructed to contain ballasts for 50 -400 watt 40 alternate high intensity discharge sources. ' 41 42 The fourth paragraph is revised to read: 43 44 Each housing shall consist of an integral reflector, containing a mogul based high 45 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens 46 mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or 47 secured with screws.The reflector assembly shall have a lamp vibration damper. The 48 reflector shall be manufactured of polished aluminum or molded from prismatically 49 formed borosilicate glass. The housing shall have a heat resistant finish.The lens 50 frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade rfi 51 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 52 ASSEMBLED AMENDMENTS 59 w 1 The last sentence in the fifth paragraph is deleted. r 2 3 The sixth paragraph is deleted. 4 5 The seventh paragraph is revised to read: 6 7 The finish shall meet the requirements of ASTM B 117 with the exception that the finish 8 shall be salt spray resistant after 300 hours exposure . r 9 10 The first sentence in the eight paragraph is deleted. 11 12 9-29.10(3) High Mast Luminaires and Post Top Luminaires r 13 This sections content including title is deleted and replaced with: 14 15 9-29.10(3) Vacant 16 17 9-29.10(5) Sign Lighting Luminaires 18 This section is revised to read: 19 20 Sign lighting luminaires shall be the Induction Bulb type. 21 22 9-29.10(5)A Sign Lighting Luminaires- Mercury Vapor 23 This section including title is revised to read: 24 25 9-29.10(5)A Sign Lighting Luminaires— Isolation Switch 26 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 27 29.25 with the exception that the cabinet shall be NEMA 313 and stainless steel. The 28 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall 29 be either single pole, single throw, or double pole single throw as necessary to open all 30 conductors to the luminaires other than neutral and ground conductors. The switch shall 31 contain 600 volt alternating current (VAC) terminal strips on the load side with 32 solderless lugs as required for each load carrying conductor plus four spare lugs per 33 strip. 34 35 9-29.10(5)6 Sign Lighting Fixtures - Induction + . 36 The first sentence is revised to read: 37 38 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 39 polyester paint finish. 40 41 In the second sentence of the sixth paragraph, "87" is revised to read "85". 42 43 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A". 44 45 The first sentence of the last paragraph is revised to read: aw 46 47 A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 48 "Manufacturer's Certificates of Compliance"and a copy of the high frequency generator 49 test methods and results shall be submitted by the manufacturer with each lot of sign No 50 lighting fixtures. 51 No am ASSEMBLED AMENDMENTS 60 iw 1 9-29.12 Electrical Splice Materials 2 This section is revised to read: + 3 4 Circuit splicing materials shall meet the following specifications. 5 6 9-29.12(1) Illumination Circuit Splices 7 This section is revised to read: 8 9 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped 10 connections to securely join the wires both mechanically and electrically as defined in 11 Section 8-20.3(8). 12 4i 13 This section is supplemented with the following new sub-sections: 14 15 9-29.12(1)A Heat Shrink Splice Enclosure 16 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil 'e 17 Spec 1230053 18 19 9-29.12(1)B Molded Splice Enclosure 20 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar 21 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be 22 compatible with the insulation material of the insulated conductor or cable. The 23 component materials of the resin insulation shall be packaged ready for convenient 24 mixing without removing from the package. 25 26 9-29.12(2) Traffic Signal Splice Material 27 This section is revised to read: 28 29 Induction loop splices and magnetometer splices shall include an uninsulated barrel ■r 30 type crimped connector capable of being soldered. The insulating material shall be a 31 heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type 32 with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re- 33 enterable type with silicone type filling compound that remains flexible and enclosed in a 34 re-enterable rigid mold that snaps together. 35 36 9-29.15 Flashing Beacon Control 37 In the first paragraph,the first word "Flashers" is revised to read "Line voltage flashers". 38 39 9-29.18 Vehicle Detector w+ 40 The first paragraph is revised to read: 41 42 Induction loop detectors and magnetometer detectors shall comply with current NEMA 43 Specifications when installed with NEMA control assemblies and shall comply with the 44 current California Department of Transportation document entitled `Transportation 45 Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with 46 Type 170,Type 2070 or NEMA control assemblies. 47 ASSEMBLED AMENDMENTS 61 r 1 30.AP9 wo 2 SECTION 9-30, WATER DISTRIBUTION MATERIALS 3 January 4, 2010 4 9-30.1(1) Ductile Iron Pipe 5 In the first paragraph, number 1. and 2. are revised to read: 6 7 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe 8 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 9 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged 10 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be rr 11 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 12 on the Plans or in the Special Provisions. 13 14 2. Nonrestrained joints shall be either rubber gasket type, push on type, or 15 mechanical type meeting the requirements of AWWA C111. 16 17 9-30.1(2) Polyethylene Encasement • 18 This section is revised to read: 19 20 Polyethylene encasement shall be tube-form, high density cross-laminated polyethylene 21 film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA 22 C105. Color shall be natural or black. 23 24 25 33.AP9 26 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 27 April 5, 2010 28 9-33.4(3) Acceptance Samples 29 The third paragraph is revised to read: 30 .. 31 Samples from the geosynthetic roll will be taken to confirm the material meets the 32 property values specified. Samples will be randomly taken at the job site by the 33 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. 34 35 The first sentence in the sixth paragraph is revised to read: 36 ,y„ 37 For each geosynthetic roll that is tested and fails the Project Engineer will select two 38 additional rolls from the same lot for sampling and retesting. The Contractor shall 39 sample the rolls in accordance with WSDOT T 914 in the presence of the Project 40 Engineer. am 41 42 35.AP9 43 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS VW 44 January 4, 2010 45 9-35.0 General Requirements VW 46 In the first paragraph, the item "Truck Mounted Attenuator." is revised to read "Transportable 47 Attenuator". 48 on so ASSEMBLED AMENDMENTS 62 im 1 In the second paragraph,the third sentence is revised to read: 2 3 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 4 Products List (QPL) submittals are not required. 5 vi 6 9-35.12 Truck-Mounted Attenuator 7 This section including title is revised to read: 8 9 9-35.12 Transportable Attenuator 10 Transportable attenuators are Truck-Mounted Attenuators (TMA) or Trailer-Mounted 11 Attenuators (TMA-trailer). The transportable attenuator shall be mounted on, or 12 attached to a-host vehicle with a minimum weight of 15,000 pounds and a maximum 13 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 14 the minimum weight requirement, or any other object that is placed on the vehicle shall 15 be securely anchored such that it will be retained on the vehicle during an impact. The 16 Contractor shall provide certification that the transportable attenuator complies with 17 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 18 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 19 Engineer with roll-ahead distance calculations and crash test reports illustrating that the 20 proposed host vehicle is appropriate for the attenuator and the site conditions. 21 22 The transportable attenuator shall have a chevron pattern on the rear of the unit.The 23 standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective 24 black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted W"with 25 the N" at the center of the unit. 26 27 This section is supplemented with the following new sub-sections: 28 29 9-35.12(1) Truck-Mounted Attenuator „ 30 The TMA may be selected from the approved units listed on the QPL or submitted using 31 a RAM. 32 33 The TMA shall have an adjustable height so that it can be placed at the correct 34 elevation during usage and to a safe height for transporting. If needed,the Contractor 35 shall install additional lights to provide fully visible brake lights at all times. 36 37 9-35.12(2) Trailer-Mounted Attenuator 38 The TMA-trailer may be selected from the approved units listed on the QPL or 39 submitted using a RAM. 40 41 If needed,the Contractor shall install additional lights to provide fully visible brake lights 42 at all times. 43 44 9-35.12(3) Submittal Requirements 45 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL 46 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 47 071 EF) for the product proposed for use to the Engineer for approval. The Contractor 48 shall submit a RAM for transportable attenuators not listed on the QPL. 49 ri ASSEMBLED AMENDMENTS 63 1111 .r O +rr to r THIS PAGE INTENTIONALLY LEFT BLANK w a.r Aw w �r r w to vo to w w APPENDIX A-SAMPLE FORMS CrrY OF RENTON SAMPLES APPENDIX A SAMPLE FORMS DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO THE CITY. 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS APPENDIX A - SAMPt_E FOAMS AdMhL toWashington State �, Department of Transportation Request to Sublet Work ❑Subcontractor ❑Lower Tier Subcontractor ❑DBE Prime Contractor Federal Employer I.D. Number* State Contract Number Job Description(Title) Request Number Approval is Requested to Sublet the Following Described Work to: to Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number* Address Telephone Number �w COY State Zip Code Estimated Starting Date itrr If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer LD.Number, Use Owner's Social Security Number Item No. Partial Item Description Amount irr No I I I iL I i I understand and will insure that the subcontractor will. — Prime Contractor Signature 'Date wN 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 __._. _. % IN Previous Requests % Sublet to Date % Project Engineer 1Date lApproved-Region Construction Engineer Date ON ❑ Approved i ((When Required) DOT Form 421-012 EF Revised 7/0/02 Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor ON AFrC-0 1-4 MP(-E F or:nns Ln JE LL C O l V' : c oF Ei ! m v j `m 0 ~ ow r ' co E0 Uf co CD I a CL LLJ If N N °' .� _.. -.-.. ...__ a ++ a I� Fo-Zul I Big 0 I ! I a 1 i 1 E ri a s I I E _ I w w 1 L � cc N ^ C o N W 7 O W U � � . m I s - `o c d E� m E CQ N Qi ¢s< Z G O I I o LL z E a� Q O V N v E cco j r i LL ++ c V LL s .O .O = C j 1 E U1 � = o r.+ C m n v LL 0 � _ I O V Z '00. I I d N U o I cys= CD a. IS co 0 O , F- � y 0 0 � = T I = I n I_..-a -� --- G> 0 E ) � - om U) (D I _ p O ~ O O N > V ! U V I N C N C I O y l C,I d l C i N 3 c` N C N C C C C C E N c - N (n a d O- 'gyp 3 O- .@ 0 :n c .6d U U Q :f- -� Q H Q F- Q !F- � � Q CL y o1 0 W C a H v T E cc CL 44 r 78 ` U Z � No Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage B*�� am (360) www 902-5335 5 PAY PREVAILING WAGES www.lni.wa.gov/lTradesLicensing/PrevailingWage PuPublic Works Contract $25.00 Filing Fee Required err • 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 a roved our form will be Rosted online at the above website. ,.« Address Contractor,company or agency name,address,city,state&Z1P+4 City State ZIP+4 so Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Yrr Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) tr 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 ❑ No 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 a benefits rrr PF rit+r r Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less aw than the Prevailing Wage Rate(s) as determined by the Industrial City State ZIP+4 Statistician of the Department of Labor and Industrids Contractor Registration No. UBI Title Signature av Industrial Insurance Account Number Email address Phone number R Check Number: ❑ $25 or $ . ...:: Issued By: APPROVED: Department of Labor 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 How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION 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 1111111 agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. No 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 fist the number of owners on the job. (individuals who own less than 30% of the company are not considered to be owner/operators and must be paid prevailing wage.) All wor.)C subcontracted: If all work will be performed by 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 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 jdill 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, surveying,truck driving). Signature Missing—Intent must be signed by an authorized representative. 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. 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. Approval of this Intent will be based on the information provided by the contractor/subcontracfor. 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. rrl Prevailing wage rates are available on the Internet at www.Lni.wa.aovfrradesLicensing/PrevailingWage 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)902-6335 r F700-029-000 statement of intent to pay prevailing wages—backer 12-04 wo to CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: VM Ref: Pay Estimate No. 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 Labor& Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: r�r Title: irr rrr rW +rr rr 18_INTNT.D0C\ urr APPENDIX B-HOURLY MINIMUM WAGE RATES CITY OF RENTON d APPENDIX B HOURLY MINIMUM WAGE RATES 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS KING County - Effective: 3/3/2010 Page 4 of 17 M KING County - Effective: 3/3/2010 Prevailing Wage Rates for Public Works Contracts ---------------------- Select an Effective Date 3/3/10 I want to look up 0 Journeyman wages (0)Apprentice wages rrr I want to search 0 by County 0 by Trade Please select a county King Apprentice Wages by County +rr Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902-5324. KING County -- Apprentices -- 3/3/2010 -- Benefit Code Key Stage of Progression & Hour Range Prevailing Overtime Holiday Note Wage Code Code Code ASBESTOS ABATEMENT WORKERS dw LABORERS 1: 0 - 1000 Hours- 60.00% $27.65 � lH 5D 2: 1001 - 2000 Hours - 70.00% $30.74'2 1H 5D 3: 2001 - 3000 Hours - 80.00% $33.84 1H 5D rr 4: 3001 -4000 Hours -90.00% $36.93 : 1H 5D _,,..,_.,....._.:__.,_.... ............. .._...___.____.__.,...-___ BOILERMAKERS ...............I._......................- - --0 -- - .....F............. ................ -------....---------------------------------------------------- 1: ----1: 0 - 1000 Hours 70.00/o $46.30 . 1 C y 5N 2: 1001 -2000 Hours -75.00% $48.00 1 C SN 3: 2001 - 3000 Hours - 80.00% $49.71 iC 5N 4: 3001 -4000 Hours - 85.00% $51.42' 1C 5N 5: 4001 - 5000 Hours - 90.00% $53.12 1C 5N 6: 5001 - 6000 Hours - 95.00% $54.83 1C 5N i http://www.lni.wa.gov/PrevaihngWage/Appwages/20101/col 7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 5 of 17 ------------ ----------------- BRICK MASON 1: 0 -750 Hours- 50.00% $28.74 ; im 5A 2: 750 -2250 Hours - 55.00% K zO $29.49 im 5A 3: 2550 - 3000 Hours -60.00% $31.21 im 5A ------ --- ---- -------- ------------ 4: 3000 - 3750 Hours - 70.00% $34.64.. im 5A 5: 3750 -4500 Hours - 80.00% $38.07 - im 5A 6: 4500 - 5250 Hours - 90.00% $41-.50-.- im 5A 7: 5250 - 6000 Hours - 95.00% $43.22 1M 5A ---------------------------------------------------...................----------- ....................-------........................ CARPENTERS ACOUSTICAL WORKER 1: 0 - 1000 Hours- 50.00% $25.34 IH 5D 2: 1001 -2000 Hours - 60.00% $34.39 ; IH 5D 3: 2001 - 3000 Hours - 68.00% $37.23 IH 5D 4: 3001 -4000 Hours - 76.00% $40.08 - IH 5D 5: 4001 - 5000 Hours - 84.00% $42.92 Ill 5D 6: 5001 - 6000 Hours- 92.00% $45.76 1H 5D ................ - -------- ........... BRIDGE, DOCK AND WARF CARPENTERS 1: 0 - 1000 Hours - 60.00% $28.81 1H 5D 2: 1001 - 2000 Hours -65.00% $36.08 . 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.85 1H 5D 4: 3001 -4000 Hours - 75.00% $39.62 lH 5D ------ ---- -----111-------- 5: 4001 - 5000 Hours - 80.00% $41,39 . 1H 5D 6: 5001 - 6000 Hours - 85.00% $43.16 Ill 5D me 7: 6001 - 7000 Hours -90.00% $44.93 1H 5D 8: 7001 - 8000 Hours - 95.00% $46.70 IH 5D CARPENTER 1. 0 - 1000 Hours - 60.00% $28.81 1H 5D 2: 1001 -2000 Hours - 65.00% $36.085 1H 5D 3: 2001 - 3000 Hours -70.00% $37.85 IH 5D 4: 3001 -4000 Hours -75.00% $39.62 ' 1H SD 5: 4001 - 5000 Hours - 80.00% $41.391 1H y 5D 6: 5001 - 6000 Hours - 85.00% $43.16 a 1H 5D -------------------------1-1-1.111111"I'll............----------------- ----------- http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col 7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 6 of 17 ........................... ........................- .................. ........ 