Loading...
HomeMy WebLinkAboutContract ,. Award Date: 8/23/207th CAG 04 - O47S Awarded t " Potelco 14103 •- Sumner, WA 98390 $360,372.69 f� 1 Bidding Requirements, City of Renton + .. Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �� City of Renton �- Construction o£ .� Apron C Utilities Project Electrical Conversion wASy� Q� 36397 NAL h�. EXPIRES: JAN.27,2005 a City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: Ryan Plut 425-430-7372 Project Manager: Ryan Plut 425-430-73 72 Printed on Recycled Paper +r CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Apron C Utilities Project— Electrical Conversion �r sw July 2004 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS wr CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper aw CITY OF RENTON Apron C Utilities Project—Electrical Conversion r CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form r *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Receipt of Addenda *Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ar ❖City of Renton Standard Endorsement Form Washington State Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Amendment to the WSDOT/APWA Standard Specifications Special Provisions Standard Plans Appendix Documents marked as follows must be submitted at the time noted and 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. * Submit with Bid irr ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 r.► 1 No CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 4. 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 practices and equal opportunity in employment. +wr (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 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. ors CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: . -:�7 r iVlayor Council President Attest: ` t City Clerl iI .wr 2 r +wr +rrr CITY OF RENTON SUMMARYOFAAIWCANS WITHDISABILTI7ESACTPOLICY ADOPTED BYRESOLU77ONNO. 3007 wr The policy of the City of Renton is to promote and word equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the go disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable delincs as set forth is departments of the City aPP� g� federal,stale and local laws. All of Renton shall adhere to the following guidelines: +rr (1) EMPLOYMENT PRACTICES - All activities relating to employment such as rat, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing rNum=wts,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of �wr Renton will cooperate fully with all organis=m and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. aw (3) AMERICANS WITH DISABIZ.TTIBS 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 pronx to access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and-shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, Aw this 4th day of October 1993. CITYQW RENTON RENTON CITY COUNCIL: Mayor C&Mcil Prtsident Attest~ City Clerk VU 40 aw 3 wr IV Awl to' 4, 2,0 c) CITY OF RENTON ,W Apron C Utilities Project—Electrical Conversion to SCOPE OF WORK to 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: to 1. Installation of electrical and telephone conduit. Utility trenching and vault excavation. to 2. Installation of new power services. 3. Installation of new gas services. 1W 4. Asphalt pavement reconstruction and associated storm drainage improvements. 5. Pavement patching. to 6. Demolition of existing power poles and other associated demolition. �r 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 35 working days will be allowed for the completion of this project. arr arr r aw M it 40 4 wr r w or ow V C N TY MAP _ RENTON MUNICIPAL Z AIRPORT T G ? N 8TH ST z rn Q Of N Y " FNT�ti 4VF N 2ND S s � Sw S Al 0 A S "oSp UNSer a��o s 2ND sr � F� i r RENTON S 4TH ST i sw GIR wAY 405 167 err 0 R z 0 m U v N U 0 I apt a DESIGNED BY: CHECKED BY: CITY OF RENTON E DRAWN BY: JFM APPROVED BY RENTON MUNICIPAL AIRPORT •°= LAST EDIT: PLOT DATE: 08103110 a DA TE BY REV/ REVISION CK'D APPR. V 1 CI NTY MAP W �, 9930 1lonte. Parkway W.~..Bothell, M19`tan Q 96021-8e?2 RENTON WASHINGTON W N (�Ye)9N-Mro SCALE: PROJECT N0. DRAWING FILE NAME: SHEET arr N.T.S. 31556 VICINITYMAP 5 L o 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 r award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing,to the attention of the Project Manager. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy 40 themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt • of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A "' herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type g' construction schedule for the project. 6 r 10 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. w 15. Payment retainage shall be done in accordance with Section 1-09.9(1) "Retainage" and section 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of ++ Renton Supplemental Specifications. 16. Basis For Approval +ir The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems .r As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the No requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety q0 systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages as 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 w 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. rr The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the rr requirements of RCW 39.16. 