7: 6001 - 7000 Hours - 90,00% $44.93 , IH 5D 8: 7001 - 8000 Hours - 95.00% $46.70 - IH 5D DRYWALL APPLICATOR DRYWALL, METAL STUD, AND CEILING APPLICATORS -------- - -----1-1---------- ------------------------------- 1: 0 - 1000 Hours - 60.00% $28.81 1H 5D ----------- 2: 1001 -2000 Hours -65.00% $36.08 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.85 IH 5D 4: 3001 -4000 Hours - 75.00% $39.62- IH 5D 5: 4001 - 5000 Hours - 80.00% $41.39 1H 5D 6: 5001 -6000 Hours - 85.00% $43.16 1H 5D ------------- ............. ------- 7: 6001 - 7000 Hours - 90.00% $44.93 1H 5D 8: 7001 - 8000 Hours -95.00% $46.70; IH 5D MILLWRIGHT AND MACHINE ERECTORS ------------------ 1: 0 - 1000 Hours - 60.00% $29.414 1H 5D 2: 1001 - 2000 Hours - 65.00% $36.73 . 1H 5D ----------------- --------I--------ZT�-------------_----------------------------------- ------ ---- --- 3: 2001 - 3000 Hours - 70.00% $38.55 Ill 5D 4: 3001 - 4000 Hours - 75.00% $40.37 IH 5D 5: 4001 - 5000 Hours - 80.00% $42.19 1H 5D - - -------- 6: 5001 - 6000 Hours - 85.00% $44.01 IH 5D r. -------------------- ------------ 7: 6001 - 7000 Hours -90.00% $45.83 IH 5D 8: 7001 - 8000 Hours - 95.00% $47.65 1H 5D -----------------------------Z.-- -------------------- ----------- ------ PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING 1: 0 - 1000 Hours - 60.00% $28.93 1H 5D ow 2: 1001 -2000 Hours -65.00% $36.21 IH 5D 3: 2001 - 3000 Hours - 70.00% $37.99.:; 1H 5D 4: 3001 -4000 Hours - 75.00% $39.77 ; IH 5D 5: 4001 - 5000 Hours - 80.00% $41.55 1H 5D ------------------- 6: 5001 - 6000 Hours - 85.00% $43.33 Ill 5D 7: 6001 - 7000 Hours - 90.00% $45.11 1H 5D 8: 7001 - 8000 Hours -95.00% $46.89 1H 5D ---------------- .....................I.................................. ............................... ..................................................................................................... CEMENT MASONS ---------- ------------- ----------- ----------- -------------- -------I------- 1: 0 - 900 Hours - 50.00% $31.28 1M 5D ---------------------------------------------------------------------------------------------------- ---- --------- --------------- -- ------- http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col.7.asp 05/06/2010 KING County -Effective: 3/3/2010 Page 7 of 17 +r ...... ---- - 2: 901 - 1800 Hours - 60.00% $34.85 1M 5D 3: 1801 - 2700 Hours - 70.00% $38.43 1M 5D 4: 2701 - 3600 Hours - 80.00% $42.00 1M 5D 5: 3601 - 4500 Hours - 90.00% $45.58 1M 5D 6: 4501 - 5400 Hours - 95.00% $47.37 1M. 5D .................._,...._........ ................................:................................---..... DRYWALL TAPERS _ _ .- .-:...-.-..--• R.................�.��..-.�.E... .___ 1: 0 - 1000 Hours - 50.00% $31.64 IE 5P 2: 1001 -2000 Hours - 55.00% $33.35 IE 5P 3: 2001 - 3000 Hours - 65.00% $36.78 a IE = 5P 4: 3001 -4000 Hours - 75.00% $40.2l .'; lE 5P 5: 4001 - 5000 Hours - 85.00% $43.64 5 IE SP 6: 5001 : 6000 Hours - 90.00% $45.36 lE 5P ELECTRICIANS -INSIDE 1: 0 - 1000 Hours - 45.00% $26.69.1 2W = 5L 2: 1001 - 2000 Hours - 50.00% $28.80 2W 5L ----------- --------------------- - --. - 3: 2001 - 3500 Hours - 55.00% $35.26 2W 5L 4: 3501 - 5000 Hours - 65.00% $40.26 2W 5L 5: 5001 - 6500 Hours -75.00% $45.26 , 2W 5L 6: 6501 - 8000 Hours - 85.00% $50.28 ', 2W 5L ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1: 0 - 1000 Hours - 60.00% $34.76:- 4A 5A 2: 1001 -2000 Hours - 63.00% $36.01 4A 5A 3: 2001 - 3000 Hours - 67.00% $37.77 4A 5A 4: 3001 - 4000 Hours - 72.00% $39.94 4A 5Alei 5: 4001 - 5000 Hours - 78.00% $42.51 4A 5A 6: 5001 - 6000 Hours - 86.00% $45.97 4A SA 7: 6001 - 7000 Hours - 90.00% $47.69 4A s 5A POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $45.874A 5 5A 2: 1001 - 2000 Hours - 89.80% $47.60 4A 5A .rr 3: 2001 - 3000 Hours - 92.80% $48.89 9 4A ._ 5A� J http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 "'� KING County- Effective: 3/3/2010 Page 8 of 17 --------------------- --------------- ------- ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1: 0 - 1000 Hours - 55.00% $17.05 : 1 2: 1001 - 2000 Hours - 60.00% $18.60 1 ----------- .......--------- 3: 2001 - 3000 Hours - 65.00% $20.15 - . -- -------- --------------------------- ------------------ ------- 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 1 7: 6001 - 7000 Hours - 85.00% $26.35 1 8: 7001 - 8000 Hours - 95.00% $29.451 ELEVATOR CONSTRUCTORS ...........-------------- ................-------- ......... MECHANIC 1: 0 - 1000 Hours - 50.00% $22.07 4A 60 ------------- 2: 1001 - 1700 Hours - 55.00% $45.98 , 4A 6() 3: 1701 - 3400 Hours- 65.00% $50.65 4A 60 -------- ----- ,---------- --------------------- ------------------- ------- 4: 3401 - 5 100 Hours - 70.00% $52.99 4A 60 5: 5101 - 6800 Hours - 80.00% $57.67 4A -------------- ....... ------ ........--------------- ......................I----------- GLAZIERS ----- --------- - --- -------- 1: 0 - 1000 Hours- 50.00% $27.013, ly 5G 2: 1001 -2000 Hours - 55.00% $29.17.7 ly 5G --------------- --------- 3: 2001 -3000 Hours - 60.00% $31.33 , ly 5G ------------- ------------ --- ----- 4: 3001 - 4000 Hours 65.00% $33.49 ly 5Q 5: 4001 - 5000 Hours -70.00% $35.65 ly 5G 6: 5001 - 6000 Hours - 75.00% $37.81 ly 5Q ............... 7: 6001 - 7000 Hours - 80.00% $39.97 ly 5G 8: 7001 - 8000 Hours - 90.00% $44.29"i ly 5G HEAT& FROST INSULATORS AND ASBESTOS WORKERS ..........-------- ....... ................. ------------ .............. MECHANIC 1. 0 - 2000 Hours - 45.00% $31.19 is 5J 2: 2001 -4000 Hours - 55.00% $34.84 is 5J 3: 4001 - 6000 Hours - 65.00% $38.49 ., is 5J 4: 6001 - 8000 Hours - 75.00% $42.1551 is 5J ------------------------ -- -- ------------------------------------------------- ---------------------------------- ----------------------------------------- .. .. .. ------- ---------- - ------ http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 9 of 17 5: 8001 - 10000 Hours - 85.00% $45.80' is 5J ............. ....:- ................. - ........................................- -........................... :.:._.:_._:.:_._.::_. HEATING EQUIPMENT MECHANICS 1: 0 - 2000 Hours - 45.00% $25.48 IE 6L 2: 2001 - 3000 Hours - 50.00% $36.69 IE 6L 3: 3001 -4000 Hours - 55.00% $38.78 4 lE 6L 4: 4001 - 5000 Hours -.60.00% $40.91 ' lE 6L 5: 5001 - 6000 Hours - 65.00% $43.04 lE 6L 6: 6001 - 7000 Hours -70.00% $45.15 IE = 6L 7: 7001 - 8000 Hours -75.00% $47.28lE 6L 8: 8001 - 9000 Hours - 80.00% $49.40 lE 6L 9: 9001 - 10000 Hours - 85.00% $51.53 1E6L »: HOD CARRIERS & MASON TENDERS 1: 0 - 1000 Hours - 60.00% $27.65 'i. 1H SD 2: 1001 - 2000 Hours - 70.00% $30.74 1H 5D 3: 2001 - 3000 Hours - 80.00% $33.84` 1H 1 5D +�+ - --------- -=- - 4: 3001 - 4000 Hours - 90.00% $36.93 1H 5D INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $25.2821M 5D 2: 1001 - 2000 Hours - 60.00% $34.31 1M 5D 3: 2001 - 3000 Hours -75.00% $39.62 1M 5D 4: 3 001 -4000 Hours - 90.00% $44.931 1 M 5D IRONWORKERS - -------------------------- - ----------------- ------ 1: 0 - 750 Hours-65.00% $30.00 10 5A 2: 751 - 1500 Hours - 70.00% 4 $31.83 ;! 10 5A 3. 1501 -2250 Hours 75.00% _,:..';_,= $4 . 5.12 10 5A 4: 2251 - 3000 Hours - 80.00% $46.95 10 5A -_ ' 5. 3001 3750 Hours 90.00% $50.61 10 5A 6: 3751 - 4500 Hours - 90.00% $50.61 10 5A 7: 4501 - 5250 Hours - 95.00% $52.4410 5A 8: 5251 - 6000 Hours - 95.00% $52.44 10 SA LABORERS 1: 0 - 1000 Hours - 60.00% $27.65 1H 5D - ---------------------------------- --------------------------------- _------------ :-_.. http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/Col7.asp 05/06/2010 "� KING County-Effective: 3/3/2010 Page 10 of 17 2: 1001 - 2000 Hours - 70.00% $30.74 1H 5D 3: 2001 - 3000 Hours - 80.00% $33.84' 1H 5D 4: 3001 -4000 Hours - 90.00% $36.931 1H SD LATHERS 1: 0 - 700 Hours- 50.00% $25.41 IH 5D 2: 701 - 1400 Hours - 60.00% $34.48 1H 5D 3: 1401 -2100 Hours - 68.00% $37.33 1H NV 5D Y 4: 2101 -2800 Hours -76.00% $40.181: 1H 5D 5: 2801 - 3500 Hours - 84.00% $43.03 1H 5D 6: 3501 - 4200 Hours - 92.00% _,.... _... $45.89 1H i 5D� MARBLE SETTERS ,w m_ .., ... ... ........ . .. _.,.. ,_.,,_.,_._..........,.. .., ..,_. ........ ...................-,....... 1: 0 - 750 Hours - 50.00% $28.74 , 1M J 5A 2: 750-2250 Hours - 55.00% $29.49 1M SA 3: 2550- 3000 Hours -60.00% $31.21 : iM 5A 4: 3000 - 3750 Hours - 70.00% $34.64 1M 5A 5: 3750 -4500 Hours - 80.00% $38.07 ' 1M 5A ---------___.______ __.__- _-------------------- 6: 4500 - 5250 Hours - 90.00% $41.50 1M 5A 7: 5250 - 6000 Hours - 95.00% $43.22 , 1M 5A _ ......._ _ _ .................. ......................... ......... ...._... _......_...... ... . .............................._.............................._-- _.............................. PAINTERS 1: 0 -750 Hours - 52.00% $21.061 2B 6Z 2: 751 - 1500 Hours - 56.00% $22.21 2B 6Z 3: 1501 -2250 Hours -60.00% $23.36 ' 2B 3 6Z - 4: 2251 - 3000 Hours - 64.00% $24.52 2B 6Z 5. 3001 - 3750 Hours - 68.00% $25.66{ 2B tt` e M6Z 6: 3751 - 4500 Hours - 72.00% $26.82 .� 2B 6Z PLASTERERS --L---------------�----•�-------------�--�-- ,,, 1: 0 - 1000 Hours - 50.00% $24.78 1R A 5B 2: 1001 -2000 Hours - 50.00% $31.53 : 1R SB rr. 3: 2001 - 3000 Hours - 60.00% $34.55 1R SB 4: 3001 -4000 Hours - 70.00% $37.57` 1R 5B r.. 5: 4001 - 5000 Hours- 80.00% $40.59 1R - 5B 6: 5001 - 6000 Hours - 90.00% K, $43.61 1R = 5B _ __ ~ _,___ __�.____----_-_-_--__---_-__-___________________._-__--------- rr. " ' http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 11 of 17 ... . .............. . ......... ..........---- ------------- 7: 6001 - 7000 Hours - 95.00% $45.12 IR 5B .............. ...... ................ ............ PLUMBERS & PIPEFITTERS 1: 0 - 2000 Hours - 50.00% $36.29 IG 5A 2: 2001 -4000 Hours -62.50% $48.80 IG 5A 3: 4001 - 6000 Hours - 70.00% $52.33 1G 5A -------------2222---------- ------ . ............ 4: 6001 - 8000 Hours -75.00% $54.68 -, 1G 5A 5: 8001 - 10000 Hours - 85.00% $59-39IG 5A POWER EQUIPMENT OPERATORS EQUIPMENT SERVICE ENGINEER(OILER) ALL EQUIPMENT 1: 0 - 1000 Hours - 65.00% $37.46 IT 5D 8P 2: 1001 -2000 Hours - 70.00% $39.18 ' IT 5D 8P 3: 2001 - 3000 Hours - 75.00% $40.90 IT 5D 8P 4: 3001 - 4000 Hours - 80.00% $42.61IT 5D 8P 5: 4001 - 5000 Hours - 90.00% $46.05 !1 IT 5D 8P 6: 5001 - 6000 Hours -95.00% $47-76 IT 5D 8P POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1000 Hours- 75.00% $28.89 4A 5A md 2: 1001 -2000 Hours - 80.00% $30.25 4A 5A 3: 2001 -3000 Hours - 85.00% $31.60 4A 5A -----------=-:-,------ --- --------- ----- -- ----------- 4: 3001 -4000 Hours -90.00% $32.97 4A 5A ----------------- ..................................... --------- ---------------------- -------------- RESIDENTL&L CARPENTERS 1: 1 st Period- 60.00% $14.081. 2: 2nd>Period - 65.00% $15.261 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 .........--------- ------ - _... -- --- - http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County -Effective: 3/3/2010 Page 12 of 17 ---------------------------- -................... 1: 0 - 900 Hours- 50.00% $13.12 2: 901 - 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 .............. -------------- 1: 0 - 1000 Hours- 55.00% $21.27 Ill 5G 2: 1001 - 2000 Hours - 60.00% $22.74 IH 5G 3: 2001 - 3000 Hours - 65.00% $24.22 1H 5G 4: 3001 -4000 Hours - 70.00% $25.69 1H E 5G 5: 4001 - 5000 Hours- 80.00% $28.64 IH 5G ------------------- ...... 6: 5001 - 6000 Hours - 90.00% $31.59 IH 5G ------------------------•--.......................................--.............................................. -------- ............................................ ....... RESIDENTL&L PLUMBERS & PIPEFITTERS 1: 0 - 1000 Hours- 55.00% $19.08 2: 1001 -2000 Hours - 65.00% $22.55 . 1 3: 2001 -4000 Hours - 75.00% $26.02 1 ---------- 4: 4001 - 6000 Hours - 85.00% $29.49 1 .....................................-----------------------................... -------- -------- ................................................... -----------------..........................RESIDENTIAL SHEET METAL WORKERS -------------------I..........1-------1--.11--------------- ----------------------------- JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 900 Hours- 55.00% $17.43 IR 6L 2: 901 - 1800 Hours- 60.00% $18.431. IR 6L 3: 1801 -2700 Hours - 65.00% $19.85 1R 6L 4: 2701 - 3600 Hours - 70,00% $20.86 IR 6L 5: 3601 -4500 Hours - 75.00% $22.10: 1R 6L 6: 4501 - 5400 Hours - 80.00% $23.10j 1R 6L ------------- ------ ------- ------ ...... ........ ....... RESIDENTIAL STONE MASONS 1: 0 - 750 Hours - 50.00% $28.74 im 5A ------------ ------- 2: 750 - 2250 Hours - 55.00% $29.49 im 5A 3: 2550 - 3000 Hours - 60.00% $31.21 im 5A 4: 3000- 3750 Hours - 70.00% $34.64.. im 5A 5: 3750 -4500 Hours - 80.00% $38.07? im 5A 6: 4500 - 5250 Hours - 90.00% $41.50 im 5A 7: 5250 - 6000 Hours - 95.00% $43.22 : im 5A --- -- -------------------------------------------------------------- ------------------------ - ----- -- -------------------------------------....... ------ http://www.lni.wa.gov/PrevailingWage/Appwages/20101/co17.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 13 of 17 rr ROOFERS 1: 0 - 820 Hours- 60.00% $26.30 1R SA 2: 821 - 1630 Hours -67.00% $28.31 �, 1R SA 3: 1631 - 2450 Hours - 74.00% $30.31 1R SA 4: 2451 - 3270 Hours - 81.00% $34.611 1R 5A 5: 3271 -4080 Hours - 88.00% $36.62 1R 5A 6: 4081 - 4899 Hours - 95.00% $38.62 : 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 0 -2000 Hours - 45.00% $25.48 lE 6L ------------- 2: 2001 - 3000 Hours - 50.00% $36.69 IE 6L 3: 3001 -4000 Hours - 55.00% $38.78 lE 6L 4: 4001 - 5000 Hours - 60.00% $40.917. 1E 6L --------------- 5: --5: 5001 - 6000 Hours - 65.00% $43.04'i IE 6L 6: 6001 - 7000 Hours -70.00% $45.15 . IE 6L ---- --- 7: 7001 - 8000 Hours - 75.00% $47.28 IE 6L 8: 8001 - 9000 Hours - 80.00% $49.40 1E 6L 9: 9001 - 10000 Hours - 85.00% $51.53 lE 6L SHIPBUILDING & SHIP REPAIR r CARPENTER 1: 1 st Period - 60.00%o $23.971 IB 6X .Yi 2: 2nd>Period-65.00% $25.18 , 1B 6X 3: 3rd Period- 70.00% $26.38 1B = 6X 4: 4th Period - 75.00% $27.58 1B ? 6X 5: 5th Period- 80.00% $28.78 1B 6X 6: 6th Period - 85.00% $29.98 1B 6X 7: 7th Period- 90.00% $31.19 1B _... ..f�' 6X ad ELECTRICIAN 1: 1 st Period- 70.00% $26.00 1B 6X 2: 2nd>Period - 75.00% $27.25 1B 6X a 3: 3rd Period- 80.00% $28.491 113 ,,,..> " x 6X 4:4th Period 85.00% $29.73 , 1B 6X .r http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 " KING County -Effective: 3/3/2010 Page 14 of 17 _..... ......... - . .. .. 5: 5th Period - 90.00% $30.97 1B 6X 6: 6th Period- 95.00% $32.21 7 1B 6X � -...,.. MACHINIST 1: 1 st Period- 60.00% $23.93 a 113 6X 2: 2nd>Period- 70.00% $26.27: 113 6X 3: 3rd Period- 80.00% $28.61 113 6X RIGGER 1: 1 st Period - 70.00% $26.21 IB = 6X 2: 2nd>Period- 75.00% $27.37 1B 6X 3: 3rd Period- 80.00% $28.53 ° 113 6X 4: 4th Period - 85.00% $29.69 113 6X 5: 5th Period - 90.00% $30.85 113 6X 6: 6th Period- 95.00% $32.01 113 6X SHEET METAL - "1B " - - 1: 1 st Period- 70.00% $25.98 6X 2: 2nd>Period- 80.00% $28.39 '1 1B 6X 3: 3rd Period- 90.00% $30.79 113 6X SHIPFITTER 1: 1st Period- 70.00% $26.21 : 1B 6X 2: 2nd>Period- 75.00% $27.37 113 6X 3: 3rd Period- 80.00% $28.53 1B 6X 4: 4th Period - 85.00% $29.69 113 6X 5: 5th Period - 90.00% $30.85 : 1B 6X 6: 6th Period- 95.00% $32.01 1B 6X WELDER/BURNER 1: 1st Period - 70.00% $26.21 '; 1B 6X 2: 2nd>Period- 75.00% $27.37 1B 6X 3: 3rd Period - 80.00% $28.53 113 6X 4: 4th Period- 85.00% $29.69 . 1B 6X 5: 5th Period- 90.00% $30.85 a 1B 6X 6: 6th Period - 95.00% $32.01 ' 1B 6X SOFT FLOOR LAYERS - ------------- - ----------------------------------------------------------------------------------------------._-- ------------------- " ' http://www.lni.wa.gov/PrevailingWage/Appwages/20101/co17.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 15 of 17 .... . . ... ........ ........... ....... ......... ...... - - ------ 1: 0 - 1000 Hours- 50.00% $19.49 . 2X 5A 2: 1001 - 2000 Hours - 60.00% $23.20 2X j 5A .. ........ 3: 2001 -3000 Hours - 70.00% $29.22 2X 5A 4: 3001 -4000 Hours - 75.00% $30.89` 2X 5A ---------------- 5: 4001 - 5000 Hours - 80.00% $32.55 2X 5A 6: 5001 - 6000 Hours - 85.00% $34.20 2X 5A 7: 6001 - 7000 Hours - 90.00% $35.86 a 2X 5A 8: 7001 - 8000 Hours - 95.00% $37.561 2X 5A ---------------------............................................ --------- ......... .............................. .............................................. SPRINKLER FITTERS (FIRE PROTECTION) 1: 1 st Period -40.00% $26.01 ix 5C -------------- 2: 2nd>Period- 42.00% $26.89 ix 5C 3: 3rd.Period-44.00% $27.84- ix 5C 4: 4th Period-47.00% $29.17 ix 5C 5: 5th Period - 52.00% $36.83 lx 5C 6: 6th Period - 57.00% $39.04 ix 5C 7: 7th Period - 62.00% $41.50 ix 5C 8: 8th Period - 65.00% $42.82 : ix 5C 9: 9th Period - 75.00% $47.74 " ix 5C 10: 10th Period - 80.00% $49.95 ix 5C ........... ................. ..................---------- ............................................................................. ................. ..................................................... STONE MASONS .............. .......................................................................... ...................... 1: 0 - 750 Hours - 50.00% $28.74 im 5A .1--- ---- Z-1-------------------------------------- ------- 2: 750 - 2250 Hours - 55.00% $29.49 im 5A 3: 2550 - 3000 Hours- 60.00% $31.21 im 5A 4: 3000- 3750 Hours -70.00% $34.64.- im 5A 5: 3750 -4500 Hours - 80.00% $38.07 im 5A 6: 4500 - 5250 Hours -90.00% $41.50 Im 5A 7: 5250 - 6000 Hours - 95.00% $43.221 im SA TELECOMMUNICATION TECHNICIANS ...................... .......................-............... ..................................------------------------------------ ------------------------- TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 1: 0 - 1000 Hours- 55.00% $12.522 2: 1001 -2000 Hours -60.00% $13.66 s 1 3: 2001 - 3000 Hours - 65.00% $14.79% 1 --------------- http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 16 of 17 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 Y 1 8: 7001 - 8000 Hours - 95.00% $21.62 1 + . --------------------------------------..........................-...........-_...-:.....................................................---------------.-..._........._._.............---------....................._..-----............ TERRAZZO WORKERS aw 1: 0 - 1000 Hours - 50.00% $26.86 1M� 5A 2: 1001 - 2500 Hours - 55.00% $28.52 1M 5A 3: 2501 - 3500 Hours - 60.00% $30.19'i 1M SA ------------ 4: 3501 -4500 Hours - 70.00% $33.53 1M 5A am 5: 4501 - 5500 Hours - 80.00% $36.87 1M z 5A 6: 5501 - 6250 Hours - 90.00% $40.20 1M 5A �. 7: 6251 - 7000 Hours - 95.00% $41.87 iM 5A -------------------------------------- TILE.MARBLE & TERRAZZO FINISHERS _ . aw FINISHER _...., --....... - 1: 0 - 1000 Hours - 50.00% $26.23 1B 5A 2: 1001 -2500 Hours - 55.00% $27.84 1B SA 3: 2501 - 3500 Hours - 60.00% $29.42: 1B 5A aw 4: 3501 -4500 Hours - 70.00% $32.66 1B 5A TRAFFIC CONTROL STRIPERS 1: 0 - 500 Hours - 60.00% $16.44 1K 5A 2: 501 - 1000 Hours - 60.00% $21.86 1K 5A 3: 1001 - 1166 Hours - 60.00% $25.59 lK 5A 4: 1167 - 2333 Hours - 65.00% ,..r $27.25 iK.. ... «.SA 5: 2334- 3499 Hours- 75.00% $30.58 ' 1K 5A 6: 3500- 4666 Hours - 85.00% $33$35.57.91 a 1_K SAow s 7: 4667- 5833 Hours- 90.00% IK 5A " 9 8: 5834- 7000 Hours- 95.00% $37.24' 1K s SA TRUCK DRIVERS ALL TRUCKS l: 0 - 700 Hours- 70.00% $36.32 , 1T 5D 8L 2: 701 - 1400 Hours - 80.00% $39.42 : 1� SD 8L "' http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 17 of 17 .......-- -------------- ------ ------------- .. .......... ...............- ---- ---- 3: 1401 - 2100 Hours - 90.00% $42.53 - 1T 5D 8L • Find a Law(RCW) or Rule (WAC) • Get a Form or Publication • Report Fraud • About L&I • News and Media Center • Find a Job at L&I • Office Locator • Site Feedback For Business • What to do if your employees are injured • Find a safely rule • File a Quarterly Report • Find safe 1y training materials • Electrical permits and inspections • Running a business: What you need to do • More For Business For Workers • Worker's comp claims • Find out about breaks • Learn workplace safe t—,y requirements • Understanding overtime pay ` • Minimum wage is$8.55 • More For Workers, For Medical Providers • Managing claims for injured workers • Medical treatment guidelines • Provider billing&payment • Check what needs pre-authorization • More For Medical Providers Help us improve our website for providers. Complete a two-minute survey. Ai.Accm J�a UWA111 0 Washington State Dept. of Labor and Industries. Use of this site is subject to the laws of the state of Washington. • Access Agreement • Privacy & Security Statement • Intended Use/External Content Policy rrl • Staff Only rr http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING- Effective: 3/3/2010 Page 4 of 20 KING- Effective: 3/3/2010 Prevailing Wage Rates for Public Works Contracts • -------------------------- Select an Effective Date 3/3/10 I want to look up *Journeyman wages 0 Apprentice wages to I want to search ®by County 0 by Trade Please select a county King Journeyman Wages by County KING -- Effective 3/3/2010 -- Benefit Code Key Classification Prevailing Overtime Holiday Note Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D ....:...........................................................................................................--... -.....................--------------------------------......... ..... .....---------------.--- „� BOILERMAKERS JOURNEY LEVEL $56.53 1 C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 ' IM 5A MW JOURNEY LEVEL $46.35 : 1 M 5A _.. . ........................_.........................W...._......... BUILDING SERVICE EMPLOYEES r. JANITOR $17.98 2F SS TRAVELING WAXER/SHAMPOOER $18.391 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 : 2F 5S - -- ................ ......... .... CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H SD - ---------------- F """' hq://www.Ini.wa.gov/PrevailingWage/J*wages/20101/col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 5 of 20 .......... ............- ...... ----------------------- BRIDGE, DOCK AND WARF CARPENTERS $48.47 IH 5D Z ----1 — l---'-'2---' ---------- ------------------- 1:111 CARPENTER $48.47 IH 5D CREOSOTED MATERIAL $48.57 , IH 5D DRYWALL APPLICATOR $48.74 ' IH 5D ----------- FLOOR FINISHER $48.60 , Ill 5D FLOOR LAYER $48.60 IH 5D FLOOR SANDER $48.60 IH 5D MILLWRIGHT AND MACHINE ERECTORS, $49.47 Ill 5D PILEDRIVERS, DRIVING, PULLING, PLACING $48.67 Ill 5D COLLARS AND WELDING ---------- ------- SAWFILER $48.60 Ill 5D SHINGLER $48.60 IH SD STATIONARY POWER SAW OPERATOR $48.60 Ill 5D STATIONARY WOODWORKING TOOLS $48.60 IH 5D ................................................... -------............................................... ............................... ............._...111......._1.............------..................................... CEMENT MASONS ----------- JOURNEY LEVEL $49.15 Im 5D ----------- DIVERS & TENDERS 1111-1-111111............... -------- .............. ....................–----------------------------------------........ DIVER $100.28 Im 5D 8A DIVER ON STANDBY $56.68 Im 5D DIVER TENDER $52.23 im 5D SURFACE RCV & ROV OPERATOR $52.23 Im 5D SURFACE RCV &ROV OPERATOR TENDER $48.85 IB 5A DREDGE WORKERS .............................m.........................................................--------------.............. --------------1.111.,...... ----------...... ....................................................... 5D 8L ASSISTANT ENGINEER $49.57 IT ASSISTANT MATE(DECKHAND) $49.06- IT 5D 8L BOATMEN $49.57 ; IT 5D 8L ENGINEER WELDER $49.62 IT 5D 8L LEVERMAN, HYDRAULIC $51.19 ' IT 5D 8L ---------------- - --- :-- 8L MAINTENANCE $49.06 ' 1T 5D MATES $49.57 1T fQ 8L OILER $49.19 , 1 T LD 8L ........... ................... DRYWALL TAPERS ----------- ------- JOURNEY LEVEL $48.79 IE 5P ----------------------- ----- --------- ----- ------- -- ---- -------- --- ---- - ------------------ http://www.Ini.wa.gov/PrevailingWage/jwages/20101/co17.asp 05/06/2010 KING-Effective: 3/3/2010 Page 6 of 20 ----------------- -- -------------------------------------------- ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 ` IE SL .....................................-................,....._..._...:.,,................_.._ .,-......,..._..-....-----.._.. ------ ..... ELECTRICIANS -INSIDE ---------,.....-..__. .. -M•------�------------------------------ -----------........ ._,....,,:....�_. .�; c��--— - - ----- CABLE SPLICER $61.95 ; 2W SL CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.25 2W 51, aw CONSTRUCTION STOCK PERSON $31.83 2W SL JOURNEY LEVEL $57.74 2W 5L so JOURNEY LEVEL (TUNNEL) $61.95 ' 2W 5L ELECTRICIANS -MOTOR SHOP __ _..........,........................r.,...x..,,,..-------------------_................._... ......._.............._.-----------.._....................-............,.... CRAFTSMAN $15.37 . 2A 6C JOURNEY LEVEL $14.69 2A 6C ---------- ----------- .___<--------------- ._ ._.-...... ------- ...._.._. ...... ELECTRICIANS -POWERLINE CONSTRUCTION .. .... . ----- -=----------- -------------------------------- CABLE SPLICER $59.79 4A SA CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 ' 4A 5A me HEAD GROUNDPERSON $41.22 4A 5A � HEAVY LINE EQUIPMENT OPERATOR $54.59 4A SA JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A M .. .M...., _K,..-,- POWDERPERSON $41.22 , 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL N $31.00 - 1 _..._........ -..............._.........---------..._.......----...._....---------•........................,... - . _...._.�....-. we ELEVATOR CONSTRUCTORS --_- -------- MECHANIC --MECHANIC $67.91 4A 60 ++ MECHANIC IN CHARGE $73.87 , 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS r ALL CLASSIFICATIONS $13.60^; 2K _- SB — FENCE ERECTORS Ow w http://www.lni.wa.gov/PrevailingWage/J*wages/20101/co17.asp 05/06/2010 KING-Effective: 3/3/2010 Page 7 of 20 .. ..... ........- --------- ----------- -------- FENCE ERECTOR $15.18 i 1 .. ......... . ........ .... .... FLAGGERS JOURNEY LEVEL $33.93 IH 5D --- GLAZIERS JOURNEY LEVEL $48.61 1Y 5Q .......................................................................... .......................-............... ...... ....... ........ .......... .............. ................ HEAT& FROST INSULATORS AND ASBESTOS WORKERS ............T...........................................................-----------------------------------------.......... ............. MECHANIC $50.28 1S 5J ............. HEATING EQUIPMENT MECHANICS MECHANIC $59.32 1E 6L ...-1-........... I....... ..........I............. ...............................................................................I....................................................... HOD CARRIERS & MASON TENDERS ............... .............................. ............. —------ JOURNEY LEVEL $41.28 IH 5D ............................ .............-....... ........ --------------------- ............ INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ---------- ---------- INDUSTRL&L POWER VACUUM CLEANER - ----------------------------- ..........I------------- ......... ---------------------------------------------------- ......... ................................................ ...... ......................... JOURNEY LEVEL $9.24' 1 ..........�W--------- ...................................... ------ INLAND BOATMEN ..................... CAPTAIN5B $48.39 . IK COOK $45.36 1K 5B DECKHAND $45.36 1K 5B ---------- ENGINEER/DECKHAND $46.25 1 K 5B MATE,LAUNCH OPERATOR $47.35 lK 5B ---------- INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL ------------------------------ ...... --------- ---------•-------- ................................................................................. ----------------------.................. CLEANER OPERATOR, FOAMER.OPERATOR $31.49 . 1 7, GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 ---------- ---------------- TV TRUCK OPERATOR $20.45 1 ..............................I........................................................ ....... ...................... ......--m-............................... .......... INSULATION APPLICATORS ..................................................................................................------------- ------- JOURNEY LEVEL $48.47 1M fQ IRONWORKERS JOURNEY LEVEL $54.27 10 5A .............. .......-.........--------......................... ........ ....... ...... ......... ....... ......................... LABORERS http://www.Ini.wa.gov/PrevailingWage/jwages/20101/col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 8 of 20 -------- ------- ------ ASPHALT RAKER $41.28 111 5D BALLAST REGULATOR MACHINE $40.03 1H 5D ..:.:.::. .. .:. BATCH WEIGHMAN $33.93 1H SD ow — BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 : 1H 5D CARPENTER TENDER $40.03 = 1:H SD.. CASSION WORKER $41.28 lH 5D . ...u..._ ... . .._..... __. .. . .. CEMENT DUMPER/PAVING $40.77 1H 5D F CEMENT FINISHER TENDER $40.03 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 : 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 ,. lH 5D CHIPPING GUN (UNDER 30 LBS) $40.03 1H SD ---- .. - .,.. CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 1 H 5D CLEAN-UP LABORER $40.03 111 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 lH 5D ---• --- - ---- _ CONCRETE SAW OPERATOR $40.77 1 H 5D CRUSHER FEEDER $33.93 1H SD CURING LABORER $40.03 , lH SD - DEMOLITION, WRECKING& MOVING $40.03 - 1H 5D (INCLUDING CHARRED MATERIALS) DITCH DIGGER $40.03 1 H 5D DIVER ..". , .. $41.28 lH 5D ow DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 lH SD DUMPMAN $40.031 1H 5D $40 . .. EPDXY TECHNICIAN .03IH 5D EROSION CONTROL WORKER $40.03 ' lH 5D FALLER/BUCKER, CHAIN SAW $40.77 . 1H F 5D FINAL DETAIL CLEANUP (i.e., dusting, $30.84 1H 5D vacuuming, window cleaning;NOT construction • debris cleanup) "" h4://www.lni.wa.gov/PrevailingWage/jwages/20101/Col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 9 of 20 ld .............. ........ ... ... FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 11 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H .SD GRADE CHECKER&TRANSIT PERSON $41.28 1H 5D 5D GRINDERS $40.03 ' 1H GROUT MACHINE TENDER $40.03 : IH 5D GUARDRAIL ERECTOR $40.03 Ill 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 IH LD_ IH 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 HAZARDOUS WASTE WORKER LEVEL C $40.031 IH 5D HIGH SCALER $41.28 Ill SD_ HOD CARRIER/MORTARMAN $41.28 Ill 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 Ill 5D ---------------- —--------- MANHOLE BUILDER-MUDMAN $40.77 Ill 5D MATERIAL YARDMAN $40.03 IH 5D MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN $40.77 IH 5D CUTTER WHEN USING HIGH PRESSURE AIR& WATER ON CONCRETE &ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 IH 5D 5D $33.93 IH PILOT CAR PIPE POT TENDER $40.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 , IH 5D PIPELAYER& CAULKER $40.77 1H 5D PIPELAYER& CAULKER(LEAD) $41.28 IH fQ PIPEWRAPPER $40.77 IH L 5D POT TENDER $40.031 1H 5D POWDERMAN $41.28 : IH 5D POWDERMAN HELPER $40.031 1H 5D POWERJACKS $40.77 1H 5D -------------- ---—----------- http://www.Ini.wa.gov/PrevailingWage/J*wages/20101/col7.asp 05/06/2010 KING- Effective: 3/3/2010 Page 10 of 20 to ........... ........... - ------ --_-------- ..........- --....... ------- ---....... RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D aw RE-TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H SD SCALE PERSON $40.03 : 1H 5D SIGNALMAN .$40.03 1H,_ SD _, ... we SLOPER(OVER 20") $40.77 1H 5D SLOPER SPRAYMAN $40.03 : 1H SD r SPREADER(CLARY POWER OR SIMILAR $40.77 1H 5D TYPES) ""' SPREADER(CONCRETE) :$40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 ; IH SD TAMPER& SIMILAR ELECTRIC, AIR& GAS $40.77 1H SD TAMPER (MULTIPLE & SELF PROPELLED) $40.77 . 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 : IH 5D TOPPER-TAILER $40.03 1H 5D TRACK LABORER $40.03 IH 5D TRACK LINER(POWER) $40.77 , 1H 5D TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77. . 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 : 1H 5D VIBRATOR $40.77 1H 5D VINYL SEAMER $40.03 - 1H SD WELDER $40.03 1H m M 5D WELL-POINT LABORER $40.77 1H 5D ------------ - .................. .........-------_ _:.:.-..: _ _=- _---------- ---------- - --------_=------_---=-_ - - -- =- - LABORERS-UNDERGROUND SEWER& WATER GENERAL LABORER&TOPMAN $40.03 1H 5D PIPE LAYER $40.77 1H 5D _ __._ _......._._......._..._._.r -----_------- LANDSCAPE CONSTRUCTION me IRRIGATION OR LAWN SPRINKLER $13.56 1 INSTALLERS "" http://www.Ini.wa.gov/PrevaihngWage/jwages/20101/co17.asp 05/06/2010 KING-Effective: 3/3/2010 Page 11 of 20 w LANDSCAPE EQUIPMENT OPERATORS OR $28.17 1 TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS $17.87 1 . ........ - - -— - ----— --- -----------------------------=--------------------------------- ---- --— - - LATHERS JOURNEY LEVEL $48.74 1H 5D MARBLESETTERS__._.._._4__..__�._.._-�_._..___...�___._..r.___....��.__..�_.._____,.._...._.Y...._..._.._ _...� - .......------------ - ........................................... JOURNEY LEVEL $46.35 1M 5A .............. __...............1--....................,,...,.._.........:.,._................I........ .. .... ..I.......................I..... METAL FABRICATION QN SHOPI FITTER $15.86 1 LABORER $9.78 ` 1 r- - - - - MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 `� WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 .. _F,- -.F.. . ..ti_ -.- _ , _ _ - - ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS ---------------------------_-----------.............................. ....-------------........--------..............._...._...................--.----------.- • --------.....................................................: JOURNEY LEVEL $34.87 ' 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS ............ .............._........... ................ ............, JOURNEY LEVEL $8.55 1 .................. PLUMBERS & PIPEFITTERS ........................-- F----.._ . ..- -- F - --- -------- ----------------- JOURNEY --- - --JOURNEY LEVEL $66.44 IG 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 : 1T SD 8P ASSISTANT ENGINEERS $47.121 1 5D 8P - - ----------------------- = -_ ' http://www.Ini.wa.gov/PrevailingWage/jwages/20101/col7.asp 05/06/2010 '�` KING-Effective: 3/3/2010 Page 12 of 20 BACKHOE,EXCAVATOR SHOVEL, OVER 50 $50.94 IT 5D 8P METRIC TONS TO 90 METRIC TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 $51.51 ` 1T 5D 8P METRIC TONS BACKHOE,EXCAVATOR, SHOVEL, OVER 30 $50.39 1T 5D 8P METRIC TONS TO 50 METRIC TONS BACKHOE,EXCAVATOR, SHOVEL, TRACTORS $49.48 1T SD 8P UNDER 15 METRIC TONS �+ BACKHOE, EXCAVATOR, SHOVEL, $49.90 1T 5D 8P TRACTORS: 15 TO 30 METRIC TONS ------------ BARRIER MACHINE(ZIPPER) $49.90 = 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 ; 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 ' 1T 5D 8P BOBCAT(SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T SD 8P BROOMS $47.12 , 1T 5D 8P BUMP CUTTER $49.90 : 1T SD 8P CABLEWAYS $50.39 1T SD 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 .. 1T 5D 8P w CONCRETE FINISH MACHINE - LASER $47.12 1T 5D 8P SCREED - CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH $49.90 1T 5D 8P BOOM ATTACHMENT CONCRETE PUMP-TRUCK MOUNT WITH $50.39 1T 5D 1 8P BOOM ATTACHMENT OVER 42 METERS CONVEYORS $49.48 .. 