20. Pollution Control Requirements w Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 7 rr wo 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications 4W 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, aw paragraph by paragraph, or not. 1. WSDOT/APWA "2004 Standard Specifications for Road, Bridge and Municipal Construction" and ,w, "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. W 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are ,., included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? err► ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ar aw aw 8 r CAG-04-098 CITY OF RENTON Apron C Utilities Project—Electrical Conversion CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Wednesday, August 18, 2004, at the City Clerk's office, 40 7"' floor, and will be opened and publicly read in conference room 521 on the 5"' floor, Renton City Hall, 1055 South Grady Way,Renton WA 98055. The work to be performed within 35 working days from the date of commencement under this contract shall include,but not be limited to: 1. Installation of electrical and telephone conduit. Utility trenching and vault excavation. + ► 2. Installation of new power services. 3. Installation of new gas services. wr 4. Asphalt pavement reconstruction and associated storm drainage improvements. 5. Pavement patching. 6. Demolition of existing power poles and other associated demolition. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $30.00 plus $2.64 Tax (Total $32.64) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. +w Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact Ryan Plut, at 1055 South Grady Way, Renton, WA 98055 or (425)430-7372. Each prospective bidder is requested to attend a pre-bid conference to be held at 10:00 a.m. local time rw on August 11,2004 at the Renton Municipal Airport in the Airport Maintenance Building at 790 West Perimeter Road. At this meeting, questions concerning the contract documents or proposed work will be discussed. Answers and clarifications will be in the form of written addenda to the contract and 4W will be mailed to all prospective bidders. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. V Bonnie I.Walton,City Clerk Published: w. Daily Journal of Commerce August 4,2004 Daily Journal of Commerce August 11, 2004 4W wr w CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any r advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF Aw ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations ,, are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event 4, 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. w AND MINIMUM WAGE AFFIDAVIT FORM "' I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages 10 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. to FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Project C_ Name of Bidder's Firm etat� /J16_ .. Sign f Authgyized Representative of Bidder Subscribed and sworn to before me onis, If day of quyuJit­, 200 ,�����"j go SON N i and f r tlt gale VgjD 0 _ : P Notary (Print)Sc J- 00 LIC'.•'• My appointment expires: 1% -21:ow i •` 10 as r Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 IDM�JO� Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint GLORIA C BLACKBURN of DALLAS,TEXAS; FLORIETTA ACOSTA,FRANK C PENN,KRISTEN MCCORMICK,KEVIN W MCMAHON,PAMELA J HANSEN,DILYNN GUERN,DONALD E APPLEBY, 4110 CYNTHIA M BURNETT,DOUGLAS J ROTHEY,J R RICHARDS of DENVER,COLORADO"'" each as their true and lawful Attorney-In-Fad to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds (other than ball bonds)and undertakings given or executed in the course of its business (but not to include any Instruments amending or altering the same,nor consents to the modification or alteration of any Instrument referred to in said bonds or obligations). In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 9th day of September,2003 Kenneth C.Wendel,Assistant Secretary Fra .Robertson,Vice 0resident STATE OF NEW JERSEY ss. County of Somerset 4110 On this 9th day of September,2003 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel,being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals ANN affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by lice authority;and that he is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank E.Robertson,subscribed to said Power of Attorney is in the genuine handwriting of Frank E.Robertson,and was thereto subscribed by authority of said By-Laws and in deponent's presence. sell Notarial Seal MARACAM Ntttery Publo. Of I!Mw.INfNey �,ot�ntr Na 21 21899AZ sell . 4 • Comnitift E>Ipra Nov.te.2006 Notary Pubic CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: do "AN powers of attorney for and on behalf of the Company may and shah be executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary,under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company 4110 may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fad 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 shag 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 upon the Company with reaped to any bond or undertakIng to which it Is attached." do I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that () the foregoing extract of the By-Laws of the Companies Is true and cored, () the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of am Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed In Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (i) the foregoing Power of Attorney is true,cored and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this August 18, 2004 arr pA�_ d s "�VDIANi' ��w YOp� Kenneth C.Wendel,A sistant Secretary do IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone (908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com do Form 15-10-0226 (Ed.5-03) NON-CONSENT so BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. ar Signature 40 Know All Men by These Presents: am That we, Potelco, Inc. as Principal, and Federal Insurance Company as Surety,are held and firmly bound unto the City of Renton,as Obligee, in the penal sum of Five Percent of the Total Amount Bid* Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly AN and severally,by these presents. *-----(5%)------ 'Me condition of this obligation is such that if the Obligee shall make any award to the Principal for rr Proiect Number CAG-04-098** according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the As penal amount of the deposit specified in the call for bids, then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. am **Apron "C" Utilities Project, Electrical Conversion SIGNED, SEALED AND DATED THIS 18th DAY OF August , 200 4 AN Potelco, Inc. Principal Feder ance C By: Sure loria C. lackburn, ttorney-in-Fact AW Received return of deposit in the sum of$ me rr r AN 40 11 40 ,w 4M This Notice pertains to the following Surety Bond issued by a member of the Chubb Group of Insurance Companies,including Federal Insurance Company,Vigilant Insurance Company and r :Pacific Indemnity Company. Bond Number. Bid Bond POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 (POLICIES WITH NO TERRORISM EXCLUSION OR SUBLIMIT AND NO AN PREMIUM CHARGE) 4" You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses 40 arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and AV the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in 40 damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest,as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Insurance for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your policy will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays • 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your annual •� premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. r If you have any questions about this notice,please contact your agent or broker. .r. C="LJeB tw CITY OF RENTON APRON C UTILITIES PROJECT—ELECTRICAL CONVERSION wr PROPOSAL rr► TO THE CITY OF RENTON RENTON, WASHINGTON Ow Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and +wr 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 should be shown. Show unit prices both in writing and in figures.) Printed Name: orn tq 3 Da Lit s wr /I Signature: rb" r Address: Names of Members of Partnership: wr wr OR Name of President of Corporations +�► Name of Secretary of Corporation � 17 Corporation Organized under the laws of With Main Office in State of Washington at .r W wr 12 wr SUBCONTRACTOR LIST APRON C UTILITIES PROJECT - ELECTRICAL CONVERSION MW RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and war whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. n to Name: C ',S Title: UP Signature: AL,- B. The following subcontractor(s) su contract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) 00 Bid Item (s) Subcontractor Name 00 Address Phone No. State Contractor's License No. r Bid Item (s) 40 Subcontractor Name Address Phone No. State Contractor's License No. +iw Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name ow Address Phone No. State Contractor's License No. +rr 13 low CITY OF RENTON RENTON MUNICIPAL AIRPORT iwr APRON C UTILITIES PROJECT—ELECTRICAL CONVERSION .w ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: go NO. DATE NO. DATE +r NO. DATE err► err SIGNED TITLE 4r NAME OF COMPANY ADDRESS CITY/STATE/ZIP ow TELEPHONE CITY OF RENTON STATE CONTRACTORS -00 // am BUSINESS LICENSE# LICENSE � 7�7 "w 00 qw to 14 Aw Im SCHEDULE OF PRICES r Renton Municipal Airport Apron C Utilities Project—Electrical Conversion Base Bid Schedule A—Utility Improvements ( 11' 1 tCD1 C�E�� I Pry" �' ru Y v � "' emporary Water Pollution Al.A1. Control 1-07 1 L.S. A2. Utility Potholing ar 1-07 1 F.A. $5,000.00 Five Thousand Dollars $5,000.00 A3. Resolution of Utility Conflicts skw 1-07 1 F.A. $10,000.00 Ten Thousand Dollars $10,000.00 A4. Mobilization ?Ge�.Fit/T 1-09 1 L.S. ow D ow �v, oGY�•04 rr Removal of Structures ands/�:l�l�"F A5. Obstructions 06 TWb4&'9,!',(� // / 1L Od /DD / v 2-02 1 L.S. / / D s A6. Roadway Excavation Incl.Haul 2-03 48 C.Y. AT Unsuitable Excavation Incl.Haul 2-03 75 C.Y. A8. PSE Vault Excavation 2-09 1 L.S. Incidental Asphalt Concrete A9. Pavement Cl.B 5-04 40 TON �► D C� /00 A10. Cement Concrete Pavement e D!/.t°*1/2� No 5-05 Including Dowels 27 C.Y. go 15 "o qlw rX� " ai Y�Qt[a161 � I�,UCeS �WQTdS F Y All. Vehicle Roadway Trenching and Backfill 8-20 425 L.F. Ow Al2. Airside and Misc.Pavement Trenching and Backfill 8_20 335 L.F. err A13. Non-Paved Area Trenching and �f��7� � 00 Backfill +r 8-20 1,040 L.F. A14. 4" Schedule 80 Conduit,P.V.C. 8-20 3,960 L.F. A15. 4"Rigid Galvanized Steel Conduit 8-20 100 L.F. r A16. Service Panel,NEMA 311 8-20 1 EA. d rr A I T Handhole �J�if/,�"'lawdC- rr A18. #4,600V,THHN/TWHN Wire �r. 8-20 2,055 L.F. A19. #6,600V,G Wire �ry� 8-20 625 L.F. (/ A20. #10,600V,THHN/TWHN Wire 8-20 3,420 L.F. l r A21. #10,600V,G Wire �. enw,,16- 8-20 1,140 L.F. A22. #8,600V,THHN/TWHN Wire 8-20 2,100 L.F. 16 ++ir r �Ttem�scti "' v � � Y p @tittitY ON IM A23. #8,600V,G Wire / 1PO 8-20 1,000 L.F. ya loD / +err A24. #2,600V THHN/TWHN wire Q56 8-20 900 L.F. .r A25. 50A Circuit Breaker -20 1 EA. 8 qW aD l A26. 20A Circuit Breaker r, 8-20 4 EA. � oD X00 A27. 60A Disconnect Ow od / ryr� �D1� •OD A28. 100A Disconnect Wr 8-20 2 EA. lJl/D' oC , LCJ Ems- OD /pZ> ow A29. Service Meter 8-20 4 EA. ,7 eoO sw DD /Dd A30. Electrical Connections and Grounding Q� 7�yp �,lJ� 4�10, 40 8-20 1 L.S. 0 / W„ /QD A31. Paint Line Fslw 8-22 50 L.F. • A32. Phone Conduit in Buildings �� d[XJ �iP DD 8-30 325 L.F. A33. Install Bollards 8-31 1 L.S. �0 A34. Gas Line Trenching 7�/,p7 8-32 395 L.F. D6�p�j VW No MW ifkt � ✓ t�!B1 ?85 04, 31i#, timptlTT �` w � � - � � V, ✓ �� ectivnWMufi5gures Words .