1T SD, 8P CRANE, FRICTION 100 TONS THROUGH 199 $51.51 1T 5D 8P TONS CRANE,FRICTION OVER 200 TONS $52.07 " 1T 5D 8P CRANES, THRU 19 TONS, WITH $49.48 j 1 T SD 8P ATTACHMENTS CRANES, 20 - 44 TONS WITH ATTACHMENTS $49.90 ` 1T 5D 8P CRANES, 45 TONS -99 TONS, UNDER 150 FT OF $50.39 - 1T 5D 8P BOOM(INCLUDING JIB WITH ATACHMENTS) - -----------------------_---------------- aw m http://www.Ini.wa.gov/PrevailingWage/jwages/20101/Col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 13 of 20 11 1 ..... ....... ...... CRANES, 100 TONS - 199 TONS, OR 150 FT OF $50.94 IT 5D 8P ad BOOM(INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF a $51.51 IT 5D 8P BOOM(INCLUDING JIB WITH ATTACHMENTS) ' CRANES, A-FRAME, 10 TON AND UNDER $47.12 IT 5D 8P ------------ ------------ --- --------- CRANES, A-FRAME, OVER 10 TON $49.48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM $52.07 IT 5D 8P INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 -44 $49.90 IT 5D 8P TONS) CRANES, OVERHEAD,BRIDGE TYPE(45 - 99 $50.39 IT 5D 8P TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 $50.94 IT 5D 8P TONS &OVER) CRANES, TOWER CRANE UP TO 175' IN $50.94 IT 5D 8P HEIGHT, BASE TO BOOM CRANES,TOWER CRANE OVER 175' IN $51.51 - IT 5D 8P HEIGHT, BASE TO BOOM CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 IT 5D 8P DERRICK, BUILDING $50.39 IT 5D 8P DOZER, QUAD 9,D-10, AND HD-41 $50.39 IT 5D 8P so DOZERS, D-9 & UNDER $49.48 IT 5D 8P ------------ DRILL OILERS - AUGER TYPE, TRUCK OR $49.48 IT 5D 8P CRANE MOUNT DRILLING MACHINE $49.90 IT 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND $47.12 ' IT 5D 8P SHAFT-TYPE EQUIPMENT SERVICE ENGINEER(OILER) $49.48 IT 5D 8P FINISHING MACHINE/BIDWELL GAMACO $49.90 IT 5D 8P AND SIMILAR EQUIP to FORK LIFTS, (3000 LBS AND OVER) $49.48 IT 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 ! IT 5D 8P a* GRADE ENGINEER $49.90IT 5D 8P GRADECHECKER,AND STAKEMAN $47.12 , 1T 5D 8P 7. 7' GUARDRAIL PUNCH $49.90 IT 5D 8P ---------------------------------------------- --------- ---------------------------------------------------------------- -------------------------------------------------- http://www.Ini.wa.gov/PrevailingWage/jwages/20101/Col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 14 of 20 ...... -...... -------- ----- -------- ...... ......... -,....... HOISTS, OUTSIDE(ELEVATORS AND $49.48 ` 1T 5D 8P MANLIFTS),AIR TUGGERS — HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 ` 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL $49.90 ` 1T 5D 8P OPERATOR HYDRALIFTSBOOM TRUCKS (10 TON & $47.12 ' 1T SD 8P UNDER) HYDRALIFTSBOOM TRUCKS (OVER 10 TON) $49.48 1T SD 8P ., ... .�. LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 z 1T SD 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 IT 5D 8P ... LOADERS, OVERHEAD (UNDER 6 YD), PLANT $49.90 . 1T 5D 8P FEED ---- ------- LOCOMOTIVES,ALL $49.90 1T SD 8P MECHANICS,ALL $50.94 '� 1T SD 8P MIXERS,ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49.48 1T _..F 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL $50.39 1T 5D 8P AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION $47.12 . 1T 5D 8P �r AND MULCH SEEDING OPERATOR PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P a PLANT OILER(ASPHALT, CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P h._.. _. .. _ _. wr PUMPS, WATER $47.12 1T5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN $47.12 ` 1T 5D 8P HEIGHT BASED TO BOOM URREMOTE CONTROL OPERATOR ON RUBBER $50.39 = 1T 5D 8P TIRED EARTH MOVING EQUIP _. ,,„,,,,,,,,,,;;;,,::_,,,,,:,,,:a RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T SD 8P ROLLERS, PLANTMIX OR MULTILIFT $49.48 1T 5D 8P MATERIALS �” http://www.Ini.wa.gov/PrevailingWage/jwages/20101/co17.asp 05/06/2010 KING-Effective: 3/3/2010 Page 15 of 20 ..._... ........ _ ...._ ROTO-MILL, ROTO-GRINDER $49.90 ` 1T SD 8P SAWS, CONCRETE $49.48 1T SD 8P SCRAPERS - SELF PROPELLED,HARD TAIL $50.39 : 1T 5D 8P END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) ---------- SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T ? 5D 8P SCRAPER-SELF PROPELLED,HARD-TAIL END $49.90 1T 5D 8P DUMP,ARTICULATING OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE .$47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER,TOPSIDER& SCREEDMAN $50.39 - 1T SD 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T SD 8P TRACTORS, (75 HP &UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T SD 8P TRANSPORTERS, ALL TRACK OR TRUCK $50.39 1T 5D 8P TYPE TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 $49.48 1T 5D 8P r TON) TRUCK CRANE OILER/DRIVER(100 TON& $49.90 . 1T 5D 8P OVER) TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WELDER $50.39 1T SD 8P _,,..v._..:. WHEEL TRACTORS,FARMALL TYPE $47.12 1T 5D 8P YO YOc1 TPAY DOZER $49.90 ;; .. ... .. . . ...... . . _ _.m. . SD 8P POWER LINE CLEARANCE TREE TRIMMERS -- . --.............................._....,..........................................................-.... ._........... .... JOURNEY LEVEL IN CHARGE $40.79: 4A 5A SPRAY PERSON $38.73 -1 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 = 4A SA TREE TRIMMER GROUNDPERSON $27.55 4A 5A ................_..._...........................-...................................... REFRIGERATION&AIR CONDITIONING MECHANICS -- —-----—------------------------------------ --- - ---- -------------------------------------------------------- http://www.Ini.wa.gov/PrevailingWage/jwages/201 Ol/col7.asp 05/06/2010 "'� KING-Effective: 3/3/2010 Page 16 of 20 - -------- ----------... ..............__........ MECHANIC $37.91 ` 1 - - RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M SA RESIDENTIAL CARPENTERS ...................._....-.--...----._....---------- ------ :-----------............. JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS .........................................................._._........_.........,.... ..--..----------------------------------- - .R.,....�. JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL .�.�...�.�....._....,.,.�.�..�...M,M......_...w.V.._....w.�.._..�,..:..._ $48.79 ' lE � `M'rvsp .._..,...._.. — — RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 , 1 - - - - - - ...... :............ ------------ - = - ---- - -_-- :---- RESIDENTIAL GLAZIERS JOURNEY LEVEL $34.54 1H 5G RESIDENTIAL INSULATION APPLICATORS . .....-. -------------- --------------------------------- -- --- ------------------------- -- ------------- ------ JOURNEY LEVEL ----- $17.60 : 1 -------- - - - ---:_.: ----•__._:__-_-::::____-::::::_,.:_:::_ - .:_..: ........... ------------ RESIDENTIAL LABORERS JOURNEY LEVEL $23.03 : 1 .. - RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24.09 1 ...........................................................................--........----..------ ---.--------.. .................................... _........... ----......................... ..... RESIDENTIAL PAINTERS .........................................- - - - - -------- ------------------ wo JOURNEY LEVEL $24.46 1-=- RESIDENTIAL PLUMBERS& PIPEFITTERS ..... -.......-..........._..,._.,....,,..............,..._.,,-,.... .................._-----------.,..... ___,_.,..................................,....... .. aw JOURNEY LEVEL $34.69 1 _._...._._.._.......................,._....................._.............:......_...:.......................__.................... ......... RESIDENTIAL REFRIGERATION& AIR CONDITIONING MECHANICS - --- ...-•----......- -- - -« JOURNEY LEVEL $62.56 : IG SA — ----------------------------------------- -----:--L------=---------•--•------ ----- --------- RESIDENTIAL -------RESIDENTIAL SHEET METAL WORKERS ow JOURNEY LEVEL (FIELD OR SHOP) $35.25 IR 6L RESIDENTIAL SOFT FLOOR LAYERS ---- -- - - :� --------...-..------• .. ..................................... - - wo JOURNEY LEVEL $39.1911 2X 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $36.81 2R SC RESIDENTIAL STONE MASONS _.........._-_-___.....--__......._.._...___ we �" http://www.Ini.wa.gov/PrevailingWage/jwages/20101/co17.asp 05/06/2010 KING-Effective: 3/3/2010 Page 17 of 20 _.. ....... .... . .- - _.. JOURNEY LEVEL $46.35 iM 5A ....._.............................:..............._-.-_........-._:. .__....--::__..._.._.:_..........._._......................................._......._.........._:...-_._...,.......:.:_::. RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $21.46 1 .............._....-.....................................---...............................---........._............_..__................-----........------............_................_.....---...,..........._.....__..._.......,_..., RESIDENTIAL TILE SETTERS - -- - ------- r n------------ - --------- - JOURNEY LEVEL $25.17 ' 1 ROOFERS JOURNEY LEVEL ._�.._....._.._.�.w..__.......�.....w..M_......�..�_.�_... $40.05 1R SA =.. USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS ..................----..-----..-...............__._----._.._......_____,_.__.._._.._...................:..._.__ ..........._... JOURNEY LEVEL (FIELD OR SHOP) $59.32 lE 6L ....... . ....... SHIPBUILDING & SHIP REPAIR do-A - - BOILERMAKER $32.56 1H 6W CARPENTER $33.59 1_B 6X ELECTRICIAN $33.45 ; 1B 6X HEAT&FROST INSULATOR $50.28 1S 5J LABORER $32.17 113 6X MACHINIST $33.28 1B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X _ - -- - - -- --. PIPEFITTER $33.18 1B 6X RIGGER $33.171B 6X SANDBLASTER $32.16 ' 1B 6X - - .-: SHEET METAL $33.19 = 1B 6X SHIPFITTER $33.17 : 1B 6X TRUCKER $33.04 - 1B 6X WAREHOUSE $33.09 113 6X WELDER/BURNER $33.17 ,,' 1B 6X .......... ..... ............................................................................. .................... .... SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 : 1 http://www.Ini.wa.gov/PrevailingWage/jwages/20101/col7.asp 05/06/2010 "� KING-Effective: 3/3/2010 Page 18 of 20 --------------------------------—----------------------------- SIGN --------------------------- SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $27.28 1 --------- - --------------------- SIGN MAKER $33.25 1 SOFT FLOOR LAYERS ............111111.----------- ........ --------------- JOURNEY LEVEL $39.19 2X 5A ow ......... ....... ........................... ....... .......................... ................-------­------ SOLAR CONTROLS FOR WINDOWS -----------ww�­-----------------....... ............................. ........................ -----------------------------------------............ JOURNEY LEVEL $12.44 I 5S ................... SPRINKLER FITTERS(FUZE PROTECTION) JOURNEY LEVEL $64.29 ix 5C ...............­­..........­................ ............................................................. .......................... ....... ............................ .......... ....... STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 - ---------------....................... -----------------------------.............................-------------------- W�--------- ........---------_---------- STONE MASONS JOURNEY LEVEL $46.35µ im 5A -----------------------------^.....-----------------------*------------------ STREET AND PARKING LOT SWEEPER WORKERS --------------------------------............. ............... ....... ............. ..... ..........I------- .......... .................. ........... JOURNEY LEVEL $19.09 1 .................. ------- --------- SURVEYORS ........... ......... ------- CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 ................................................. ........... .......................................................................................................................................----------.............. TELECOMMUNICATION TECHNICIANS ----------------------------------------------------------------------------------------------�­­=----- -----= ----------------------------- TELECOMMUNICATION TECHNICIANS $22.76 - 1 JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE aw .....-.1-------------------------------------.............--­------------­---- ­­............................................................ ------ ---------..................................... CABLE SPLICER $32.27 213 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A No INSTALLER(REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 - 213 5A - ----------- - --------- - ------- ------- SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A ---------- SPECIAL APPARATUS INSTALLER II $31.621 2B 5A TELEPHONE EQUIPMENT OPERATOR $32.27 2B 5A (HEAVY) aw TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02, 2B 5A TELEVISION GROUND PERSON $17.18 ! 213 5A http://www.hnd.wa.gov/P'revailingWage/J*wages/20101/col7.asp 05/06/2010 KING-Effective: 3/3/2010 Page 19 of 20 ....... ... .... ......-........... ------ ------- ....... .... ---------- ....... .......- ----- TELEVISION LINEPERSON/INSTALLER $22.73 .1 2B 5A ......... TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A 1. TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A ----------------- ......... ...............- TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A ---------------------- TILE SETTERS --------------------•-- ---:.,•---------•......_....... .......----......... ... . ................................. .......... .............. JOURNEY LEVEL $21.65 1 ----------------------•-------.._::..._.,:: - ------- ----- ------ ....................... TILE,MARBLE &TERRAZZO FINISHERS FINISHER $39.09 IB 5A TRAFFIC CONTROL STRIPERS ............. ............... ------- JOURNEY LEVEL $38i90 , IK 5A .......... ..................... ....... ............... ........... ........... TRUCK DRIVERS ...........................................................------------- ------------------------------------------------------------------------ ------- ASPHALT MIX (TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) - $46.47 1T 5D 8L --------- DUMP TRUCK $45.63 IT 5D 8L DUMP TRUCK& TRAILER $46.47 1T 5D 8L OTHERTRUCKS $46.47 1T 5D 8L -- ----- -----a-- ----- ---------- TRANSIT MIXER $23.45 1 ..................................I................... ......I....... ........................................................ 1-.....I.................-------------- ............. ....... ------------- WELL DRILLERS& IRRIGATION PUMP INSTALLERS ..........................----------------------- ------------=---------- IRRIGATION ---------------------IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 • Find a Law(RCW) or Rule (WAC) • Get a Form or Publication • Report Fraud • About L&I • News and Media Center • Find a Job at L&I • Office Locator • Site Feedback For Business • What to do if your employees are injured • Find a safety rule http://www.lni.wa.gov/PrevailingWage/J*wages/2010 1/col 7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 4 of 17 M KING County - Effective: 3/3/2010 Prevailing Wage Rates for Public Works Contracts «. ------------------- --- Select an Effective Date 3/3/10 I want to look up 0 Journeyman wages *Apprentice wages err I want to search 0 by County 0 by Trade M Please select a county Kin aw Apprentice Wages by County me Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902-5324. *W KING County -- Apprentices -- 3/3/2010 -- Benefit Code Key Stage of Progression & Hour Range Prevailing Overtime ; Holiday Note Wage Code Code Code .� ....................----------------------------......--..-------------..............: -:::: -- - - .::.: ::::: -------- -------=-------=-------- .: _ - -------- -- ASBESTOS ABATEMENT WORKERS LABORERS ----- --- 1: 0 - 1000 Hours - 60.00% $27.65 1H 5D 2: 1001 -2000 Hours -70.00/0 $30.74 1H 5D „,.,,. _„ 3: 2001 -3000 Hours - 80.00% $33.84_ 1H 5D F +•• 4: 3001 -4000 Hours - 90.00% $36.93 ' 1H 5D BOILERA IAKERS so 1: 0 - 1000 Hours 70.00% $46.30; 1 CJ 5N 2: 1001 - 2000 Hours - 75.00% $48.00 1C 5N ON 3: 2001 - 3000 Hours - 80.00% $49.71 1C 5N 4: 3001 -4000 Hours - 85.00% $51.42 1C 5N 5: 4001 - 5000 Hours - 90.00% $53.12 1C 5N iC _ 83. 6: 5001 - 6000 Hours - 95.00% $54SN - ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- w aw http://www.lni.wa.gov/PrevailingWage/A`ppwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 5 of 17 --------------- ----------------- BRICK MASON 1: 0 - 750 Hours- 50.00% $28.74 ' im 5A - --------- 2: 750 -2250 Hours - 55.00% $29.49 : lm 5A 3: 2550 - 3000 Hours - 60.00% $31.21 im 5A -------------------------- ....... --------- --------- 4: 3000- 3750 Hours - 70.00% $34.64'j im 5A ---------- ------ ........--------- 5: 3750 - 4500 Hours - 80.00% $38.07 im 5A 6: 4500- 5250 Hours - 90.00% $41.50 im 5A ---------------1----- - -------- -- 7: 5250 - 6000 Hours - 95.00% $43.22 im 5A -------------- ----------------------------------------------------............--------------------- --------- CARPENTERS ACOUSTICAL WORKER 1: 0 - 1000 Hours - 50.00% $25.34 1H 5D 2: 1001 -2000 Hours - 60.00% $34.39 IH 5D 3: 2001 - 3000 Hours - 68.00% $37.23 : 1H 5D 4: 3001 -4000 Hours - 76.00% $40.08 . 1H 5D 5: 4001 - 5000 Hours - 84.00% $42.92i 1H 5D -- --- ------ ------ ----------- 6: 5001 - 6000 Hours - 92.00% $45.76 1H 5D -------------- ---- --- BRIDGE, DOCK AND WARF CARPENTERS 1: 0 - 1000 Hours - 60.00% $28.81 1H 5D 2: 1001 - 2000 Hours - 65.00% $36.081 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.85 1H 5D 4: 3001 -4000 Hours - 75.00% $39.62 1H 5D 5: 4001 - 5000 Hours - 80.00% $41.39 Ill 5D 6: 5001 - 6000 Hours - 85.00% $43.16 1H 5D 7: 6001 - 7000 Hours - 90.00% $44.93 1H 5D 8: 7001 - 8000 Hours - 95.00% 1! $46.70 1H 5D CARPENTER 1: 0 -'1000 Hours - 60.00% $28.81 - 1H 5D 2: 1001 -2000 Hours -65.00% $36.08 , 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.85 Ill 5D ---------- 4: 3001 -4000 Hours - 75.00% $39.62 1H 5D 5: 4001 - 5000 Hours - 80.00% $41.39 - 1H 5D 6: 5001 -6000 Hours - 85.00% $43.16 1H 5D http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 6 of 17 ......... . ............... . .... ----- ....... 7: 6001 - 7000 Hours - 90.00% $44.93 1H 5D 8: 7001 - 8000 Hours - 95.00% $46.70 1H 5D DRYWALL APPLICATOR ,. DRYWALL, METAL STUD, AND CEILING APPLICATORS 1: 0 - 1000 Hours - 60.00% $28.81 1H 5D 2: 1001 -2000 Hours - 65.00% $36.081. 