�MI. �^ x- t aka a a td. - ✓ A35. Gas Service Connection ON 8-34 3 EA. �• /�i2�J OD /DT SUBTOTAL BASE BID SCHEDULE A $ SALES TAX (8.8%) $ � TOTAL BASE BID SCHEDULE A $ Additive Bid Schedule B—Parkins Lot Reconstruction Item ' wrn Description = = 'Unit Price tr Lump Sum' X � xcsttanateduantit U><ut� figures' ' Words= 'ratal wr 131. Roadway Excavation Incl.Haul 2-03 172 C.Y. J err 132. Unsuitable Excavation Incl.Haul 2-03 18 C.Y. +rr 133. Crushed Surfacing Top Course err 4-04 375 TON /lvvo Incidental Asphalt Concrete B4. Pavement CLB 5-04 225 TON am B5. Underdrain Ail- �o ��� Qom• 7-01 56 L.F. 40 ��• / 136. 8"DI Storm Pipe VM 7-04 160 L.F. 40 18 ow Item Besc><zpt�tit�� S 11ut L ?P;Su 4 Qn ;�ted U g'CJait figures Wards 137. Catch Basin Type 1 6.U� Tt1OU� 77d 7-05 2 EA l Ow B8. Adjust Water Valve Box to Grade '4v-JaeV 7-12 6 EA tz "//D D as Adjust Water Meter and Box to 139. Grade �f --2 wr 7-15 2 EA v� B10. Adjust Cleanout 7-17 1 EA 129 6 �T 1311. Paint Line rW D�D,C� rr 06 8-22 280 L.F. �� do SUBTOTAL ADDITIVE SCHEDULE B $ aZ� •�5��_ SALES TAX (8.8%) ow TOTAL ADDITIVE SCHEDULE B Additive Bid Schedule C—Contaminated Soil Excavation Item Item'Descrip�on k x Seettot� Estimated(7aatitit Ltn# s 1�'igures� Wor d t ; Z \ C1 Contaminated Soil Excavation 2-03 1 Day / . ��Ty ,G��✓ / V— 6 SUBTOTAL ADDITIVE SCHEDULE C SALES TAX (8.8%) $ TOTAL ADDITIVE SCHEDULE C $ r 19 wr Additive Bid Schedule D—Washdown Rack Improvements err # n item D�seri�phot� P 8 Uni#�'!ri+ce ar L n uia 8ect�an Esttmated Quan ty Utfi 'Figures Words D1. Precast Cement Concrete Vault 7-05 1 EA ��- "�' D2. 6"Dia.PVC Sanitary Sewer Pipe d�fyd6 � 7-17 27 L.F. �a d SUBTOTAL ADDITIVE SCHEDULED SALES TAX (8.8%) MW TOTAL ADDITIVE SCHEDULE D y TOTAL BID SCHEDULES A, B, C & D $ wr The basis for award will be the total of Schedules A, B, C and D. r rr +.r .. w +err 20 ri► Mr BOND TO THE CITY OF RENTON Bond Number 8196-35-21 err KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Potelco, Inc. ap+l�r as principal, and Federal Insurance Company corporation organized and existing under the laws of the State of Indiana as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ Three Hundred* for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives, as the case may be. *Sixty Thousand Three Hundred Seventy Two Dollars and 69/100-----($360,372.69)----- This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. �+ 60 Dated at t� ,Washington,this day of , 200 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 04-096 providing for construction of Apron C. U (i}�S Pno�e-st—Etec*6cal Ccmvcrs to WN (project name) the principal is required to furnish a bond for the faithful performance of the contract; and it WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said +Yr 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 it 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. b Potelco, Inc. 14 Federal Insurance Company Principal Signature Signatur Gloria . Blackburn 1 Attorney-in-Fact Title Title 21 err This Notice pertains to the IbRowb g Surety Bond issued by a member of the Chubb Group of Insurance CorrWaniM kKhKbm Federal kwurance Company, t tnsurance Company and aw :Padhc trKbmMy Company. Bond Number- 81 96-35-21 41" POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 (POLICIES WITH NO TERRORISM EXCLUSION OR SUBLMT AND NO go PREMIUM CHARGE) go You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act")effective November 26,2002, we are malting available to you coverage for losses r arising out of certain ads of international terrorism- Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States,to be an act of terrorism;to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States,or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an m individual or individuals ailing on behalf of any foreign person or foreign interest,as part of an effort to coerce the civilian population of the United States or to influence the { policy or affect the conduct of the United States Government by coercion. Insurance for acts of terrorism is already included in the captioned Surety Bond_ 40 You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your policy will be partially reimbursed by the United States under err the formula set forth in the AcL Under this formula, the Unified States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be ' paid by the msur-anc e, company providing the coverage_ The portion of your annual premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism-from other causes of loss when we calculated your premium. If you have any questions about this notice,please contact your agent or broker_ �r air .r 40 ANN Chubb POVVER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road self ■ Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by Those Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGW INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appo it GLORIA C BLACKBURN of DALLAS.TEXAS; do FLORIETTA ACOSTA.FRANK C PENN,KRISTEN MCCORMICK,KEVIN W MCMAHON,PAMELA J HANSEN,DILYNN GUERN,DONALD E APPLEBY, CYNTHIA M BURNETT,DOUGLAS J ROTHEY,J R RICHARDS of DENVER,COLORADO— OWN each as their true and lawful Attorney-In-Fad to execute under such designation in their names and to affix their corporate seals to and deriver for and on their behalf as surety thereon or otherwise,bonds(other than ban bonds)and undertakings given or executed In the course of its business (but net to Include any instruments amending or altering the same,nor consents to the modification or alteration of any Instrument referred to In said bonds or obligations). In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed +o and attested these presents and affixed their corporate seals on this 9th day of September,2003 cse Kenneth C.Wendel,Assistant Secretary Fraft WRobertson,Vice Vresident STATE OF NEW JERSEY ss. County of Somerset On this 9th day of September,2003 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel,being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by We authority;and that he is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank E.Robertson,subscribed to said Power of Attorney is In the genuine handwriting of Frank E Robertson,and was thereto subscribed by authority of said By-Laws and in deponent's presence. #Ir Notarial Seal CO-TAN)i MA MCMJSE NolltryPd&SW/dNMJIW Na sty - &44.0-1 . m • Comttinae EVIM Nov.1IL M Notary Pubic CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: eel 'Ali powers of attorney for and on behalf of the Company may and shag be executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointy,with the Secretary or an Assistant Secretary,under their respective designatiorna.