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.854 1H 5D 4: 3001 -4000 Hours - 75.00% $39.62 1H 5D 5: 4001 - 5000 Hours - 80.00% $41.39 1H 5D 6: 5001 - 6000 Hours - 85.00% $43.16 : 1H 5D 7: 6001 - 7000 Hours - 90.00% $44.93 1H 5D 8: 7001 - 8000 Hours - 95.00% $46.70 1H 5D MILLWRIGHT AND MACHINE ERECTORS 1: 0 - 1000 Hours- 60.00% $29.41 ` 1H 5D 2: 1001 -2000 Hours -65.00% $36.73 1H 5D 3: 2001 - 3000 Hours - 70.00% $38.55 1H SD 4: 3001 -4000 Hours - 75.00% $40.37 ;, 1H 5D 5: 4001 - 5000 Hours- 80.00% $42.19 1H 5D 6: 5001 - 6000 Hours - 85.00% $44.01 1H 5D 7: 6001 - 7000 Hours - 90.00% $45.83 1H 5D 8: 7001 - 8000 Hours - 95.00% $47.65 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 0 - 1000 Hours - 60.00% $28.93 'I 1H 5D 2. 1001 2000 Hours 65.00% $36.21 ; 1H 5D 3: 2001 - 3000 Hours - 70.00% $37.99 1H SD 4: 3001 - 4000 Hours - 75.00% $39.77, 1H 5D to 5: 4001 - 5000 Hours - 80.00% $41.551H 5D 6: 5001 - 6000 Hours - 85.00% $43.33 : 1H 5D 7: 6001 -7000 Hours - 90.00% $45.11 1H 5D 8: 7001 - 8000 Hours- 95.00% $46.89 1H 5D CEMENT MASONS l: 0 - 900 Hours- 50.00% $31.28 1M 5D - --- -------------------------------------------------------------------------. ----------- ._. ..------------------------_- -------------- �"' http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 7 of 17 - - 2: 901 - 1800 Hours - 60.00% $34.85 1M 5D ori 3: 1801 - 2700 Hours - 70.00% $38.43 1M 5D 4. 2701 - 3600 Hours - 80.00% $42.00 1M 5D 5: 3601 -4500 Hours - 90.00% $45.58 1M 5D 6: 4501 - 5400 Hours - 95.00% $47.37 : iM 5D „ DRYWALL TAPERS .......... .............-----_......r......_.................... �•.. •..�_n...� ._._ — - R. _ 1: 0 - 1000 Hours - 50.00% $31.64 IE --5P 2: 1001 -2000 Hours- 55.00% $33.35 ° 1E 5P 3: 2001 - 3000 Hours - 65.00% $36.78 IE 5P 4: 3001 -4000 Hours- 75.00% $40.21 IE 5P 5: 4001 - 5000 Hours- 85.00% $43.64 1E 5P 6: 5001 - 6000 Hours - 90.00% $45.36 IE 5P ELECTRICIANS - INSIDE ................................._...................,.. .............. 1: 0 - 1000 Hours- 45.00% $26.69 '; 2W 5L 2: 1001 - 2000 Hours -50.00% $28.80 2W 5L 3: 2001 - 3500 Hours - 55.00% $35.26 2W 5L 4: 3501 - 5000 Hours - 65.00% $40.26 2W 5L 5: 5001 - 6500 Hours - 75.00% $45.26 2W 5L 6: 6501 - 8000 Hours - 85.00% $50.28 2W 5L ................................................................................................................... ELECTRICIANS-POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1: 0 - 1000 Hours - 60.00% $34.76 4A 5A _ rr �� 2: 1001 - 2000 Hours - 63.00% $36.01 4A 5A 3: 2001 - 3000 Hours - 67.00%- $37.77 a 4A 5A 4: 3001 -4.._ _: x. _.. _ , ,., _. o.__, ,r. r 000 Hours - 72.00% $39.94 4A : ` _5A... ....£. „ 5. 4001 - 5000 Hours - 78.00% $42.5 1 ? 4A SA 6: 5001 - 6000 Hours - 86.00% $45.97 4A 5A 7: 6001 - 7000 Hours -90.00% $47.69 4A SA POLE SPRAYER 1: 0 - 1000 Hours- 85.70% $45.87, 4A 5A 2: 1001 -2000 Hours -p89.80%0 $47.60 4A 5A 3: 2001 - 3000 Hours - 92.80% $48.89 7 4A 5A http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/co 17.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 8 of 17 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1: 0- 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 1 6: 5001 - 6000 Hours - 80.00% $24.801 1 7: 6001 - 7000 Hours - 85.00% $26.35 1 8: 7001 - 8000 Hours -95.00% $29.45 . 1 ELEVATOR CONSTRUCTORS MECHANIC 1: 0 - 1000 Hours - 50.00% $22.07 - 4A 60 2: 1001 - 1700 Hours- 55.00% $45.98 4A60 3: 1701 - 3400 Hours - 65.00% $50.65 4A 60 4: 3401 - 5100 Hours - 70.00% -$52.99 ,. ..,.,, 4A .....:..6G 5: 5101 - 6800 Hours - 80.00% $57.671 4A GLAZIERS l: 0 - 1000 Hours - 50.00% $27.01 lY 5G 2: 1001 -2000 Hours - 55.00% $29.179 1 Y 5G 3: 2001 - 3000 Hours - 60.00% $31.33 lY 5G 4: 3001 -4000 Hours - 65.00% $33.49 lY SG 5: 4001 - 5000 Hours - 70.00% $35.65 lY 5G 6: 5001 - 6000 Hours - 75.00% $37.81 ; 1 5G """ 7: 6001 - 7000 Hours - 80.00% $39.97 lY SG 8: 7001 - 8000 Hours - 90.00% $44.29 . lY 5G HEAT& FROST INSULATORS AND ASB ESTOS WORKERS _..... _..._ ......................................... .,.-................. MECHANIC 1: 0 -2000 Hours - 45.00% $31.19 is 5J 2: 2001 -4000 Hours - 55.00% $34.84: 1S 3 SJ 3: 4001 - 6000 Hours - 65.00% $38.49 is 5J 4: 6001 - 8000 Hours - 75.00%° $42.15 1 S5J , http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/co l7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 9 of 17 ........... .......... ........ .........- -- --------------------- 5: 8001 - 10000 Hours - 85.00% $45.80 is 5J .......... ....... ........................... 'HEATING EQUIPMENT MECHANICS 1': 0 -2000 Hours -45.00% $25.48 ' IE 6L 2: 2001 - 3000 Hours - 50.00% $36.69 IE 6L ------------ -------- 3: 3001 -4000 Hours - 55.00% $38.78 1E 6L ---------- 4: 4001 - 5000 Hours - 60.00% $40.91 1E 6L 5: 5001 - 6000 Hours - 65.00% $43.04 IE 6L 6: 6001 -7000 Hours -70.00% $45.15 1E ,i 6L 7: 7001 - 8000 Hours - 75.00% $47.28 , 1E 6L 8: 8001 - 9000 Hours - 80.00% $49.40;' 1E 6L ---------- 9: 9001 - 10000 Hours - 85.00% $51.53 1E 6L ------------------------------------- ------.............----------------------- ........................... -------------------------------- ............................................... HOD CARRIERS & MASON TENDERS 1: 0 - 1000 Hours - 60.00% $27.65 1H 5D 2: 1001 -2000 Hours -70.00% $30.74 1H = 5D 3: 2001 - 3000 Hours - 80.00% $33.84 ' 1H 5D ------------�-M%Z------------ ---- ----- 4: 3001 -4000 Hours -90.00% $36.93 1H 5D ------------------------------------------------- ........................I.......................................... ...................................--.................................. INSULATION APPLICATORS ---------- 1: 0 - 1000 Hours - 50.00% $25.28 1M 5D 2: 1001 -2000 Hours - 60.00% $34.31 im = 5D 3: 2001 - 3000 Hours - 75.00% $39.62 im 5D - ---------------- 4: 3001 - 4000 Hours - 90.00% $44.93 im 5D ..................--.----...I..................-....... ............................---------.............. ......................................................................................................--------------------- IRONWORKERS --------------------------------------- .................................................................................... --------......-------.....................................--------------------------- 1: 0- 750 Hours - 65.00% $30.00 ; 10 5A 2: 751 - 1500 Hours - 70.00% $31.83 ;: 10 5A 3: 1501 -2250 Hours - 75.00% $45.12 10 5A; 4: 2251 - 3000 Hours - 80.00% $46.95 10 5A 5: 3001 - 3750 Hours - 90.00% $50.61 10 5A 6: 3751 -4500 Hours - 90.00% $50.61 10 5A 7: 4501 - 5250 Hours - 95.00% $52.44 10 5A 8: 5251 - 6000 Hours -95.00% $52.44 10 r 5A ---------- .........................M-,.............. ---------------- LABORERS ........... ............. 1: 0 - 1000 Hours - 60.00% $27.65 .; 1H 5D ------------------------------------------------- ------------- ........ ---------- -- ------- -- --- -- --------- -------- - -- - ----------------- http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 lei KING County-Effective: 3/3/2010 Page 10 of 17 - _... -........ --------- - 2: 1001 - 2000 Hours - 70.00% $30.74- 1H 5D 3: 2001 - 3000 Hours- 80.00% $33.84 1H 5D 4: 3001 - 4000 Hours - 90.00% $36.93 1H 5D ' S s LATHERS ........................V....... 1: 0- 700 Hours - 50.00%,- $25.41 1H 5D ::.:,,,:,,,- - - 2: 701 - 1400 Hours - 60.00% $34.48 1H 5D 3: 1401 - 2100 Hours -68.00% $37.33 - 1H 5D 4: 2101 -2800 Hours - 76.00% $40.18 ' 1H 5D 5: 2801 - 3500 Hours - 84.00% $43.03 1H 5D 6: 3501 - 4200 Hours - 92.00% $45.89 1H 5D MARBLE SETTERS ---------- -----------------------------.__....._,..............._... ,,,..._..,,_............... .,............,......._.._.................... 1: 0 - 750 Hours - 50.00% $28.74 - iM 5A 2: 750 - 2250 Hours - 55.00% $29.49 iM 5A 3: 2550- 3000 Hours - 60.00% $31.21 1M SA 4: 3000 - 3750 Hours -70.00% $34.64 'I 1M 5A 5: 3750- 4500 Hours - 80.00% $38.07 . IM 5A 6: 4500 - 5250 Hours - 90.00% $41.50 1M 5A 7: 5250 - 6000 Hours - 95.00% $43.22 1M 5A ...... _- ....... PAINTERS � . 1: 0 - 750 Hours - 52.00% $21.06 2B 6Z � 2: 751 - 1500 Hours - 56.00% $22.21 2B 6Z 3: 1501 - 2250 Hours- 60.00% $23.36 2B 6Z tw 4: 2251 - 3000 Hours - 64.00% $24.52 2B 6Z 5: 3001 - 3750 Hours - 68.00% $25.66 2B 6Z Ow 6: 3751 -4500 Hours - 72.00% $26.82 ', 2B 6Z -- ------------ - ---•------------------------- _ -- - .----. PLASTERERS 1: 0 - 1000 Hours - 50.00% $24.78 1R 5B 2: 1001 -2000 Hours - 50.00% $31.53 1R SB 3: 2001 - 3000 Hours - 60.00% $34.55 .1 1R 5B 4: 3001 -4000 Hours - 70.00% $37.57 , 1R 5B 5: 4001 - 5000 Hours - 80.00% $40.59 3 1R5B 6: 5001 - 6000 Hours - 90.00% $43.61 N1R__u__ 5B """ http://www.lni.wa.gov/PrevailingWage/Appwages/20101/Col7.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 11 of 17 ---- ------- .............. - . ........... . .............- ------- 7: 6001 - 7000 Hours - 95.00% $45.12 IR 5B ............................. . ........ .... .......... ........ .............. PLUMBERS & PIPEFITTER S 1: 0 -2000 Hours - 50.00% $36.29 1G 5A 2: 2001 - 4000 Hours - 62.50% $48.80 IG 5A 3: 4001 - 6000 Hours -70.00% $52.33 1G 5A ---------- ------ --- ------ 4: 6001 - 8000 Hours - 75.00% $54.68 IG 5A 5: 8001 - 10000 Hours - 85.00% $59.39 1G 5A ---------- ...... ........ ....... POWER EQUIPMENT OPERATORS EQUIPMENT SERVICE ENGINEER(OILER) ALL EQUIPMENT 1: 0 - 1000 Hours - 65.00% $37.46; 1T 5D 8P 2: 1001 -2000 Hours - 70.00% $39.18 1T 5D 8P 3: 2001 - 3000 Hours - 75.00% $40.90 1T 5D 8P 4: 3001 -4000 Hours - 80.00% $42.61 .: 1T 5D 8P 5: 4001 - 5000 Hours - 90.00% $46.05 : 1T 5D 8P -- ---------- ------ -------------- 6: 5001 - 6000 Hours - 95.00% $47.76), 1T 5D 8P .................­­....................I---------­------- ---—---------------------------------------- --------- ------------ POWER LINE CLEARANCE TREE TRIMMERS ----------- -•---------------------------------------.................................................................... ............ ...................... ................ TREE TRIMMER ------------ 1: 0 - 1000 Hours - 75.00% $28.89 .- 4A 5A 2: 1001 -2000 Hours - 80.00% $30.25 4A 5A 3: 2001 - 3000 Hours - 85.00% $31.60 4A 5Arr - --------- -------__. . 4: 3001 -4000 Hours - 90.00% $32.97 4A 5A .......................... ---------- RESIDENTIAL CARPENTERS 1: 1 st 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 ............ ..............­...­.l._­._­­­­_­...... ..............................L..................­................11­1.............................. ............................................... RESIDENTIAL ELECTRICIANS ..........------------------- http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/Col7.asp 05/06/2010 KING County - Effective: 3/3/2010 Page 12 of 17 wo ..... ..... .. . ......... ... ...... .........-- . .......... 1: 0 - 900 Hours - 50.00% $13.12 1 2: 901 - 1800 Hours - 55.00% $14.43 3: 1801 -2700 Hours -75.00% $19.68 - 1 4: 2701 - 4000 Hours - 85.00% $22.30 1 N�----------------- ................1--...................... ------ .......... ---------- RESIDENTIAL GLAZIERS _.._.__._....._.................y......._.........---------. ------- 1: 0 - 1000 Hours - 55.00% $21.27 Ill 5G 2: 1001 -2000 Hours - 60.00% $22.74;.l 1H 5G 3: 2001 - 3000 Hours - 65.00% $24.222 IH 5G 4: 3001 -4000 Hours - 70.00% $25.69 ' IH 5G 5: 4001 - 5000 Hours - 80.00% $28.64, IH 5G -------------- ---------------------- --------,::,:,,:, -------- 6: - 6: 5001 - 6000 Hours - 90.00% $31.59- IH 5G ....................................-----------------------------------M-.------- ---- --------------- ----------------------------------------.......... RF,SIDENTLkL PLUMBERS &PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $19.08 2: 1001 -2000 Hours - 65.00% $22.55 !- I 3: 2001 - 4000 Hours - 75.00% $26.02 1 ------ ---------- ------- 4: 4001 - 6000 Hours - 85.00% $29.49 1 ......................................-............................................ ---------- -------------------- ---------------------- -------- --------- --------------------- RESIDENTIAL SHEET METAL WORKERS ...................................................................................................-............................................ JOURNEY LEVEL (FIELD OR SHOP) 1: 0 -900 Hours- 55.00% $17.43 IR 6L ------------------------ 2: 901 - 1800 Hours - 60.00% $18.4311 IR 6L 3: 1801 -2700 Hours - 65.00% $19.85 3IR 6L 4: 2701 - 3600 Hours - 70.00% $20.86 IR 61, 5: 3601 -4500 Hours - 75.00% $22.10 1R. 6L 6: 4501 - 5400 Hours - 80.00% $23.10 1- IR 6L ---------- ------- ..............---- F - I ........................... ------- ....................-.... ...... RESIDENTIAL STONE MASONS 1: 0 -750 Hours- 50.00% $28.74 im 5A 2: 750 - 2250 Hours - 55.00% $29.49 Im 5A 3: 2550 - 3000 Hours - 60.00% $31.21 .; im 5A 4: 3000 - 3750 Hours - 70.00% $34.64 IM 5A 5: 3750 -4500 Hours - 80.00% $38.07 1M 5A 6: 4500 - 5250 Hours - 90.00% $41.50;. 1M 5A .7l.:.--5.25-0-----6-000--Hours -----95.00%-- - - .. ..... $43.22 1 m 5A ------- ---------------- --------------------------------------- --------------------- http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 13 of 17 ---------- --------- ROOFERS 1: 0 - 820 Hours - 60.00% $26.30 IR 5A 2: 821 - 1630 Hours - 67.00% $28.31 IR 5A mi 3: 1631 - 2450 Hours -74.00% $30.31 1R. 5A ------------ - 4: 2451 -3270 Hours - 81.00% $34.61 1R. 5A ------------------- 5: 3271 - 4080 Hours - 88.00% $36.62 IR 5A 6. 4081 -4899 Hours - 95.00% $38.62 1 1R 5A ---------l----�--------... --.-:..................... ...... ....... SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 0 -2000.Hours - 45.00% $25.481E 6L 2: 2001 - 3000 Hours - 50.00% $36.69 IE 6L 1--w-,.......... 3: 3001 -4000 Hours - 55.00% $38.78 I E 6L 4: 4001 - 5000 Hours - 60.00% $40.91 1 E 6L 7 5: 5001 - 6000 Hours - 65.00% $43.04 IE 6L 6: 6001 - 7000 Hours - 70.00% $45.15 1E 6L 7: 7001 - 8000 Hours - 75.00% $47.28 : IE 6L 8: 8001 - 9000 Hours - 80.00% $49.401E 6L. 9: 9001 - 10000 Hours - 85.00% $51.53 ,: IE ............ ...... ----------- .................... .........-................ SHIPBUILDING & SHIP REPAIR CARPENTER 1: 1st Period - 60.00% V $23.97 - 1B 6X 2: 2nd>Period- 65.00% $25.18 1B 6X 3: 3rd Period- 70.00% $26.38 IB 6X 4: 4th Period -75.00% $27.581 1B 6X 5: 5th Period- 80.00% $28.78 IB 6X wit 6: 6th Period- 85.00% $29.98 5IB 6X 7: 7th Period- 90.00% $31.19 IB 6X ELECTRICIAN 1: 1 st Period- 70.00% $26.00 1B 6X 2: 2nd> Period- 75.00% $27.251, IB 6X 3: 3rd Period- 80.00% $28.49' IB 6X 4: 4th Period- 85.00% $29.73l -lB 6X .................... ........... ------------- w http://www.Ini.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 14 of 17 .................................. ... ......... 5: 5th Period- 90.00% $30.97 113 6X 6: 6th Period - 95.00% $32.21 113 6X MACHINIST 1: 1 st Period - 60.00% $23.93 , 1B 6X 2: 2nd> Period-70.00% $26.27 1B 6X rr :- - ---- 3: 3rd Period- 80.00% $28.61 1B 6X RIGGER 1: 1 st Period- 70.00% $26.21 ' IB 6X 2: 2nd>Period - 75.00% $27.37 1B 6X 3: 3rd Period - 80.00% $28.53 1B 6X 4: 4th Period - 85.00% $29.69' IB 6X 5: 5th Period- 90.00% $30.85 ' 1B 6X 6: 6th Period - 95.00% $32.01 1B 6X « -- - - SHEET METAL 1: 1st Period- 70.00% $25.98 ` IB 6X 2: 2nd>Period - 80.00% $28.39 1B 6X 3: 3rd Period - 90.00% $30.79: 1B 6X SHIPFITTER 1: 1st Period- 70.00% $26.21 1B 6X 2: 2nd>Period - 75.00% $27.37 1B 6X 3: 3rd Period- 80.00% $28.53 1B 6X 4: 4th Period - 85.00% $29.691 1B 6X 5: 5th Period- 90.00% $30.85 ' 1B 6X f 6: 6th Period 95.00% $32.01 : 1B 6X WELDER/BURNER 1: 1 st Period- 70.00% , $26.21 1B _ 6X 2: 2nd> Period - 75.00% $27.37, _ 1B 6X 3` 3rd Period - 80.00% $2853 1B 6X 4: 4th Period - 85.00% $29.69 1B 6X 5:5th Period-90.00% $30.85 5 1B = 6X 6: 6th Period-95.00% $32.01 1B 6X 5 SOFT FLOOR LAYERS ----------------------------------------------------------- -- ------------------------------------------- - ------------------------------------------------------------------ ------------- "�` http://www.lni.wa.gov/PrevailingWage/Appwages/20101/col7.asp 05/06/2010 KING County-Effective: 3/3/2010 Page 15 of 17 ......... -------------------- . .... ..... 1: 0 - 1000 Hours - 50.00% $19.494. 2X 5A --------------- ...... --------- 2: 1001 -2000 Hours - 60.00% $23.20' 2X 5A ----------- 3: 2001 - 3000 Hours - 70.00% $29.22 2X = 5A 4: 3001 -4000 Hours -75.00% $30.89 2X 5A 5: 4001 - 5000 Hours - 80.00% $32.55 2X 5A ------------ --------- ------------------ -------- '-­- - -' 4 6: 5001 - 6000 Hours - 85.00% $34.20 2X 5A 7: 6001 - 7000 Hours - 90.00% $35.86 2X 5A ------------------ nrt 8: 7001 - 8000 Hours - 95.00% $37.56 2X 5A -------------------------------- --------------------------------------------------------------------- ----------- ------------------------------- ---------------------------------------------------------------- SPRINKLER FITTERS (FIRE PROTECTION) 1: 1st Period -40.00% $26.01 ix 5C -- ------------------- 2: 2nd>Period-42.00% $26.89 ix 5C 3: 3rd Period -44.00% $27.84 ix = 5C 4: 4th Period - 47.00% $29.17.-1 ix 5C 5: 5th Period - 52.00% $36.83 ix 5C 6: 6th Period - 57.00% $39.04.! ix 5C so 7: 7th Period - 62.00% $41.50'. ix 5C 8: 8th Period - 65.00% $42.82 ix 5C 9: 9th Period - 75.00% $47.74 . ix 5C 10: 10th Period - 80.00% $49.95 ix 5C No ........-- ...............................................................-............................--------------------------------- --------------------------------------........................ STONE MASONS ---------------------------------....................................................--------.............. ---------- --------- .................. ..................... ...................... 