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers: Chairman,President,any Vita President,arty Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company s may be affixed by facsimge to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fad 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 shag be valid and biding upon the Company and any such power so executed and certified by such facsimile signature and facainile seal shag be valid and binding upon the Company with respect to any bond or undertaking to which it Y attached' ass I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that 0) the foregoing extract of the By-Laws of the Companies is true and correct, (d) the Companies are duly"need and authorized to transact surety business In all 50 of the United States of America and the District of ew Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (el the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this sr r a +► at,- - �r t s Kenneth C.Wendel,A sistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com err Form 15-10-0226 (Ed.5-03) NON-CONSENT as► IYIr CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE it POTELCO, INC. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of POTELCO, INC. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin, age, disability or veteran status. H. POTELCO, INC. complies with all applicable (Name of contractor/subcontractor/consultant) m federal, state and local laws governing non-discrimination in employment. III. When applicable, POTELCO, INC. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. i10 STEVE WETHERFORD Print Agent/Representative's Name PRESIDENT Print A e t/Representative's Title Agent/Representative's Signature i1r AUGUST 27, 2004 Date Signed it Instructions: This document MUST be completed by each contractor, subcontractor, and consultant. Include or attach this document(s)with the contract. iW imp l:\Projects\City of Renton\31556 2003 Apron C Util Proj\Office\word\Specs\14_FAIR.DOC\ 22 lrr CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this A$-A day of 2442z. .1_ 200 V by and between THE CITY OF RENTON, Washington, a municipal corpo{{ation of the State of Washington, hereinafter referred to as "CITY" and Pd4-e1�e_o l•�+c hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 35 working days from date as 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. CACh 04-098 for improvement by construction and installation of- Work as described in"Scope of Work"dated Avqusf 4,yq+ 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 tit applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. wr a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications, if any ow In 23 to 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, tier provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies 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 o 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 I 4W 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. iir The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all 4W costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of *, the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and(b)the City, OW 24 to its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative ' of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. �r 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 35 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 60 Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. IN 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 to damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness to 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. trr 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 rr period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the too 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. IM 25 imp wr 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 3&0 IS 372. 6� t ] -�/ numbers L T / ] A �a1r'C�HN�IO SI)C�r'1AmtSctnO, /�'l� �C✓P�ltTl��✓O Y��Ia�Q�lp st 'VIi1e written words /'1 _�r which includes Washington State Sales Tax. Payments will be made to Contractor as r�e, specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON VP of Operations Mayor - 6_4hy Keo/Ker- Wheeler -- -_- ATTEST// ` / !.(J President 8o n n e- ,r. W a,l +v,n — City Clerk dba POTELCO, INC. to Firm Name check one ,.,..,/� /' I ❑ Individual ❑ Partnership 'LJ' Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both rrr President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 26 +err ol�Y o� City of Renton Human Resources & Risk Management Department � NTO� Insurance Information Form FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits ❑ Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No rw The Commercial General Liability policy form is an ISO ❑ Yes ❑ No 1993 Occurrence Form or Equivalent? (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No 6 General Aggregate provided on a "per project basis ❑ Yes ❑ No (CG2503)?* Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No *To be shown on certificate of insurance* iw AM BEST'S RATING FOR CARRIER GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the im attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Completed By(Type or Print Name) �rw Address Completed By(Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE 27 i�r CITY OF RENTON r CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages err (1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: f1r • Premises and Operations (including CG2503 General Aggregate to apply per project, if applicable) Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability rr (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles Hired Vehicles (3) Workers'Compensation • Statutory Benefits (Coverage A) - Show WA L&I Number wr (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 28 �r LIMITS REQUIRED The(CONTRACTOR) shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $ 2,000,000 im Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage (Any One Fire) $ 50,000 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 �r *General Aggregate to apply per project (ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers' Compensation Coverage A (Workers' Compensation) - Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) io Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two (2) years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 29 illy ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall �r provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self- insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be `W provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two (2) years after completion of the project. 30 rr ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and + ► conditions as respects Contract Number issued by the (OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, im employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b)products and completed operations of the NAMED INSURED, or(c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. ' 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONTRACTOR. lrr 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. �r Date - Authorized Representative Signature 31 Ilr ACORD CERTIFICATE OF LIABILITY INSURANCE Date S TIIC! Q M VIC A•Xg 1D jggj i Producer: TSTII n A w rceER E WrORM +.@?i _lllil l! A NP GONFERS NO RIG ITC`I LnLW+11F^ TE 1L ii,•THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 40 206-xxx-xxxx COMPANIES AFFORDING COVERAGE Insured COMPANY A COMPANY B COMPANY C 1W COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAIv1ED*BOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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, LILMTS SHOWN MAY HAVE BEEN RECUED BY PAID CLAIMS. 60 Co Type of Insurance Policy Number Policy Effective Policy Expiration Limits Ltr Date(MM/DD/YY) Date(MM/DD/YY) General Liability General Aggregate $ ❑ Commercial General Liability Products—Comp/Op Agg $ ❑ ❑ Claims Made ❑Occur Personal&adv Injury $ ❑ Owners&Contractors Prot Each Occurrence $ ❑ Fire Damage(any one fire) $ ❑ Med Exp(any one person) $ Automobile Liability ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury(Per person) $ f ❑ Scheduled Autos Bodily Injury(Per accident) $ ❑ Hired Autos Property Damage $ ❑ Non-Owned Autos 1W1 ❑ Garage Liability Auto Only—Ea Accident $ ❑ Any Auto Other than Auto Only: $ ❑ Each Accident $ ❑ ,:... Aggregate $ Excess Liability Each Occurrence $ ❑ Aggregate $ Umbrella Form x' °3 WOther than.Umbrella Form $ orkers Compensation and WC Statu- Oth- Employers Liability tory limits er The PropnetodPartners/ ❑Incl EL Each Accident $ Executive Offitit5xe � EL Disease—Policy limit $ ❑Exdl : im EL Disease—EA Employee $ Other DESCRIPTION OF OPERATIONS/LOCATRIONS/VEHICLESISPECIAL'ITEMS CERTIFICATE HOLDER: CANCELLATION: Should any of the above described policies be cancelled before the expiration date City of Renton thereof,the issuing company will.en den rerre mail 45 days written notice to the Attn: certificate holder named to the left. 1055 South Grady Way Authorized Representative %W Renton WA 98055 32 aw O — +r do wr u 10 aw Washington State Prevailing Minimum Hourly Wage Rates Ow w Page 1 of 10 Topic Index Contact Info . Search to Home Safety Claims B Insurance Workplace Rights Trades& Licensing 4W Find a Law or Rule Get a Form or Publication Help Get or Renew a License Electrical KING County - Effective: 3/3/2004 Apprenticeship Factory-Built Structures Washington State Prevailing Wage Rates for Public Works Elevators Contracts Contractors The PREVAILING WAGES listed here include both the hourly wage rate and Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage Prevailing Wage and benefit rates must add to not less than this total. A brief description of El About Prevailing Wage overtime calculation requirements is provided by clicking on the benefit El Prevailing Wage Rates code. El Rates by Trade& County El Scopes of Work KING County -- Effective 3/3/2004 -- Benefit Code Key El Rate Surveys 0 View Approved Intents it PrevailingOvertimeHolidayNote' Affidavits Classification Wage Code Code Code p Filing Intents l3 Affidavits ASBESTOS ABATEMENT WORKERS Online JOURNEY LEVEL $31.86 1N 5D El Debarred Contractors BOILERMAKERS I] Advisory Committee JOURNEY LEVEL $33.32 1 0 Forms i3 Publications BRICK AND MARBLE MASONS JOURNEY LEVEL $38.37 1M 5A rr Boilers CABINET MAKERS (IN SHOP) Trades fi Licensing Rules JOURNEY LEVEL $16.67 1 CARPENTERS -�-- - -- � ACOUSTICAL WORKER $38.06 1M 5D BRIDGE, DOCK AND WARF $37.90 1M 5D CARPENTERS CARPENTER $37.90 1M 5D r CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILLWRIGHT AND MACHINE $38.90 1M 5D ERECTORS PILEDRIVERS, DRIVING, PULLING, $38.10 1M 5D PLACING COLLARS AND WELDING SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D STATIONARY POWER SAW $38.03 1M 5D OPERATOR STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $38.94 1M 5D DIVERS Et TENDERS rrr DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L http://www.Ini.wa.gov/PrevailingWage/jwages/20041/col Tasp 8/3/2004 Page 2 of 10 ASSISTANT MATE (DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN, HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS err JOURNEY LEVEL $18.69 1 ELECTRICIANS - INSIDE CABLE SPLICER $48.51 1D 6H CABLE SPLICER (TUNNEL) $52.31 1D 6H CERTIFIED WELDER $46.79 1D 6H CERTIFIED WELDER (TUNNEL) $50.