1: 0 -750 Hours - 50.00% $28.74 im 5A 2: 750 - 2250 Hours - 55.00% $29.49 im 5A 3: 2550 - 3000 Hours - 60.00% $31.21 im 5A 4: 3000 - 3750 Hours - 70.00% $34.64:, im 5A 5: 3750 -4500 Hours - 80.00% $38.07.. im 5A 6: 4500- 5250 Hours -90.00% $41.50 , im 5A 7: 5250 -6000 Hours - 95.00% $43.22 .i IM LA TELECOMMUNICATION TECHNICIANS ........................... —------------------------------------------------------m--------------------------------------- ................................................................. ....................... TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL ................. ...... 1: 0 - 1000 Hours - 55.00% $12.52;ul 1 2: 1001 2000 Hours - 60.00% $13.66. 1 3: 2001 - 3000 Hours - 65.00% $14.79 1 ----------------1-11,11,11-1---------------- hup://v;ww.Ini.wa.gov/PrevailingWage/Appwages/20101/Col7.asp 05/06/2010 KING County- Effective: 3/3/2010 Page 16 of 17 - -------- - ........ ..... . ------- ..................... 4: 3001 - 4000 Hours - 70.00% $15.931 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 3 1 .......... ............................ ....................................................... ....................... .....................................--------------- TERRAZZO WORKERS ................... ........... ------------------------­­------------------------------------------------------- ------------ 1: 0 - 1000 Hours - 50.00% $26.86 Im 5A 2: 1001 - 2500 Hours - 55.00% $28.52 im 5A err 3: 2501 - 3500 Hours - 60.00% $30.19 , im 5A .... ... ........ 4: 3501 - 4500 Hours - 70.00% $33.53 im 5A -------------.................. ------------ ....... io 5: 4501 - 5500 Hours - 80.00% $36.87 Im 5A 6: 5501 - 6250 Hours - 90.00% $40.20 im 5A ------------- 7: 6251 - 7000 Hours - 95.00% $41.87 im 5A -----------------............................... ----------------------------- ...................................--------------------------------------- -----------­. TILE,MARBLE &TERRAZZO FINISHERS FINISHER ..................... --------------------- 1: 0 - 1000 Hours - 50.00% $26.23 : IB 5A 2: 1001 -2500 Hours - 55.00% $27.84 1B 5A 3: 2501 - 3500 Hours - 60.00% $29.42; 1B 5A 4: 3501 -4500 Hours - 70.00% $32.66. IB 5A ---------- TRAFFIC CONTROL STRIPERS 111-1.111111.1------------- ............... ......... ....... ........... - - ---------- 1: 0 - 500 Hours - 60.00% $16.44. 1K 5A 2: 501 - 1000 Hours - 60.00% $21.86 : 1K 5A 3: 1001 - 1166 Hours - 60.00% $25.59 1K 5A 4: 1167 -2333 Hours - 65.00% $27.25- IK 5A 5: 2334- 3499 Hours - 75.00% $30.58 : IK 5A 6: 3500 -4666 Hours - 85.00% $33.91 1K 5A ........... 7: 4667- 5833 Hours - 90.00% $35.57 1K 5A 8: 5834- 7000 Hours - 95,00% $37.24 1K c �SA .................... .................... ............ ........................... .............. TRUCK DRIVERS ALL TRUCKS 1: 0 -700 Hours - 70.00% $36.32 : 1T 5D 8L 2: 701 - 1400 Hours - 80.00% $39.42 IT 5D 8L http://www.Irii.wa.gov/PrevaiagWage/A`ppwages/20101/col7.asp 05/06/2010 KING County -Effective: 3/3/2010 Page 17 of 17 mi ..... ........ ------- .. ............ ----- ..................... --------- ----- 3: 1401 -2100 Hours - 90.00% $42.53 1 T 5D • Find a Law(RCM) or Rule (WAC) • Get a Form or Publication 1W 4 • Report Fraud • About L&I • News and Media Center • Find a Job at L&I • Office Locator • Site Feedback For Business • What to do if your employees are injured • Find a safe1y rule • File a Quarterly Report • Find safe ly training materials • Electrical permits and inspections • Runnina a business: What you need to do • More For Business For Workers • Worker's comp claims • Find out about breaks • Learn workplace safe 1y requirements 11W • Understanding overtime pgy • Minimum wage is$8.55 • More For Workers For Medical Providers • Managing claims for injured workers • Medical treatment guidelines • Provider billing&pgyme • Check what needs-pre-authorization • More For Medical Providers Help us improve our website for providers. Complete a two-minute survey. Am", IV ngton'91 0 Washington State Dept. of Labor and Industries.Use of this site is subject to the laws of the state of Washington. • Access Agreement • Privacy & Security Statement • Intended Use/External Content Policy • Staff Only http://www.Ini.wa.gov/PrevailingWage/A`ppwages/20101/col7.asp 05/06/2010 APPENDIX C-STANDARD PLANS CITY OF RENTON r r. irr +rr .rr APPENDIX C STANDARD PLANS aw aw 2010 STREET PATCH AND OVERLAY WITH CURB RAMPS rr i F'• d ' 4 Q O A SR ;El q ° H Y 3 q w a O� u, $ O d 3 v o N ani 2 a o 0 w °'� ,'� A w !0 MA cd a > ° a ca El 13 134 -0 FI C, ti Elv]v] pw J Q h '��., UO O OO q8F d �' g dv�YJ Wv Q {U77Q ay ti WW Up�,v� C7 Oaf, o o �y a u &$a w V� 03 O \� ' a q �' o 'gyp o p a cr C4 0 14 N Go ¢ p H a 5b x OF y o1 o. O �- LU Z g A Ol q a as q ►a y F- F- 06 a o .4 cli ni vi 06 of o ri a7 'b (j) N N N N N N N N N N N M M F F U e c "' ep `+ ' cy "� 4. q F. °' rriii 04 40. d b U° -93 0 23. � y f�� mss• p39 � � •� d4. H a q w „ Cy4 40, Q' y °' NC7 Q 5 y g YS 04 zU x 0 Oa O H C7 p q w, p w ¢33 o �c W� �•.�� ,� W�� � •'y `� E"' � � �••�63 CO2 f3w .gypp0 cd El w W pads z �3 Q ° 8 ° PCs ix ca W � Zz E U E �° q p0, Os acn a W'a o -01 Oo pays ►7'.� Uva up, � q C g �i� p. � Q UW U U W V a� u F P+V y 7 �. �� 6H 13 .� Q a E".z'9 y UV P' c4 W W Q z z q �+, HO WO OD u 0 04 C N ri aw GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. rrr 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 1042. FACE OF CURB 812' 512" 1" 12"R 1"R. MATCH ROADWAY 8" CEMENT CONCRETE SLOPE TOP OF 1/2'R. 11R. SIDEWALK RAMP ° tO 12"R ROADWAY VARIES OR LANDING D•. . FROM ° — °• D W TO O D 1M'PREMOLDED T.8" JOINT FILLER CEMENT CONCRETE CEMENT CONCRETE TRAFFIC CURB AND GUTTER PEDESTRIAN CURB fry AT SIDEWALK RAMPS AND LANDINGS FACE OF ADJACENT CURB 81/2' FLUSH WITH GUTTER PAN AT SIDEWALK FACE OF ADJACENT CURB RAMP ENTRANCE 81/2" 1:12 MAX. 396 SEE DEPRESSED CURB DETAIL THIS SHEET TOP OF 12"R ROADWAY 3% D • ° TOP OF 12"R ROADWAY D' •o • °' to 2" D . 1._8. D. n. ° �• z D • DEPRESSED CURB SECTION V-s" .� AT SIDEWALK RAMPS FACE OF CURB DEPRESSED CURB SECTION rr AT RESIDENTIAL DRIVEWAYS ONLY. 81/2" FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 512' 1" 12"R1'R err FACE OF ADJACENT CURB D TOP OF ° ROADWAY GUTTER SURFACE rrr D 1"R. • .D 1'RD, D D � 81/4" ri. ,° ',. . °• 'D D CEMENT CONCRETE DEPRESSED CURB DETAIL. TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS ti i + PUBLIC WORKS' CEMENT CONCRETE CURBS STD, PLAN — 101 O DEPARTMENT MAY 2009 d SEE NOTE 2 SEE NOTE 2 3 2r - 0" 2' - 0" o r 3/8' PREMOLDEO JOINT FILLER (TYP) CEMENTCONCRETE CURB AND GUTTER � 5' PLAN VIEW FACE OF CENTERLINE OF 2CURB �.S FRAME 8 GRATE Will 6 1 " 13" 5 1 2' 5'1' (1.08) MATCH FRAME AND GRATE—NOT INCLUDED 1/2' R. T� R. ROADWAY IN CURB AND GUTTER BID ITEM SLOPE s 3" tD TOP OF °. 1' R• I RECESS ROADWAY 01 ••A TT- P"y��4'b JSM�d byµ�4•f ° s ° ADJUSTMENT SECTION—NOT INCLUDED IN CURB AND GUTTER BID ITEM CATCH BASIN-NOT INCLUDED °•• IN CURB AND GUTTER BID ITEM ° ►• UV - �' �� SECTION A`J 4rr r -� �crt4 GENERAL NOTES: +r{' �14•�2{ t.Yj• �.; Ski 1. The intent of this design is to facilitate the removal ++ "` 9 ski of a catch basin with minimal disturbance of the curb. t t � 2. The expansion joints of the adjacent sidewalk shallPat ' -4 �` be adjusted to be in line with these curb >� expansion joints. R-59jY:� ''+ I ISOIV.ET'�IC VIEW :•�� . Will F PUBLIC WORKS CEMENT CONCRETE CURB S'I'D. PLAN — 101.1 + + INSTALLATION AT- DEPARTMENT CATCH BASINS MAY 2009 +rr ;M1 Wrl SIDEWALKVARIES:W-B'MIR12'R12�R(TYP.) CURBINCLUDED 2%MAX._ IN BID ITEM a •° ° .° n SE •1/4"PREMO CED EDGE DETAIL JOINT FILLER NOTE EXTEND SIDEWALK TRAKI RSE JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE �Ir VARIES j 1I8•TO114' SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK BUFFER STRIP P VARIEWS'-0"HN. @•CI` >• P ��`�' l0 %MAX(P•) CURB NOT INCLUDED 2%MAX IN BID ITEM ©CONTRACTION JOINT ter CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP rES1.GFW L ALK VARIES SIDEWALK MAY BEADJAC ENT SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK VARIES:V-/'MIN. 10 1!2•R(TYP.) DED CURBNOT JOINT FILLERINCLUDED 2%. 1 2%MAX._ IN BID ITEM 1/VPREMOLDED " SIDEWALK ADJACENT TO WALL 1IrrY JOINT FILLET DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB s' BROOMED FINISH Qi 4'WIDE SMOOTH 1� �+ TROWELED PERIMETER I11 lid � Iq�,;CEMF�fT CONCRETE CURB (�CIRB AND GUTTER SHOWN) yy s .'z 'NOT INCLUDED IN BID REM 3B' .�1O'• 'SID[CN ONLY FULLDEPTH o .e n -�> - PREMOLDED SIt*.561 IN BOTH CURB AND JOINT FILLER s G1:IIY (SEE STD PLAN 101.1) EQ EXPANSION JOINT nQI AND FINISH ;uw�r DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. `ft PUBLIC WORKS CEMENT CONCRETE STD. PLAN — 102 + =R + DEPARTMENT SIDEWALK MAY 2009 +rr • f NOTES: 1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing or regulating the construction of public rights-of-way."according to the American Association of State Highway and Transportation OfficlaW(AASHTO) A Policy on Geometric Design ofHtghways and Sheets. 2. Utilities shall be relocated outside the traveled way of the walkway. 3. Utilities that must remain are to be made non-slip through use of the[ list a prnprietmysystem here]. Existing meter reading devices shall not be harmed by the application of[ th/s system]. 4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip. 1111 5. Drainage appurtenances,such as manholes,catch basins,etc.will not be permitted in the sidewalk surface. These shall be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A pedestrian traffic control plan shall be submitted to the City for review. �rY - UI o~ Y o STD. PLAN — 102.1 * + PUBLIC WORKS UTILITY PLACEMENT IN rrll DEPARTMENT CEMENT CONCRETE SIDEWALK MAY 2009 ..r aw rr EXISTING ASPHALT 2.0' MIN. NEW CURB �— PAVEMENT & GUTTER (SEE NOTE 2) SAWCUT (SEE NOTE 2) a . . •. !. a. a• .'fib iew rrr w ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM �.r 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK r ow NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. aw 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT bw PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN 101- FOR CEMENT CONCRETE CURBS. r +�+ + + PUBLIC WORKS CURB AND GUTTER • PLAN — lOS SM O DEPARTMENT REPLACEMENT DETAIL p MAY 2009 BID ITEM(INCLUDES SIDEWALK RAMPS RAMP(VARIES) VARIES:20'MIN.(SEE NOTE RAMP(VARIES) 6'MIN.-15 MAX. B'MIN.-15 MAX. 10 LF OF PAVED DRIVEWAY REQUIRED 3/8'EXPANSION JOINT(TYP.) CEMENT z (SEE STD.PLAN 102) CONCRETE SIDEWALK A VJ fA M d IL SEE NOTE 7 CEMENT CONCRETE RAMP WITH 121-1:1VCURB 8 GUTTER SLOPE(TYP.) ��// (SEE NOTE 3) 3/8'CONTRACTION JOINT (SEE STD.PLAN 102) PLAN VIEW (TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR) (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN,-1S MAX. (SEE NOTE 7) 6'MIN.-15'MAX. SEE NOTE 8(TYPi v 10'MIN.• •r •k• 10'MIN. `IV MIN. CEMENT CONCRETE 3/8'EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) SECTION A� 1/2'R(TYP.) SIDEWALK WIDTH VARIES2%MAX. 10'MIN. DRIVEWAY SEE DETAIL ON STD PLAN 104.2 SECTION O � i'x� CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) 10 LF OF PAVED s M DRIVEWAY REQUIRED f EM NOUTHIC y�, 1 k� 2'aVh*ER s CEMENT `' fin ,g S 'DETAIL,SHEET 104.2) CONCRETE ;` �..,. SIDEWALK TYPE C2_ISOMETRIC VIEW (30'WIDE COMMERCIAL) r .ti. For NOTES see sheet 104.2 CEMENT CONCRETE DRIVEWAY STD. PLAN — 104 + � + DEPARTMENT PUBLIC WORKS ENTRANCE - TYPES Cl, C2, C3, and C-MAX MAY 2009 BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:14'MIN.-20'MAX I RAMP(VARIES) V MIN.-15'MAX. 6'MIN.-15'MAX. 10 LF OF PAVED +wr DRIVEWAY REQUIRED 3/8'EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) CEMENT CONC.SIDEWALK LfW 4z:! SEE NOTE 1 CEMENT CONCRETE B CURB&GUTTER 31(rEXPANSION JOINT(TYP.) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW RAMP(VARIES) VARIES RAMP(VARIES) 14'MIN. 6'MIN.-15'MAX 20'MAX. 6'MIN.-15'MAX SEE NOTE 8(n?). rr tCCEMENTCONCRETE 6"MIN. 6"MIN. 6"MIN. 3/8"EXPANSION JOINT(rYP.) SIDEWALK SECTION OA (SEE STD.PLAN 102) ■ 1/2"R(TYP.) SIDEWALK WIDTH DEPRESSED CURB&GUTTER ■r VARIES--- 2%MAX. (SEE NOTE 3) 6"MIN. r+. DRIVEWAY sEcrloN O ,Aw 10 LF OF PAVED DRIVEWAY REQUIRED r. iftr CEMENT CONCRETE CURB&GUTTER (SEE NOTE 3) s CEMENT ; SED '' CONCRETE itB GUTTER aw SIDEWALK I r.'a> NOTE 3) F TYPE R1 —ISOMETRIC VIEW (RESIDENTIAL) For NOTES see sheet 104.2 OPUBLIC WORKS CEMENT CONCRETE DRIVEWAY ' PLAN "" 104.1 DEPARTMENT ENTRANCE - TYPE R7 MAY 2009 w T CEMENT CONCRETE CURB&GUTTER :? .t;4 ,• (SEE NOTE 3) �'i 4oi, 41ryc 10 LF OF PAVED DRIVEWAY REQUIRED CEMENT CONCRETDEPRE$5 �:iIONOLiTHIC E "'"p?Ki• CURB fi BUTTER SIDEWALK ;;.5,s'}F;y"� /(SEE DETAIL THIS SHEET) ,�. TYPE C2B—ISOMETRIC VIEW (30'WIDE COMMERCIAL,WITH BUFFER) NOTES 1. When a Type R1 or RI B(residential)driveway width exceeds 15 feet;construct a full depth expansion joint with 3/8"joint filler FACE OF CURB along the driveway centerline(see std.plan 102). Construct. SEE© SEE DEPRESSED CURB DETAIL expansion joints parallel with the centerline as required at 15' CONTRACTION JOINT a 12• ON THIS SHEET maximum spacing when driveway widths exceed 30'. STD PLAN 102 812• 1• 5 112'R. TOP OF ,...., 2. See std.plan 102 for sidewalk details. ROADWAY 3. Curb and gutter shown,other curb designs may be specified. ••Af"• •/.. �• :rJ3„-^_A%j.'::i44��:4j,�a See std.plan 101 for curb details. ° ' :;'.,•'; •_ ,• 10' 4. Avoid placing drainage structures,junction boxes or other '• obstructions in front of driveway entrances. r-e• r-c• 5. The engineer will design all driveways to include elevations at all NOTE:DRIVEWAYLONGI UDINAL E7tPANSION points marked with symbol"X”. All elevations are at the driveway JOINTS SHAM BE FULL DEPTH finished surface. DEPRESSED MONOLITHIC CURB&GUTTER DETAIL 6. Driveways not constructed as dimensioned will not be accepted by the owner. 7 a. Width of Type C1/C1B and alley entrances shall be 20'-0". Willi Width of Type C2/C2B(2-lane commercial)entrances shall be 30'-0". Width of Type C3/C3B(3-lane commercial)entrances shall be 38'-0". The expansion joints(see std.plan 102)shall FACE OF ADJACENT CURB be spaced as shown In the corresponding isometric view. tl b. Maximum width of Type C-MAX or C-MAX with Buffer GUTTER SURFACE (Industrial,Warehouse,and Shopping Center uses only)shall be 50'-0"but shall not exceed 40%of the street frontage. The 1•R expansion joints(see std.plan 102)shall be spaced as shown in the corresponding isometric view. o °° 8. Slopes shall comply with sections R303.2.1 or R303.2Z or R303.2.3 of the Public R/ghts of WsyAccaw G ilde(PROWAG). •p0.°r .° 9. Curb returns for any Type C-MAX Driveway may be approved on • a case-by-case basis. DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Driveway Example: TYPE C1 B R=Resldential, C=Commerclel , } Numberof Lanes, J (MAX--4 Lane Commerdeq B=Buffer(Planting Strip), Blank ft Buffer o~K SM. PLANT -- 104.2 PUBLIC WORKS CEMENT CONCRETE ENTRANCES - '` DEPARTMENT NOTES AND DETAILS MAY 2009 BID ITEM NCLUDES'SIDEWALK RAM RAMP(VARIES) RAMP(VARIES) 8'MIN.-1B MAX S MIN.-18 MAX 10 LF OF PAVED rrr DRIVEWAY REQUIRED 31V EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) ow I CEMENT CONC.SIDEWALK I.rl e vi A W � W L m Z m Z n SEE NOTE 1 B CEMU�866 GUTTER 318'EXPANSION JOINT OW. (SEE NOTE 3) (SEE STD.PLAN 1023 arr PLAN VIEW RAMP(VARIES) VARIES RAMP(VARIES) rr 8'MIN.-16'MAX 20'MAX B'MIN,-1S MAX SEE NOTE 8 MP). I � tCEME8"MIN. 6'MIN NT CONCRETE 318'EXPANSION JOINT(TYPJ SIDEWALK SECTION D (SEE STD.PLAN 104 112"R GYP.) SIDEWALK DEPRESSED CURB 6 GUTTER VARIES (SEE NOTE 3) 29LMIAX_ 12H:iVMAX 111111 e"MIN. DRIVEWAY SECTION O rr 10 LF OF PAVED + Wr�f DRIVEWAY REQUIRED ; CEMENT CONCRETE aP CURB&GUTTER -A (SEE NOTE 3) CEMENT CONCRETE SIDEWALK U a ."ED &GUTTER 11x1 „W . EE NOTE 3) TYPE R1 B—ISOMETRIC VIEW (RESIDENTIAL,WITH BUFFER) rw For NOTES see sheet 104.2 +�• + PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD' PLAN - 104.3 a DEPARTMENT ENTRANCE - TYPE RIB MAY 2009 .1. BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) VMIN.-15'MAX 6'MIN.-15'MAX. 10 LF OF PAVED DRIVEWAY REQUIRED 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) CEMENT CONCRETE SIDEWALK z 03 g � N co Nol JY Jx ♦-/SfJx .jixaG i4 W w LL It +" xy SEE NOTE 7 CEMENT CONCRETE B CURB&GUTTER (SEE NOTE 3) 3/8"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3B SHOWN,C1 B&C2B&C-MAX with buffer SIMILAR) (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN.-15'MAX (SEE NOTE 7) 6'MIN.-15'MAX SEE NOTE 8(TYP). v ( v 10"MIN. 10"MIN. 10"MIN. CEMENT CONCRETE 318"EXPANSION JOINT SIDEWALK (SEE STD,PLAN 102) SECTION O SEE DETAIL ON SID PLAN 104.2 112"R(TYP.) SIDEWALK AT DRIVEWAY VARIES 2%MAX_ 12H:1V MAX 10"MIN. DRIVEWAY 318"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) SECTION Og For NOTES see sheet 104.2 PUBLIC WORKS CEMENT CONCRETE-DRIVEWAY STD. PLAN - 104A G� + i ` DEPARTMENT ENTRANCE - TYPES Cl B, C213, C313, and C-MAX with BUFFER MAY 2009 w11 W. wo 10 LF OF PAVED r'" • DRIVEWAYREQUIRED ti'` fOEPISYS MONOLITHIC' �t '!•;;y'^" �-=` 1. B O.C'•�YIUTTER CEMENT •,. CONCRETE ...... * � •a ($ I'%D IL.SHEET 104.2) SIDEWALK im CURB&CONCRETE TYPE C3-ISOMETRIC VIEW (SEE NOTE 3) (38'WIDE COMMERCIAL) aw w w w CEMENTCONCRETE CURB&GUTTER (SEE NOTE 3) ow 10 LF OF PAVED DRIVEWAY REQUIRED CEMENT RI$§El ONOLITHIC w� CONCRETE 'G.Uk. 19,9UTTER F ••� SIDEWALK c 1 ' '3 ^ golpE`TAIL.SHEET 104.2) TYPE C3B-ISOMETRIC VIEW (38'WIDE COMMERCIAL,WITH BUFFER) wr NQS w yr CEMENT CONCRETE CURB&GUTTER a'• �-,� �� (SEE NOTE 3) A' aw r1� f � 10 LF OF PAVED DRIVEWAY REQUIRED wr CEMENT ;NE'-'. CONCRETE DEPRESSED MONOLITHIC SIDEWALK CURB&GUTTER ? (SEE DETAIL,SHEET 104.2) aw w w w w w 8r w q TYPE C-MAX-ISOMETRIC VIEW 50'WIDE COMMERCIAL (WITH OR WITHOUT BUFFER) rr For NOTES see sheet 104.2 wm PUBTD LIC WORKS CEMENT CONCRETE S . PLAN — 104.5 `®« DEPARTMENT _ DRIVEWAY ENTRANCES VARIOUS ISOMETRIC VIEWS MAY 2009 lid RAMP IS NORMAL TO CURB FACE TANGENT 3 AND OPPOSITE FAR RAMP(TYP.) TF - ,. CliMENT CONC.SIDEWALK RAMP TYPE 1(TYP.) A 1 14 SIDEWALK1 arDEWALK s.o• i Ark DETECTABLE WARNING 3W EXPANSION PATTERN -. JOT M)(C K FACE OF(SEED ' 4 1 1,d O AT FACE OF CURB CURB,OR CURB AND GUTTER ENT O G � PLAN VIEW SIDEWWAALKRRAAMMPTYPei r-e' EL--3 LAYOUT PLANVIEw I SEE NOTE 2 SIDEWALK RAMP TYPE 1 r-6'-DETECTABLE WARNING S-(!'MIN. 6'-0'MIN. PATTERN(SEE DETAIL) LANDING RMP rO �A J RAMS r 2%MAX G FLUSH TOP OF `ROADWAY B Li CONCCRREEfM ..DEPRESSED 4 °i6 N SIDEWALK CURB A GUTTER A f rp a R718' 1 SECTION AO (SEE NOTE a) I¢.' B r 1; 0 PLAN bC , B-8'Mrl. TOP OF BWEWALK C fO THIS PATTERN AREA SHALL 2%MAX G ROADWAY ELEVATION BE YELLOW IN COLOR ZSIDMAL7K ONCRETE DETECTABLE WARNING PATTERN DETAIL cET11ENrcCEMEaGuns FR SECTION O (SEE NOTES) 13'-D MIN. NOTES b( 1. The bottom of the ramp shall have a landing area(not in excess at 2% 2%MAX + /y OAADWAY In any direction)4!x4'. 2. Layout requires two(2)of this bid Item:'CEMENT CONIC.SIDEWALK CEMENT OONCRETE RAMP TYPE 1'.The bid Item does not Include the ad)acerd curb(or 1� SIDEWALK CEMENTCONCRETE curb&gutter),aeklawalk. SECTION OC CURB NOTE GUTTER 3. The maximum allowable ramp elope Is 12HAV.Flatter ramp slopes are permissible.Field verlly the forms before pouring concrete. 4, AVOW placing drainage alluctums,)unction boxes or other obstruction In front of ramp access areas. S. Curb&gutter Is shown,see the contract pians for the orb design specified.See standard pian 101 focxrb deleile. 6. See standard plan 102 for sidewalk Joint p(ecernent and details. 7. The engineer Will design all ramps to include elevations at all points rex" marked with symbol'r.All elevations ars at the liniahed surface. S. Ramps not constructed as dimensioned will not be accepted by the owner. ISOMETRIC VIEW STDI�'• PUBLIC WORKS PAIRED SIDEWALK RAMP • i' 105 DEPARTMENT • 'TYPE 1 MAY 2009 ow r • RADIUS POINT-OF SIDEWALK RAMP AND CURB RETURN(TYP.)-SEE CONTRACT FOR RADIUS. to A SIDEWALK 61.0" WARNING V 31W EXPANSION PATTERN *w SIDEWALK JOINT(TYP.)(SEE \ (SEE DETAIL) ' + J STD.PLAN 102) FACE OF CURB 0 AT FACE OF CURB CURB,OR CURB AND GUTTER T-cr CEMENTCONCRETE PLAN VIEW SIDEWALK RAMP TYPE 1 AND RELATIONSHIP TO CROSSWALK PLAN VIEW AND LAYOUT SINGLE SIDEWALK RAMP TYPE 1 .. 2'-0"-DETECTABLE WARNING PATTERN(SEE DETAIL) 6'-0"MIN. 8'-0"MIN. LANDING RAMP Po 2%MAX 'v FL SH TOP OF ROADWAY a CEMENT CONCRETE DEPRESSED rnr SIDEWALK CURB 6 GUTTER SECTION O (SEE NOTE 6) RAMP B rrr + F, SIDEWALK r� MIN. MAX Al ',n; B 5-6"MIN. ea. (,Gy. > q 1 5B" 23I6' �r.. n �•n ri't.<.O. ir1 TOP OF 3 q.,? ,. B 5/6" 1 1/2° 2%Mme— 'v ROADWAY P "�" C 7/16" &4 "� ;o�� I CEMENTCONCRETE SIDEWALK CEMENT CONCRETE sirr CURB R GUTTER SECTION BO (SEE NOTE 6) I � D — —"j I" THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR rrr DETECTABLE WARNING PATTERN DETAIL wr ' ow ISOMETRIC VIEW For NOTES see sheet 105 rr ti STD. PLAN — 105.1 '■ g PUBLIC WORKS SINGLE SIDEWALK RAMP DEPARTMENT TYPE 1 MAY 2009 A 3V EXPANSION JOINT(iYPa (SEE NOTE a) C RAMP IS NORMALTO CURB FACE TANGENT. AND OPPOSITE FAR RALW(TYP) " b F P.T RADIUS POINT OF CURB RETURN ^ -I ICROSS�4 ..))'�' DETECTABLE WARNING . ———.—_—_RAMP CENTERLINE — I I P TTERN L I b PT W X OPTIONAL CEMENT CONCRETE' PEDESTRIAN CURB r (SEE STD. 1n I SO'WALx RAMP 1MN0 aYP) a; O I o� SIDEWALK RAMP WING(TYPI RAMPCENFERUNS a '� F��• E�f tic;L. b� ., ;;)':'�":,�- '• ISOMETRIC VIEW N *1 PC VARIES:r-0"bE 2'-tr 2'-IP T-ir RAMP WNW W EXPANSION JOINT(TYPJ E ... .. I 8' Y 6. I Y• (SEE NOTE 6) I— DETECTABLE YPaWARNING 3/6•EXPANSIONJOINT(1YPa LANDING CR0�6.4WAUC ( EOETAdI (SEE STA PIAN 102) PLM VIEW SECTION O SIDEWALK RAMP TYPE 2 LAYOUT V SIDEWALK DETECTABLE WARNING 1 JII I F-r MIN. PATTERN WE DETAIL) n SIDEWALK I TO4. Z-� TOP OF S-6-MPL / 2% / FLUSH ROADWAY Iy �+ MAX fff 2%MAX G / TOP OF .••.. .. .. .. ROADWAY OPTIONAL CEMENT' \ r DEPRESSEY CURB CONCRETE RE E PEDESTRIAN E ESTR A bT CEMEffr CONC. CURB 8 GUTTER CEMENTCONC. .• SIDEWALK (SEE NOTE 6) SIDEWALK CEMENT CONCRETE CURB GUTTER SECTION OA (sESNOTEE SECTION OB NOTES 1. The bottom of the Lamp shell have a landing area(not In excess of 2%In any direction).4?x V. 2. The paired type 2 ramp layout requires two(2)of this bid Nem:"cement cont.sidewalk romp type 2".The bid(Lfim does not Include the e4acenk curb(or curb 6 gutted,the sidewalk between romps,or the cement conk.pedestrian curb. 3. The mmdmum allowable nNnp slope Is 12H:1V: Flatter romp slopes are permisalble. Field ve*the fomes Mora pouring connate. 4. Avoid placing drainage sbucdsea,)unction bores or other obstructions in front of ramp access areas. S. Curb&puller Is shown,see the contract plana for the curb design specified.See standard plan 101 for curb detals. 6. See standard pian 102 for sidewalk Joint placement and details. 7. The engineer will design all ramps to include elevations at an points marked wNh symbol")C.Al elevation are et the romp finished surface. S. Ramps not constructed as dimensioned Will not be accepfed by the owner. 9. When the distance from PC to PT is 1 S-Cr or less(when measured along the back of sidewalk)the height of the curb and sidewalk In this area shell be reduced proportionally. The V-V minimum dimension shall never be isduced(Sae note 3). -p� O + PUBLIC WORKS PAIRED SIDEWALK RAMP STD" PIAN — 106 DEPARTMENT TYPE 2 MAY 2009 RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN 11111 I •\ I 111r RAMP CENTERUNC�,\ C T-e" d 3/8'EXPANSION JOINT(TYP.) �. (SEE,NorE 6) I DETECTABLE WARNING e a t I PATTERN (SEE DETAIL)(TYP.) a OPTIONAL CEMENT _ CURB(SEE STD DPLAN 11011) a �1. A RAMP aw CROSSWALK A I MIN. MAX. A IS/8" 2 318' FACE OF CURB `'T 11/2' t11 p C 7/18" 3/4' PLAN VIEW C D 718' 17/i8' SINGLE SIDEWALK RAMP TYPE 2 LAYOUT AND RELATIONSHIP TO CROSSWALK �-= THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR VARIES:7-6'toF DETECTABLE WARNING PATTERN DETAIL aw VARIES'T-0"toE VARIES: T-0'toE RAMP RAMP a < RADIUS ATFACE E F OF CURB law 20FEET 10'-43/4' V-8112" , 73B'EXPANSION JOIN�(TYPJ LANDING (SEE STD.PLAN 102) 30 FEET 8'-11 112" 3'-21/4' SECTIONCO 40FEET W-41W 2'-113/4' 111 50FEET 8'-0314' 2'-101W F 60 FEET T-101/4' 2'-8 3/4' 70 FEET r-8314' 2'-8' 8017EET T-71/2' 2'-63/4' 90 FEET T-81/2' 2'-81/4' 100FEET r-e" 2'-8' DIMENSIONS AT 11ifr FACE OF CURB INTERMEDIATE RADII SHALT.BE INTERPOLATED For NOTES see sheet 106 ISOMETRIC VIEW PUBLIC WORKS SINGLE SIDEWALK RAMP M. PLAN — 106.1 ` DEPARTMENT TYPE 2 MAY 2009 r. Sidewalk y A s-a• 1� y DETECTABLE WARNING C PATTERN(TVP.) (SEE DETAIL) ry' 3'-0'MIN. 4 RAMP(TYP) 1 RAD r AND CRUI��FIDEWALKRAMP SRNNb I 3 rn B W --—————————— L I 3/8'EXPANSION JOINT ++ �" (SEE STD.PLAN 1024) PT RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP Z-0" TYP. A A. K O CURB,OR CURS )CEMENT �M?)M?) AND GUTTER (OPTIONAL) 3 w t�J w 3'-O'MW. RAMP(TYF;4 � waw PLAN VIEW a PAIRED SIDEWALK RAMP TYPE 3A LAYOUT S- a CEMENT CONCRETE SIDEWALK 3'-WMIN. L— —� PCF—c' BUFFER STRIP 2%MAX CROSSWALK� _ v 2%MAX_ ROADWAY � — RAMP IS NORMA TO CURB FACE TANGENT,AND OPPOSITE FAR RAMP CONCRETE CEMENT CONCRETE SIDEWALK CURB&GUTTER a a` SECTION AO (SEE NOTES) V-O'MIN. 3'-O'M1N. RAMP LANDING RAMP Fq y •a a a a + ��. �:..•. . 3l8'EXPANSION JOINT(M.) ..� ^may (SEE STD.PLAN 1DZ1 ISOMETRIC VIEW SECTION O For NOTES see sheet 107.1 + � + PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PLAN — 107 DEPARTMENT TYPE 3A MAY 2009 rr 3W EXPANSION JOINT (SEE STD.PLAN 102) DETECTTABS ARNINO (OPTIONAL) (SEE DETAIL) PEDESTRIAN CURB 0+ C 7-0•MIN. CURB.OR CURS 000 RAMP(?) AND GUTTER 1 LANDING 3'-0'MIN. 2-Cr—DETECTABLE WARNING b, 1111101111109-IrRAMP PATTERN(SEE DETAIL) L t�I 1,41 2% SN L TOP OF J d MAX +' / .ROADWAY ePnpQNNgALL))CEMENT T'-: RBS EDGUTTER �11IORETt:PEDESTRIAN RB(SEE STM PLAN I) (SEE NOTE 5 I WALK J . SECTION B� PLAN VIEW SINGLE SIDEWALK RAMP TYPE 3A LAYOUT saY A RAMP IarB c u ' jam.. y: a " MIN. MAX 5M 23M A 7��tt-,, es.O- �« «r- 'y.� f- 619' 11? PLAN C Tne' 31r C� •` �� C D 7Ar 17116' S: « D «• « 'f0''+ THIS PATTERN AREA SMALL ELEVATION BE YELLOW IN COLOR ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL fico NOTES 1. The bottom of the ramp shall have a lending was (not in owns of 2%In any directlorp 4'x 4'. 2, The paired type 3A ramp layout requires two(2J of this bid item: Tall CEMENT CONC.SIDEWALK RAMP TYPE W. The bid Rem does not include the adJaoerd curb (or curb d gutted ,the sidewalk between ramps,or the cement wno.pedestrian curb. 3. The maximum allowable ramp slope Is 12HAV.Flatter ramp slopes are pennlssible.Field verify the forma before pouring concrete. 4. Avoid placing drainage Structures,Junction boxes or other obstructions In front or ramp access areas. slsr b. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb detalls. 8. See std.plan 102 for sidewalk Joint placement and details. T. The engineer WIN design all ramps to Include elevations at all points marked with symbol W. Ali elevations are at the ramp finished surface. lost 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 aldewallo the height of the curb and sidewalk shall be reduced proportionally.The V-Cr minimum dimension shell never be reduced (ase rate 3) . isr ' SM Y cur +} PUBLIC WORKS SINGLE SIDEWALK RAMP • PLAN - 107.1 O DEPARTMENT TYPE 3A MAY 2009 011110 tirwnoec�owu.uaornwora O 9 le �o,.r.tioe�wwadu...�a«.se U 16 960 �Z MA I St I0 t Iliits d o a e Z � �o.W .- d vi a ui ed S � v 0 F• b ` 0 X5 tu IL 3 b is b a r + d a�b >' O 2 O W p ca teals aoNiw c> a K-f z z ..xmussoaa leie all w o P:5- "T z o will --------- ---- ----- - - 0 R *w' �Op■pxg10ALAM.WDr 117Y�r O �j.,t, i�WAMYMI0/ntO1rIMMWArrY rs M�aMwia�+non�woa�s�xws } n n w o o e a d O. �� S$ a..eevro+w*anreaw"rxra T ■ x 16 o.O b s a b ill ti n $ O ► r "'�"' z g i a Y h ♦ ♦ h � �iIL Aje j 3 R a Kolb 8 8 - o. 0 Q f\ x a n e n n a s rr a o� 8 g eC� r L 5aU if/ b ti F b b SAM LL955 e a � ♦ b x b b b � .b. C4 of 4 W ad V it = ra X « n ' 1-9 b r i b ALI�a O Or mZ MA 1 - 9 R a s 2 8 9 $ s s 4 1212 y rw b ow C�133115 ZiONIW U c xtvrNssiotn � 0 v ila o Re 1 O y A-a m i pa IL Z z L WE x q OZ . Id tit? oo A OZ b o �¢ A-9 FO „ + b 0 ti I rr� i i ir i v J -!•J VriJ OJ I C-0 N I O p opo fl I ff _ r r,'•• A r1 O �l � LTJ JN.LJ NL_J :ALJ - -- - -- - - -T R/W EAST VALLEY. ROAD u I m - I u V ' I ■ g � ..�. .R. 1 00 to �- _......._. _.... -- u v O � 1-3 � 0 30 �z C-)OFJ 40 °> �a - ad err cx. 0 +ter 00 N4 10 f� C1� Opti/✓ �/ � .-. �' Ow tn �-? a � ;0 . z I a J.B. LLu J.B. I TRAFFIC FLOW 0 LV—cTQ Q ' P� LL- TRAFFIC RAFFIC - J.6... 2 FLOW. 4- B::_... fn - _ ••1, It�lt _lA JANYL•E(E.0 - rA P�VE COAnNG - - �' (Scoa:�lfcoT� ': F In TRIC DI;TEL:TOR Imo' Fly MANtitt. 198(r Ai LEAD-IN CAME 2/C SHLO: . 7t 1 LOOP iMR6 METAL TAPE ' OR WELD COMPRESSION AND SOLDER CONNECTION. TWO LAYERS OF SPLICING COMf$OUNO TAPE & ONE LAYER OF FRICTION TAPE :X. ; INDUCTION LOOP WIRING AND LOOP SPLICING.4ETAILS . Y ADOPTED C+" CITY OF RENTON n� 4 STANDARD PLANS a�� N d LST DATE. 11 b aw 40 tm irrr �� � �/I4R. �• arr - 'VAIL rr . orr 3/8" 3/8" LOOP WIRES 1 1/2" + X 2.1/2" CRAFCO TYPE RUBBERIZED ASPHALT LOOP SEALANT X = 1/2" OF DEP--M FOR EACH TVASTED PAIR rw TWIST EACH PAIR 2 TURNS PER FOOT FROM. PULL BOX TO END OF LOOP. —HREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON rrr DETECTOR SCHEDULE. OR AS nfRECTED• BY THE ENGINEER. INSTALLATION AND TESTING TO CONFORM WITH vm STANDARD SPECIFICATION. INDUCTION LOOP DETAIL ADOPTED CM OF RMMM • STANDARD PLkNS D� ' t. �n t c•r nc•tr_• �9G CITY OF RENTON PLANNING/UUiL.DING/PUBLIC WORKS OEPARTMENT gyri A - VAS;: COLD P LANUNC A .-c'A" - LO ' - - V - 2 i SECTION A-A . d rr . 14 0 3 C j 4 'Ad 4A k ? - t a a r;, cr2 hC 0 .z an �u V Q . _ I ji Ilr • -S Iw 1 NOTES RISER RING DIMENSIONS APPROXIMATE 1. Dimensions may vary according to manufacibrer. A 112 T 3• VVEIGH TS 167 2. Base to be placed on a well compacted foundation. CASE 60 LBS 3. Monument case to be Installed byoontractor. COVER 19 LBS 4. See VVSDOT Standard Plan A-10.20 for Monument(brass disc)type to place In TOTAL 79 LBS 2'O.D.galvanized pipe. 4 5/8" R I 13 8' DIAM. a CONCRETE BASE p•"D p r° •° r I D' 11' DIAM. N 1 4' R. p•• p 3 7 8' R%.,l 3 3 4' R. SECTION A - ----_ p r • ' p COYER • p iq v p• 5 1/4' L- 4 3/4! R. 434' R. 1 :p "D p• I "D D:A [11 PLAN VIEW010approvedACP Class B, as appved by the Engineer1'-6' R. w 3 4' 63W R SECTION o ° p CASE dw CONCRETE 8ASE J\x.111 1 ": 1 1 10 1/2- DIAM. SAND iv 9 112" DIAM. ISOMETRIC UNDISTURBED SOIL GROUTOA 1 2'0.0.GALANIZED _ STEEL PIPE VNOM4 I A 6' SECTION .OA A INSTALLATION B" AM. 9' DIAM. 1 4 SECTION SECTION OF LETTER RISER RING `SY O PUBLIC WORKS MONUMENT CASE STD. PI" - 113 1 +®' DEPARTMENT AND COVER JUNE 2008 I r err FRAME AND VANED GRATE SEE NOTE 4 w CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE GROUTED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION. ADJUSTMENT SECTION im Aw BASE SECTION to NOTES 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE GROUTED TO FINAL GRATE UNTIL THE FINAL ELEVATION OF THE PAVEMENT,GUTTER,DITCH,OR as SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO GROUT OR GRATING IN PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION 7-05.3. go 2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR Y2 ow BOND. m rrr � PUBLIC WORKS CATCH BASIN INSTALLATION 3PD. PLAN - 202.00 DEPARTMENT ■r F MARCH 2008 SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING PATCHE[), AREA A A COVER PLAN NTS l'—o' OUTSIDE DIA. 2" HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. CONCRETE SECTION A-A NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH Is EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE ENGINEER. PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN — 400.4 ADJUSTMENT FOR IFN DEPARTMENT PAVEMENT OR OVERLAY MARCH 2008 75 •� -�.� •, - ,: Cyt- �� � - • 1 ,�. a `v . - •" • - � ow L . < `<aw 3 C- NO • J CENTER LINES • ® • • • • • 0 • • • ® • • • • • • • a 14" • • • • • • • • • • • • • • • • •-T 30' 4" YELLOW TYPE 'I' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 9' 15' 3' 4" YELLOW TYPE x LINE MARKERS rl SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) TWO-WAY LEFT TURN LANE • • ® • • • -• • • • • • • • • • • • �4» • • • • • • w-7 9' 15' 3' 12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS so NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. 00* Ir SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. Y STD. PLAN — 109 + PUBLIC WORKS CHANNELIZATION O DEPARTMENT MARKERS DETAIL MAY 2009 APPROACH LINE 111111 s 3' 24' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF . ARROWS i _ APPROACH LINE LENGTH ARROW LOCATIONS w 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS (20' BACK & END OF .APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE ti i ' TBB 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS w 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) "' LANE LINE 9' 15' 3' 4" WHITE TYPE we LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) to to ° ow + + PUBLIC WORKS aCHANNELIZATION SM. PLAN - 109.1 DEPARTMENT MARKERS DETAIL MAY 2009 �rrr m p 3 Q o _ N . ys V Q +err co A cm o A , r ai d tw - .. •^--• c U Y Y � c: � E E C Li C3 wesw -'SCS �rkS � I _ ow J4-f44 w - ._-----•--•--..._ _.mss• _ ,.r .. e, e�• _ -. ....... ..- �-----�-•---- �� . .,, '� �! 4 - Y,� -i �M Cgs Q � .r. - .- • Lli cn } CV` C`I C-4 CV bl. b02 p to U cu ■ - Q ci R.. N I Cl. Ld LLY 10 (2. , I . Q 95cl ••• '; T. grit _....._.....___ i _.. __��_. � _.___._...__._:_�..' .. ... ..... .........._ ...:� L-.•a. _moi �,r_.._. . .M Cv WE 16 in d _ , 110 low rw a■ CURB LANE LANE LANECURB LANE CENTER CENTER ` IN IN ` f LANE 1 LANE .:1 %W s : 1 sr• 1 7 8 (TYP.)—S 6",MJN. TY#': 8,(TYP.)—OP rw 1 (�') LANE 8'(TYP.)—STRI CONCRETE LANE GUTTER LINE NE I LINE t NOW TIf�E • TIRE TIRE- TIRE r TRACKS TRACKS TRACKS TRACKS arr. '`Pfi A ._... =-CAT�I��OAD1itA --�ONMlJRATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES. THE SAME CONFIGURATION APPLIES. KEEPING TK THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAII�ii- • �Y U ADUI''1'ED G1 n CITY OF RENTON t t 5'i'wNUARU PIANS ��.....aT LST DATE-a4mi/1990 35" 31" 31.' 13" ` 4'-5" r r. ( � 31.. -•11-6. •1.-6.� o- 9._p.. .6.-4„ 6._5.. 2'-3`' 5--67 R 5'-6"R R • 11• • BASED'ON TYPICAL 11-FOOT LANE WIDTH t • THRU & LEFT TUIiN ONLY ARROW Dl~Ull. nn*".Y. ADOPTED STANDARD PLANS wry r. twr we 35" 31.. 31.. 35.. 13" o • t rM rr 6`-5" 6'-4" 45. ow 2.-3.. 5'-6.. p 5,_6. • * BASED ON TYPICAL 11' MbT LANE WIDTH is . _ _ ;.u•,; ��•;�- s TFIRU AND RPGHT TURN ONLY ` ARROW DETAIL ADOPTED 4 A ` grTY•OF RENTON 'k." J• SCAttDh(1F��'�loKN3. Page 396 2009 Edition Figure 36-29. Pavement Markings for Speed Humps without Crosswalks OPTION A OPTION B q of Roadway t �-12 ft typical �---12 ft typical �6 ft—� I �6 H I t Center of t � Itravel lane L XL Y' A 12 ft 12ft typical Center of typical speed hump j I I j 12 inches r12-inch 12 inches' W h to lwhite markings markings t l t Nk OPTION C _of Roadway Legend I --o. Direction of travel 40 12 ft f--typical Center of �-9.5 ft--I ' travel lane � 1 5 Center of 12 ft speed humpy typical j --12-inch white markings 10.4 inches tri t 12 inches 1� Sect.3B.26 December 2009 YW`ti`L�Aay rw�r iJK1 .yl a +.. 1a'• mrawwaA w r illlfA aV[il IZI I I■i■ 1■I flli 'l �atn sr � - �YP fJ6 1 ■■I KQ3+ s ■elle E= a1■ ero{ rs ■rcNw. �P9xawPR11!• !"o^^ sn.nn.iuw/r/we!■■/ansa. ■;Fi ' r■I we��ii . EFF!■Sn 66LE ...'„-sti9999 i■■rti•- � ciNu■■.r�■■r ■■rrr [� au.rlwrar, . ■��a : r�. • raa �r,\.' ■Ief/e�' a a■l lselYi�4r, arlu■rw L� ilru= � srrwlr, `� ew■wr t■■nw[r CIrIliYii w ■a■S '� ■IwY ■I■wr. fl111■■■r■wR1■Ri/�Ii1■■ •1.;�•' :rA■� ■R■swrRlw N uuJ■u■■■Iw■■■[Iw■Ifw• a ■Iyl�u �^r" ." a � ■iii_ • �rl acrca■Isrlf orlo■rrs u i?,.. `•1 ;}z.�s°_ ../■r1 ■■■af■w■■/■r1■wa�'r.■■! A u i /t■I/w[ lrllw■■Mrfllr■■I �, ■■Y■ '_ : •. *l■■Irl!■ 1r■/■Iw■Y■IiRRR {{,, - r'.C•l ■rr RR■� . -•' '!dA■ww■ /■r■ealrlal■■wr a��i�n` -i/ua rr■■■6, •.•�. ' a�fyYawj� !I■.■■aa1■/rrru[■u'• i■11in[ faaSfSr'G;,.. �i■r■wf■ 1■1 GL wl- ow IL rl 44 jr tv 21 408, Ism iow ow Ix I I1rY■■■rnlfr■■I■■ ■�. ". 