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $45.06 1D 6H JOURNEY LEVEL (TUNNEL) $48.51 1D 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A rwr LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC 8t TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.60 2K 6S , FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.18 1N 5D GLAZIERS JOURNEY LEVEL $38.96 2E 5G +1i HEAT Et FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1F 5E HEATING EQUIPMENT MECHANICS go MECHANIC $33.65 1 HOD CARRIERS £t MASON TENDERS JOURNEY LEVEL $32.34 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER http://www.lni.wa.gov/PrevailingWage/jwages/20041/co 17.asp 8/3/2004 Page 3 of 10 JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 513 COOK $28.96 1K 5B DECKHAND $28.16 1K 5B w ENGINEER/DECKHAND $30.61 1K 5B MATE, LAUNCH OPERATOR $32.05 1 K 5B INSPECTION/CLEANING/SEALING OF SEWER Et WATER SYSTEMS BY REMOTE CONTROL me CLEANER OPERATOR, FOAMER $9.73 1 OPERATOR GROUT TRUCK OPERATOR $11.48 1 it HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS • JOURNEY LEVEL $37.90 1M 5D IRONWORKERS JOURNEY LEVEL $41.02 1B 5A LABORERS ASPHALT RAKER $32.34 1N 5D BALLAST REGULATOR MACHINE $31.86 1N 5D BATCH WEIGHMAN $27.18 1N 5D BRUSH CUTTER $31.86 1N 5D BRUSH HOG FEEDER $31.86 1N 5D BURNERS $31.86 1N 5D low CARPENTER TENDER $31.86 1N 5D CASSION WORKER $32.70 1N 5D CEMENT DUMPER/PAVING $32.34 1N 5D 10 CEMENT FINISHER TENDER $31.86 1 N 5D CHANGE-HOUSE MAN OR DRY $31.86 1N 5D SHACKMAN go CHIPPING GUN (OVER 30 LBS) $32.34 1N 5D CHIPPING GUN (UNDER 30 LBS) $31.86 1N 5D CHOKER SETTER $31.86 1N 5D CHUCK TENDER $31.86 1N 5D CLEAN-UP LABORER $31.86 1N 5D CONCRETE DUMPER/CHUTE $32.34 1N 5D OPERATOR err CONCRETE FORM STRIPPER $31.86 1N 5D CONCRETE SAW OPERATOR $32.34 1N 5D CRUSHER FEEDER $27.18 1N 5D CURING LABORER $31.86 1N 5D DEMOLITION, WRECKING Et MOVING $31.86 1 N 5D (INCLUDING CHARRED MATERIALS) DITCH DIGGER $31.86 1N 5D DIVER $32.70 1N 5D DRILL OPERATOR (HYDRAULIC, $32.34 1 N 5D DIAMOND) DRILL OPERATOR, AIRTRAC $32.70 1N 5D DUMPMAN $31.86 1N 5D EPDXY TECHNICIAN $31.86 1 N 5D EROSION CONTROL WORKER $31.86 1N 5D UW FALLER/BUCKER, CHAIN SAW $32.34 1N 5D FINAL DETAIL CLEANUP (i.e., $24.86 1N 5D dusting, vacuuming, window we W http://www.lni.wa.gov/PrevailingWage/J*wages/20041/co17.asp 8/3/2004 Page 4 of 10 as cleaning; NOT construction debris cleanup) FINE GRADERS $31.86 IN 5D rr FIRE WATCH $27.18 1 N 5D FORM SETTER $31.86 1 N 5D GABION BASKET BUILDER $31.86 1 N 5D GENERAL LABORER $31.86 IN 5D GRADE CHECKER Et TRANSIT PERSON $32.34 1 N 5D GRINDERS $31.86 IN 5D GROUT MACHINE TENDER $31.86 IN 5D GUARDRAIL ERECTOR $31.86 1 N 5D HAZARDOUS WASTE WORKER LEVEL $32.70 IN 5D A + r HAZARDOUS WASTE WORKER LEVEL $32.34 1 N 5D B HAZARDOUS WASTE WORKER LEVEL $31.86 IN 5D C HIGH SCALER $32.70 IN 5D HOD CARRIER/MORTARMAN $32.34 IN 5D JACKHAMMER $32.34 1 N 5D 40 LASER BEAM OPERATOR $32.34 IN 5D MANHOLE BUILDER-MUDMAN $32.34 IN 5D MATERIAL YARDMAN $31.86 1 N 5D wo MINER $32.70 1 N 5D NOZZLEMAN, CONCRETE PUMP, $32.34 1 N 5D GREEN CUTTER WHEN USING HIGH PRESSURE AIR Et WATER ON CONCRETE Et ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER + PAVEMENT BREAKER $32.34 IN 5D PILOT CAR $27.18 IN 5D PIPE POT TENDER $32.34 IN 5D PIPE RELINER (NOT INSERT TYPE) $32.34 IN 5D PIPELAYER Et CAULKER $32.34 IN 5D PIPELAYER Et CAULKER (LEAD) $32.70 IN 5D PIPEWRAPPER $32.34 IN 5D POT TENDER $31.86 IN 5D POWDERMAN $32.70 IN 5D POWDERMAN HELPER $31.86 IN 5D POWERJACKS $32.34 IN 5D RAILROAD SPIKE PULLER (POWER) $32.34 IN 5D RE-TIMBERMAN $32.70 IN 5D RIPRAP MAN $31.86 IN 5D RODDER $32.34 IN 5D SCAFFOLD ERECTOR $31.86 IN- 5D SCALE PERSON $31.86 IN 5D SIGNALMAN $31.86 IN 5D SLOPER (OVER 20") $32.34 IN 5D SLOPER SPRAYMAN $31.86 IN 5D SPREADER (CLARY POWER OR $32.34 IN 5D SIMILAR TYPES) SPREADER (CONCRETE) $32.34 IN 5D STAKE HOPPER $31.86 IN 5D STOCKPILER $31.86 IN 5D TAMPER Et SIMILAR ELECTRIC, AIR Et $32.34 IN 5D http://www.lni.wa.gov/PrevailingWage/J*wages/20041/col7.asp 8/3/2004 va Page 5 of 10 GAS TAMPER (MULTIPLE Et SELF $32.34 IN 5D ' PROPELLED) TOOLROOM MAN (AT JOB SITE) $31.86 IN 5D TOPPER-TAILER $31.86 IN 5D ow TRACK LABORER $31.86 IN 5D TRACK LINER (POWER) $32.34 IN 5D TRUCK SPOTTER $31.86 1N 5D TUGGER OPERATOR $32.34 IN 5D VIBRATING SCREED (AIR, GAS, OR $31.86 IN 5D ELECTRIC) VIBRATOR $32.34 1 N 5D rr VINYL SEAMER $31.86 IN 5D WELDER $31.86 IN 5D WELL-POINT LABORER $32.34 IN 5D or LABORERS - UNDERGROUND SEWER Et WATER GENERAL LABORER $31.86 1 N 5D PIPE LAYER $32.34 IN 5D LANDSCAPE CONSTRUCTION vw IRRIGATION OR LAWN SPRINKLER $11.07 1 INSTALLERS LANDSCAPE EQUIPMENT OPERATORS $10.63 1 OR TRUCK DRIVERS LANDSCAPING OR PLANTING $8.42 1 LABORERS LATHERS o" JOURNEY LEVEL $38.74 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 +r METAL FABRICATION (IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 r PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $30.77 2B 5A .r