9Yr/1/r111■rIR [■•YiiRl(.1.5]hili■/■r■Ir1/I ■w•/I!i■Y■■r■■■Ir1■ ■r■� pc !!9r11/rwRw■■y . rliErNwaf3rua + s■r1.f•rurru■ /1■!w■wl,iif eiii�i eal■i sii' r!r■uu1I11 11■■�Iw■//1/■Ir�/wllwr[RYOI/IIrCrNIIRII w 1, • •f/3 R�., ■ ■■v3ao • 1t'�Y�irPBit l49 S�(f Rllita1 R■ aa■c.e Yf. �■ aarsvinuz■ I■ + a■i1a Yea art rRor■.RRNI�w • ! ..:', �/n■ ■nf aon.n2�.�1��i.eraYla• � ... � I/Irjr rrsYlsJa a . lluni� fir.. �rw v •c4�i�ry�o,�i• of@11wlIYn-71srry.dT RiiiRlEi Rl.ii3 illArnttil AN631 R9Pi979ii e4� n4G'wirw • G C H o w e s Fk... o a n opEa J� Q cx T. N x 4�- l N H o N o o w E W 04A cl 41 6 WW •� a a O E Z tet � r t � o s o i OL ( T n g a • JC w N N - j W L - ,;. p W O N N ( 1 3m W us� ( O } $ o 1K ( µatilt uoe N � • '� CL 44 N C la. W U6 o ..J �' • + fA (,':• Z ( O .I;..... ..__._ ..._. • A b 'COX O ¢ .� ( • o 4A d ( o ( J O o . W ( E N i v .v. 0 ' oCc • •t Ni, N V) VI � $ v� 4D 40 bi s .10 1p T- �11• t o W ( b 3c w m auil 40{.orl AULU vw A o � a notch Lina A tZi ! ! L s. P H 11 a 1 ` o ID as A aw aI- - tl N aL. '► L4 00 v. ,c v us r' W t F �" !•l T N t •ft err ! S r ! 1 AL 1 1 a h� -s o n 1 t.l - . o ar CA Ga ID FA gm ( w Motoh Line 8 • 1 t n o -•: 1 � I t � U —. ... . ___ . 1L 0 ! ! W aw CD - L O 1 t H Q FA o . uii ! a CL J r S a• 4A t ! •L } • N L e O t V1 F c • N 1 • . 0 4A P O a by O UA lmw .m O �.• �• O o >OP C L o Z; g ( Cs `n e o N r 3 o- M t 3 N M a o o tAw OL C s ti e O G L F e r _ ;- 0 9 Buil 4okort lAot Ch Lina A f a a L on E. I al fA O O II o --•� on t� L w 4o° 403 10 t p � � Z m W ..i n g 1 i I ta- 30 j L O N n r� v �o j f 4- � 1 / + "' 0 4 o N p0 H I o j /rli A s � } y 0 W wqV41 IL 3t �O 40 j t c, ti 42 t I N41 w } � v o z n I z H j w " O I o v U O c LL- 1 cc _ ui o est . I v o . � • Ck I > � o -r .L G n f E o oCL a cr U 1 y n + O 0 W I I a j y = ca Y CA all L134.DWo 3 n vo s I S o • r I 's m W L 'v � m O L c G c z # o t wr La 5 N o p o rtigi ii, Zuj ow Cl C3 Z H = 1O- W •F �W O F 'rn t �'da -os m <W Q ►- b 6 W o 44c 4A '+ - Aw H < ZS' a WOf7 < trJ a w gat %n ar u mla Fr sAg �a Wri r .� f$ N-C -CM •• VW —4A 151 8 W r `- '(0-� r w (4p�nR� orr � w_vr 4n vp -4 tic p Wa Wes! 2S �n � �.� � N c U, r m Wm y` ~ a Kt 241 < UJ y,� •� m J h `J Z r V'Wr N rP. i d W S WD CIA� .w 6 gig OB W NC ---j W n NO wo- �mr K ,,,� � •� y Nca • Y cl s - m ow leg ti w w • � a a � r or « i of ' RV v ow J 4L X � a ac v m c<i tC3 -COAb _ a • M_ N d W 2 CLW d. Ny� < r ••+ W 9c zea. 3 -U. r vi r" c I M • � W �+ o � i J \ O .ata 0- x i-C W rtt'�o Z z E �- o Wul J apc<.rLLCL r 0 v� °° W cFi � �� �. � 1� O t•.W W < O Z V � �� Fu. 7t 1L N O y,� oil 491 taw W a S t� t PPPPPP<M- �O do 7 FZ �. J< {��l1 _! Inf . if, 7 -' «- x W r V Ag m A z z Q © �+ N M r •ff '9 C� a So � a Sof- � wlll C:)LL CD C�Lf) t LIJ CD 4 r * *is HIM is KIM ; « C] CU i o • � i� W W 4 � V V Z /1 W O fn OJ W W Z 0. 0. V r r o W J �r � w z u 0 u S _ I.- W :d a ui its �+ �- N W C3 J K < f.1 W • ��.�. 1M v� • oW ri ®.9 IAUI 2 wpm WE Mc 42O 6J •�.Q o Q �f:1N OZ' �C Otsys �` N _gd LL W NO OCIJ> R Si Hill �N W ow tj J •� •A O g+p 9 40 Im tj vw ,'. jMY'•t f .' N fa •OK g J d t N W q r Ix o a wrs o ae z F wLL o u Aw C3 .. Wm K a Co �y 8 : - 1•- (� J r �' �• \ N •- r N W V N \+ o = O v v -d Cc, a wz 4L- uj Or a Q z !iC �'- o IC ~ w okU. .4.. Q d OJ Q y Ir=0 3". :€ s *,a- W gal., a J O:WYI �id airl p S •' 'r « • ul OL N atki X SiS y a• TI F w.roan vr►- � � �, 0 4 ' t N „SON � MOM lug#[ N •B c o y yy « UDEO,J .OZ. F � . WO * Ja N J C7 t7 W2 < S o x 0-W *- N o W 4r.2zd NH OS K < LLS (AJ40 FE 2 Le 31 1-u a p m p iw Z2 5 • a:: i O our U- pQ � un O to cu S C d a �o � QVin g v W ix Ott j aj t Fac ' F O� 4 low W iZ WN � W E' N`vwAw O 06. y W lot O W ZC toes •� _._N...._.._. ______. ..._.._. .._..._....._—..�_.._..... . . ........._...... x _ 42U. w jrr z � to z in f I �n o t��' • x o 3� g .. W_ oncp . w N C 7 N o ao 4a ccx Z ~ 44 M� W v x Q J Y C�F-- •" Nur o x 0 N M O iC r fn h W a "w W N cc W>- W (S cv p <WW j 0O N<O W W~N N O +' ~ k 0 .Zr W2N N Id O�Q O� •' ^ O rf~� ii 0�{ <O z WOU doU 11++Pt OV12 WS F- '`� �� �' © OL �i •(L+ r- VI U _ice �� =a: W h < and W .y.. tAi 3 Ix 2 W« In O J`- �V ® - Q �1 .O/ V 16 40z W 04 0 �•'• N 00 X n O y lu- f1i XWO • �J yCi WJ T x Y !�it`d► O LC i 4 • qq s Z W—U l&w fig ©C•-• WS . _< 11 I- ON eOW< WpQ W JW <O.> y�O FWW !-fYiU am. U 02 ••-VIA /Y.�+ W4JW O< V r > ROO< K < W U WW& 3.0 t( • -" 02 3►?- AN • HWM. <O Q• q W N 4.WM P N2 h >'<7 002 WX. ��W �1'.-d - $sCpq Q�' k' y AAA . N x WO 2« N< W WW < «N-� OJ ►-U.N <Oh d••+U a "SSa "33 t ,;,:�» h VI �O �•' o ' if x " x l i ray • [F i W " Q cc I -8-8 J � H N '. x m x 2 3 .. ~ N .moo" NN sUL In _._ ...._. ... w g — 40 F g W m tizc y� W N W! r N N N F7. Ut fW_ 4 • N hzz S«N yWy��h O «C1< Tc0 .r v cz il O cz o �our ohZ cawVQ$ " n n W s N Z a W �« �..W-s« N g tf f * I * O J. @- WU W,KN a JW TO ¢ h= Wd LL. S$ C) r .4 '1-W I.- JIA LL. Z . u cam-- m M W J z Q Wup 06-CL& CL .� ��2 <7C W N a r5Q J D Y Q W J CD W 4ow O O<<E t O< Y C — y v _ ^ ILr wrr d.1 NSC W F W3.. f" O r w <t Q UlOPON (� g V p � .Y F O we W 07 co -C C!Z C1J M O XW+4+fJ i Fi Eiji �r of- �FI- CIO l we m } LL y�+ _ t 04 W W< f-- 4x1 4J. NN2 07 ..H.,. '�' p b .z 11 A C VO iF„ N N Ot 1 z9 z t •M E nIre W t PO in 3.rN ar r 3WC N � m43C CAN X � o" fl111w= OOW i OL r-Y t rim I " !V 7 us CD wr G F W z Ax X000 W b an in ow 0 x < 2410 NYY H O .-. O ae fia co � N � N N H n y� y m ff7 O � t! .�• '. < ?- to $'- >-�<>'-W WO- o W O i Mdle t �N 1- JN Woz r''tf W m Wzz� g p N t- �- O ►- H 1-. C"' 2 Yr J C-4 A � C za A 0 4 rr� t ti pd 0 C RigW 9c W S � 1 ��'� N • Z n a� o a W cx Al x fig yg a N� N .< 4A JZ V 4 ICS -N _ 88 Qpp � 'bon r JJc Q o � t CT �N a � t JL. � o� M g N �4 IL C x o O d 4 „ M O t W w O r �h OF N N== I , N d Z x1 K o 0 i � N z S t OOw $ i w 39W us doN .r zz LC o 11w IL o � wu h OJus N2 g •� .JT- 7N WK Z< r <in W �W u q4 1 ■`.s1 U, co tirr z$Z Z �yy<��^ < =` WR`'ZW Q i <Oy� 0.pW sv o�nm R Wm li< • o I ( an I I W I IE O 4 W ' X d w•. O .r ■ r d on ". 4 wr I ( x I I ZzN N. gi r O W wm x s R OOWtw cc N a ysjzW+ Elf :m I W N >_L W •U- A Z V wwN W J 'u p W. Z gg iR� W v W iL � O o g p <. Ids CC a IN Mme. c a w oCc* g s WNo o I G s CLo�n r� o V a — �- b ao N PIS t I w 1 , * H x n n I J W p W 10 • u N ■ S� ■ • N � �r at�' X � in sz N W 0 I `s la: ie N <@> 3 M SW m m fQ o >LL cm a a o a +rl � N vi Z2 CL '>- . .Y v a o No yytw<y OASus-me N OC DW 1•-Yt 4 aS *W ci ac 14V .i Og aCrpp look! .. Oct: vw CD • QC I ' '1@ 1 , aw t ' t ' J t � I 1 , illil' ' @ t � r , � �.. • � SII , , 2 fy W N 10. 22 • t �"Z Y 11� m Q N W t f X _ us x IF N j . . ow ow J •V+W t I " r0 '� a-J W f W + r fm r N 1 � t@ am O v rttNj z N 4 0 A p Lu co i • m ip < � ,., � ° QVC WA < VI * F 47s F r = H S in SiA W N yy p �J(J Z �6►N y7F'C/ +' Z S J��<pp fD_J _ • • IppYa,. LAk QQa be > W r 7e1p--t �N ltifJ� y1 WJi F_OO ] a tj us In L,41 1-- um D a: a (C !W- . in WS� JW Sy SIGN 7L`rf�i W I �c a .+GS. cuter HWtfW < F0. O Z�C Ut >-< � u P < W I t W HO FW Pa-i WVi y _ .V. Or ZO VA �N CA= ay/�� FY �� • ©tOi1�0 OW c I Y Or NZ a o = x s =—==. X-4—• Vhll X111 W = NO -so.-In -- 390- I 1- _ J Raw Ix d 7 I in r � I F J N 4W- + p' F ld UA CD w Z =•.n Y 'Z.. rs F W 0 J N v N x W r �d 0 Nr m Zp N q " .+.. WU-a 6 u o r 9L L a . CP Ow x I o I 39 a .�. N XU XUAS yy, W x � •' y v dm•� Vale • wa3x rrr " R og'cmo o g r.9 q V V jJN µo w e Q i2 • Q � N � V<t7lt1 •� • n � L7 � tam y��ej �o ewi Q SJ < i It lLW07c1A�i C ZS „ R V, I = J HZOr tsti n a .ajq .e N tl � �.ZipV1 CC n14A6 r N q<WZ �y F p iI im r Y Nu J O .+ Ny yM i iV� 3 al F N � E — in be Age Al F of ?- w FI N �� a wz WN Pu M uZOC I , illrl' x � �� � • i�. SW G WE W •p 0 •Z„1 � O� y�U WOCt�/1 t PC ,Nt 3- moJi ; W x I- oT or a fir. aGi Kt-O . � JYlL�• N F tL••• 0.<iLL be � e ` a e W_ i i N O O N J W I—a CD a$� J '2® ' o °� a w o w ro i •n LL WR N W � IL W sU + OC F KS la #AJin� dm w •ew 1/1 �f M i '•. 43 de r = j or ci pp o f I 1" w N PI r N 1 CL: - t—N � M J Z 2 Inc Z N X W� ikn! W� CL�" u N N N F O • Q _ • • •�•� W= K .�.. W ~ U n� J Z = a V C� • M a ~ ~ w SIL' p Kr m d w V Z p W WZ N F FF-- a o a h • C14 w CLN w die U— m M`�tiQ Q h Q wH � JOO V � �r O < N • 1 • 1 1 NSW SN O S S S o [ -SO C3 c -ca W W J2 <N 1 1 a yu-• hW 1 � N , KL[ yp� 3©V OJr 1 b JV «�® N Jzo �•+ •�� � a �t [ 1 7� � I.0 2 y 4.0 [ [ N N t ' fill VWF 1 1 /C h0 Vl< gJJW Wd [ 1� d V 1 � WJW fS-KMI ow 1 h <[ <[ C „ 40 W W •WM0 -=/1� a Gas P W =O [ J O ow Ogg n A • �� s C J : rW�'Rw, �� -110' 1. v< > on g ------------------- -----��[ [•[ - .... ._.._ ... .._......... x x x x !: ~ R 1 �' f = T Q [rr a Z3 W< t zW Z` y 0Z up SV Zi. sex „ k o _�� Q W pz �- Yill m Sj Ti F 1� x ! O O iWX Q m ri N ,t �-- AL d0 gg _ � WZ JWJyrO[ ~ M rr A i i ~ O is S W V� tl2a QL-J W 1 [ o d ►- O U. D ...W < -W ¢ af'S 1 0 V, . * Z Z 1- i Ww W W AWL a •7 Q 1 1 ~ < < N ?. iu>W >QN .co g8i J J ypq� < g / 1 K 6. t7 = Z 9 o �W-W Fw-W N n N N 1 1 M �TQ 1 1 J .0.. .O•• J W QC2 OCF-O � aai• N y 4. h 6.•• 6.<I� x a W 1 1 d zr Al ozz � m0 � F .19 WO st Ila T W _ p[p Q�C3< t �` i i 1 1 1 ic VA W -J ii i i i 1 1 1 1 4. WJ2 1 Sc , n i i i 1 « tl Wu.5 J J ■ � � � 0 1 1 / 1 /A F la. Ntil iR 1 1 1 1 Is -I��1"'JZ �. '! ,1�1 j1 1 1 . 1 dY Saw f e ~ Iil M ■ .DE• M 1 1 f 1 44 01. ti i K i l i i 2 OW_ '=.i%AH 1 1 fit 1 1.1 1 160 w W w .. N �Stf i 1 1 1 1 In W WJW • •1 1 1 1 W $.- LLSW rl 1 ! H W .►NO d tV N • ! i"f 1 F O y 1 1 ~ • C-8 ~ d11Ri i ■ f 1 1 °?i Nil -c7 1 1 X X�q X� X 1 � p a ; � ■ � � M 4 4 PC� 1 • �-♦ K W< 1 Al f � • •1 r Nus DO • ` t l 1 1■ + y' w (,SP1 '.. J � € ® YRf ` a Ha C i i i 1 !r rz I.- Z 1-�Y "q A t / 1 1 1 Z Z {� 1 / 1 1 N. 0 Q w V �¢G M 10 Q 1 1 1 1 v H Wz WV1< Qa! iQi S M MZa�11�j�11 �1l6}M 1 1 ; 1 New O �.!!!. g W OVAC 1� r1i Y1'Y �i u 1 1 1 1 x ~ aw -C >LL aiW (� a 6 WU W OCN lL uW. d1 i i 1 r O V V >a •?•1Oz /-Nuj CA �. 1t 1 1l.1 1 z -C w J W 1 1 1 /A LL F N d r d`lO rr` gg 4 o Z2 C3 cwr OW uj ag to R 1� J ow W1 �rfM1 x iii�t�•��• 0 1 1 ' 1 =pp r it 1 Qlp r tib 7,„ '� ' Y *Ain 1 tj Ltl O'''� J Q • � 1 / 1 <J �! F ^ 71 1 1 / W< N IY M{ 1 Ia' ; �(IJ W php V34 1 1 ' / CL M N N N 1 nw Qbe r 1 1 No lot 1R1 X41 �r 13 / met < J�4 O N 1 1 ; 11 MN ' ' '1 :�, 1 1<-z rrr ' 1 1 1 N y mca UJ 4n W 0 fU 0 Q <}A. •• , 1• ' IL (•l dN N 1 1 � 1 O ar N a: 1 . ' 1 4lV 10� Its N / z 1 1 ' . up V V .vZ.. Vk- ..4 c r W CCC) a ''«., fir NOW Q m �'$ >x , g v v s�ov 1 1 1 1 R - d W WZ WN< JZ h• « e tJi� v_zOOC i� OW' WO a g $ 1 1 ' 1 x w IL SW Wr ams V'W :,.-W z�••� W 1 • ' • p. J r Wt; WKIA uu lWL n < 1 . • 1 R (<j w .�-.d >f-x Wd D 1 • . . O r < VN 'L, mN J W Q Wz }�12x t= O 1 x CJ Z d r W N �"W ' N 1 • ' • W w LcS �F OriF f or S 1 •.., ' -i .n N tW- g FF� Int �f1 R pp rum zz C v M F-CO Q • i % N sc O n y� ttlOKUVI uWj � • • - 4th NweJ IL 5� S d • • ' 1��•7G<p • N s� i XsW JUINI ` a TR . m 4 <J ci JS wN $Y }Y aaoJv~i 7t i M o vie ci t .tom N pis =N �pJo�=fi {�1{OyX N J IW-X/C vi qtr ---- a t ' 03--Vz low 15- til • VSM%9 r 5 _ � • pjz+�ON RJ.-. - app, iJ2 1- ��Tc�pp W N W l` 1-� 1-- ILOMI J o r Nb- WF—C NN< •+.. iv po Ikt ---- -__ _ a .�N x � � . 0 1-- �¢i Q IO SI pTi W2 W7ii� O Yi p A Q, M W E 9 1 n, -5 va m R I v o _ 0 vN&a= W IO O Z W = � I i a a a wrr rtrr - wx.m IL W a d 1 1 1 1 w law r1t1t •t 1 . �o y o 1 JJ1 M Ny on 1 • R / VIN ��_+ J � t i i i i �� _M • / 1 1 I a ��••� L� s soo � Q N NS� 1 �1 S O< 1/I44 . 1 V! W OW TW t 1 4034 Nw n r���}.r :. t t N Q ~-4h1 in in Ne 1 (7 � y� i 1 <1S NW 4 4 W ZI-- WJ lip <O 1 F ZVI J •W0 ptn N ; T W W <m .W.. 110 '� i f < o OL VI L 7 +j T d Q 1 1 1 1 2 N +O p• O< ta a� ,• f T 7 � ��tJ ^ • V)S Ow $ f 1 1 1 • 340 1 W 2 > _ N 1 ,� a ►- C2 ccof a :x�yc ut D s UF « tr N g NE: > W �(4 M O J ♦• V VV 1, <W W 6-00 -10 m m •� ri � 4 �1 If1 1 1 1 1 � � J J W O Vb2 <2 A w td j :%y, 1 x W .V. W W (q�d 03C N N N r- 13Jt 1 1 1 1 CN 40 z z O 0 S O W y� IIGG f� < 1Wyyyy,,,��� tlJS yW0y0� N Y ZJr tax -sn OS`W Nm JO J•• A/c J[tC®i ` r <N w J < • O -a Q'• .�i g LTi ♦ is 7►N�� 7 �Jh !W-3S6Kii�f � :�� � � 1i � � x� �S� yyW-C y0 i W Ir: W. 'A •.p v �,,y J ."`s 77 ii « �a �.. 1/1 t�1�`WT 01f� o .n e • � i R R ��; 1�- ��rhJF 1tN2 4ARN t�SOVI* !I C N S � O W = „ W C4 W N N � go ac Ada 2 245o p (y s �_ _� � c �( M• - • /1 to��CCC 1 1 t :6-me•� M•-'fes •� ��' � � �� .1 tj i 1 1 r • 1 /t ` 11 11 tt 11 • • 11 tt • - * • • 1 1 1 1 * N r • 11 (1 4f • • 11 �-� -� .� C1 x } 1 t4 h Wt Z -j Z C3 i IIt Ip. c diW W t- = v C e c c c w '��� 17 U I N N H Oc Z < O « 7F J C I e K r1; 'w u 0: -C v < 0 Is J < h a i �;d � � J J � to 2 W i M M mmJ 4 x N VI F h N O 0. . � IM ® ■ Q ■ :!y rr o cv W y ru sN � Mei a f-� 1•' N JWP w fy•�•Ci�i` o F g Jt7AN W 4v!<< • o Li •Yr �1.1N O in • OWW • NMS aac .« « • f.7Ci 4J �J90o Fi Fi i7 •k• �.�`r. J2 d` ri iiF- F2C7 M O , O.Z.•?J .� I w'n GAO- •F 4 -it 1-229 101 ... ? . N +� a N N O N � � 2 INC., _ d � 11r ac vw 2 f fl 111 1 f tic 1w 1 �.JI■ ■ ' • ■ 'pd' 1�f / aw ■ ■ ./ 11 f + f w f 1 f f •f' w 1 + 1 /• 7 N fIf 1 f ff am 2 W = . o jSi o V N o O © ��Qu 4a all + Q '3i fNy o f (� m •<Ji F I.f p O ! fY F .. ZI J J w NI 2 Q 6' J N N F ►�•- N d ■ C9 wl i�C No 1111 z o a CRI aUN H to SZ ff W� <N v V! 00 W ui UM 5;lu cm • W WF t2� 1-4 -V! ice+ '�• Sl Wrop ~ 2 O OW W Z NK W Z.- <� �a.l•r 1 .o. W "" o~ W NO 1~f!m go.4• 7. �+ N .4 N IF I 3c 333 4 X � oa Q3 N . O • I OQ •= to An r d Nx .0 10 44 SL <S> ax M m ci w w n 3EIL Q rl J ii W 0: p ~ `� z OU go 'S � Q C7 WZ �, •�• J W -C4L � �} W a c 0 0 ASI ic Ix cc iw H o J wo 1 1 Q 1 1 i Q fi 1 No i— 11 g 1 Ir C e a n' W p Id q N . w OIQ radctoi I f o o�m rrr � • f f � Q W 1 p 1 p / 1 to a J wo W x W + r lr f• a • 1 c ow r Q 1 O f 1 f Q I f f W • ~ w W to 4a r 'O Z = 3 >Q / J 1 g o / V a 1 c34 «. X � 1 N $ � $ € �' c �- IL C2 OL Mr y �d 2s a a r N 04 z6 N.sic r s. tt,�'& Irl g a N �� y @ w CL 0 o O iY h 1 W� 1 pW yS t j II Z OOC ` x o � 2 CW 1 M a < W w / OCL X S �J ' N � p r H . 1 j �O ozo x ala 4 H H;:- Ip 1 W 2w l W «W a CL a F iz : [ � 1 i o""Va a 1 e W gnqn >LL a a K <C w O O 1 � W t+14. ala O i l Z + N l f 1 1 1 1 ' . 1 1 ._. — .... v 0 -W 1 • � 1 In Q p 1 a • r C 1 K «y�7-t 1 x 7P 4N! a 1 ' 1 s 1 II 2 Eat ¢ o / r O 1 Mb � , K. � 1 u S 1 0 of N C N of N l V Aw V 4w or Q t� W 1 ui z II a N %A ' a trr 0 in Igo aJr i r !id O 33 �'' �'� o.• �.., a :p " y N i •F(,�U y\ . ��- i� C9JQ ow1i J aQ-lc < ~u _u yew tifL W NY JW©N . . rD d @YYff +rr L=w F W � yF'� NVm •Jos xy�p��CCJ • r• �H S~ax VIA! V vm= 2 yy�� pppJ,,,, J g is j ZJG •` A WV1 (J 2 E_j� m V �p! S • F . �- 0 _ . ilrl � •r � M r �• s Mlft • J wo all N � i _ q e., ffi Br.d_ FQ2 f • j r • _.. _.� _• q ••X. q X 01 • CdL I « wo ` o y to- ' o t �E u z Ie ow < ca 4$6 4 a ` g ���• O '' � aK 4 LL. V V Z dx CS 7 z W- H V& iN d ® Q • �� W J epi. za o wr. .a tkl 4A 04M Go: .V. N ids PEW 4A YI Imts LLd WV NaF JW�7 AEVI M SC C �iiR4 i. 1•��<� � � 410 H dui i N _ X C 7 7 � ii f dal I , W IX X a--� . �a� .a• a all ori a X s4 d 42S ( S W o C "a lot m Q W a z � C:), Z o US a g W o �r 04 ©'.�'i ' O N 1. err € a O No Nn e No N Nm N / Illlr i r N _ h• wwo 6FI X - s N yy y`1 t NY o � �so • 11H <O V O c ( is Jku •� W N 1. � O N Z 1 J � 1 W 1 lf3ddfiB� _ _1T 1 wwQ cqH 1 r ,��yy 1 1 L 3 3 ,v1 1 1 t n 4 �• „ 1-= =o r x 09z CD M ' M Q Z �N• X r 0. 0—4j 4.2 A a 1 . 30C .a O i vWK3.-, cc W. o ~ W W Q Veli W J JOwt J J "a z x m W V V sMp, .~N.. Gal a CO o � N C.O.#1 "Noe CITY OF RENTON Page 1 of 1 Public Works Department CONTRACT CHANGE ORDER AGREEMENT CONTRACT: 2010 Street Patch and Overlay with Curb Ramps I CAG-10-044 CONTRACTOR: Lakeside Industries Cl i Y OF RENT-Ord SUMMARY OF PROPOSED CHANGE: OCT 1 2 O 2010 Reason/Justification: There is a utility project on Earlington Hill that will pave most of the streets there.The Overlay Contract has left over money and will pave the remaining streets on Earlington Hill that are in need for paving. RECEIVED CITY CLERK'S OFFICE Add the followin uantities to bid item Ianquantities in the schedule of prices. Item Approx Units Description Unit Price Amount No. Quanti Sch B#3 287 TON HMA 1/2 in.PG 64-22 OVERLAY $64.00 $18,368.00 Sch B#5 3004 SQ YD. Pavement Excavation Incl.Haul $8.75 $26,285.00 Sch B#6 686 TON HMA For Pavement Repair 6"Patch $75.00 $51,450.00 Sch B#8 2 EACH Adjust Manhole $340.00 $680.00 Sch B#9 7 EACH Adjust Water Valve $195.00 $1,365.00 Sch B #12 14 EACH 4"Raised Type 1,Yellow $1.57 $21.98 Sch B #13 2 EACH 4"Raised Type 2d,Yellow $3.77 $7.54 Sch B#16 3 EACH 4"Raised Type 2b,Blue $7.00 $21.00 Sch B#17 40 LIN.FT. Plastic Crosswalk $2.57 $102.80 Sch B#18 25 LIN.FT. 18"Plastic Sto bar $2.57 $64.25 Contract Change:Add streets that need paving.There will be some additional increases in quantities for Hot Mix Asphalt ,Patching,Channilization and Utility Adjustment at contract prices for a total of$98,365.57. Add costs for additional work Item Approx Units Description Unit Price Amount No. Quanti Sch B #42 1 LS iAdditional Mobilization $5,000.00 $5,000.00 Sch B #43 1 LS Additional Traffic Control $10,000.00 $10,000.00 Sch B#44 1 LS Additional Erosion and Sediment Control $1,000.00 $1,000.00 Sch B #45 1 LS Additional Finish and Cleanup $1,000.00 $1,000.00 Total Lump Sum items: $17,000.00 Additional cost for increases is other quantities in Contract Change above: $ 98,365.57 Total for this change order: $115,365.57 All work,materials and measurement to be in accordance with the provisions of the Standard Specifications and Special Provisions for the type of construction involved. ORIGINAL CONTRACT CURRENT CONTRACT ESTIMATE NET CHANGE ESTIMATED CONTRACT AMOUNT AMOUNT THIS ORDER TOTAL AFTER CHANGE $809,772.11 $809,772.11 $115,365.57 $925,137.68 Working Days: Five(5)additional working days are granted for the increased work due to this change SIGNATURES: ^ Contractor -7 Date: Project Manager: Date: ) 2G L C- Approved By: ( / I 7 Date: Ca A 7-2–o 1O (Transportation Design Engineer) Approved By: Date: (Transportation n Supervisor)