PLASTERERS JOURNEY LEVEL $39.33 Ill 5A :PLAYGROUND Et PARK EQUIPMENT INSTALLERS ow JOURNEY LEVEL $8.42 1 PLUMBERS Et PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ow ASSISTANT ENGINEERS $36.19 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 $38.73 IT 5D 8L YD Et UNDER) fm qw http://www.lni.wa.gov/PrevailingWage/jwages/20041/co17.asp 8/3/2004 Page 6 of 10 BACKHOE, EXCAVATOR, SHOVEL $39.19 1T 5D 8L (OVER 3 YD Et UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 $39.70 1T 5D 8L ► YD AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP Et UNDER) $38.36 1T 5D 8L BACKHOES, (OVER 75 HP) $38.73 1T 5D 8L to BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L BATCH PLANT OPERATOR, $38.73 1T 5D 8L CONCRETE BELT LOADERS (ELEVATING TYPE ) $38.36 1T 5D 8L w BOBCAT $36.19 1T 5D 8L BROOMS $36.19 1T 5D 8L BUMP CUTTER $38.73 1T 5D 8L to CABLEWAYS $39.19 1T 5D 8L CHIPPER $38.73 1T 5D 8L COMPRESSORS $36.19 1T 5D 8L to CONCRETE FINISH MACHINE - LASER $36.19 1T 5D 8L SCREED CONCRETE PUMPS $38.36 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT $38.73 1T 5D 8L 'i WITH BOOM ATTACHMENT CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH $38.36 1T 5D 8L ATTACHMENTS CRANES, 20 - 44 TONS, WITH $38.73 1T 5D 8L ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER $39.19 1T 5D 8L 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR $39.70 1T 5D 8L. to 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, $40.21 1T 5D 8L. OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND $36.19 1T 5D 8L UNDER CRANES, A-FRAME, OVER 10 TON $38.36 1T 5D 8L CRANES, OVER 300 TONS, OR 300' $40.73 1T 5D 8L OF BOOM INCLUDING JIB WITH w ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE $38.73 1T 5D 8L ( 20 - 44 TONS) CRANES, OVERHEAD, BRIDGE TYPE $39.19 1T 5D 8l_ ( 45 - 99 TONS) CRANES, OVERHEAD, BRIDGE TYPE $39.70 1T 5D 8l. (100 TONS Et OVER) CRANES, TOWER CRANE UP TO 175' $39.70 1T 5D 8l- IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' $40.21 1T 5D 8L IN HEIGHT, BASE TO BOOM CRUSHERS $38.73 1T 5D 8L DECK ENGINEER/DECK WINCHES $38.73 1T 5D 8L (POWER) DERRICK, BUILDING $39.19 1T 5D 81_ DOZERS, D-9 Et UNDER $38.36 1T 5D 8L http://www.lni.wa.gov/PrevailingWage/jwages/20041/co17.asp 8/3/2004 Page 7 of 10 +rr DRILL OILERS - AUGER TYPE, TRUCK $38.36 IT 5D 8L OR CRANE MOUNT DRILLING MACHINE $38.73 IT 5D 8L ELEVATOR AND MANLIFT, $36.19 IT 5D 8L PERMANENT AND SHAFT-TYPE EQUIPMENT SERVICE ENGINEER $38.36 IT 5D 8L (OILER) FINISHING MACHINE/BIDWELL $38.73 IT 5D 8L GAMACO AND SIMILAR EQUIP *w FORK LIFTS, (3000 LBS AND OVER) $38.36 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 IT 5D 8L GRADE ENGINEER $38.36 IT 5D 8L r GRADECHECKER AND STAKEMAN $36.19 IT 5D 8L GUARDRAIL PUNCH $38.73 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND $38.36 IT 5D 8L MANLIFTS), AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL $38.36 IT 5D 8L LOCATOR HORIZONTAL/DIRECTIONAL DRILL $38.73 IT 5D 8L OPERATOR HYDRALIFTS/BOOM TRUCKS (10 TON $36.19 IT 5D 8L Et UNDER) w. HYDRALIFTS/BOOM TRUCKS (OVER $38.36 IT 5D 8L 10 TON) LOADERS, OVERHEAD (6 YD UP TO 8 $39.19 IT 5D 8L r YD) LOADERS, OVERHEAD (8 YD Et OVER) $39.70 IT 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), $38.73 IT 5D 8L PLANT FEED +� LOCOMOTIVES, ALL $38.73 IT 5D 8L MECHANICS, ALL $39.19 IT 5D 8L MIXERS, ASPHALT PLANT $38.73 IT 5D 8L MOTOR PATROL GRADER $38.73 IT 5D 8L (FINISHING) MOTOR PATROL GRADER (NON- $38.36 IT 5D 8L FINISHING) 41` MUCKING MACHINE, MOLE, TUNNEL $39.19 IT 5D 8L DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER $36.19 IT 5D 8L ,rr DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER $36.19 IT 5D 8L PILEDRIVER (OTHER THAN CRANE $38.73 IT 5D 8L MOUNT) PLANT OILER (ASPHALT, CRUSHER) $38.36 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 IT 5D 8L ar POWER PLANT $36.19 IT 5D 8L PUMPS, WATER $36.19 IT 5D 8L QUAD 9, D-10, AND HD-41 $39.19 IT 5D 8L REMOTE CONTROL OPERATOR ON $39.19 IT 5D 8L RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN $36.19 IT 5D 8L "r ROLLAGON $39.19 IT 5D 8L " ROLLER, OTHER THAN PLANT ROAD $36.19 IT 5D 8L MIX to wr http://www.lni.wa.gov/PrevailingWage/jwages/20041/co17.asp 8/3/2004 Page 8 of 10 ROLLERS, PLANTMIX OR MULTILIFT $38.36 1T 5D 8L MATERIALS ROTO-MILL, ROTO-GRINDER $38.73 1T 5D 8L SAWS, CONCRETE $38.36 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD $38.73 1T 5D 8L TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD $39.19 1T 5D 8L TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY $38.36 1T 5D 8L ALL SCREED MAN $38.73 1T 5D 8L SHOTCRETE GUNITE $36.19 1T 5D 8L SLIPFORM PAVERS $39.19 1T 5D 8L SPREADER, TOPSIDE OPERATOR - $38.73 1T 5D 8L BLAW KNOX SUBGRADE TRIMMER $38.73 1T 5D 8L TOWER BUCKET ELEVATORS $38.36 1T 5D 8L TRACTORS, (75 HP Et UNDER ) $38.36 1T 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L �p TRANSFER MATERIAL SERVICE $38.73 1T 5D 8L. MACHINE TRANSPORTERS, ALL TRACK OR $39.19 1T 5D 8L TRUCK TYPE TRENCHING MACHINES $38.36 1T 5D 8L. TRUCK CRANE OILER/DRIVER $38.36 1T 5D 8L ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 $38.73 1T 5D 8L. TON Et OVER) TRUCK MOUNT PORTABLE $38.73 1T 5D 8L. CONVEYER WHEEL TRACTORS, FARMALL TYPE $36.19 1T 5D 8L YO YO PAY DOZER $38.73 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER Ft WATER (SEE POWER EQUIPMENT $0.00 OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $30.29 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A ` TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION Et AIR CONDITIONING MECHANICS MECHANIC $46.46 1G 5A to RESIDENTIAL BRICK Et MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $38.59 1_1 5B RESIDENTIAL ELECTRICIANS 4w http://v Arww.lni.wa.gov/PrevailingWage/J*wages/20041/co17.asp 8/3/2004 wr Page 9 of 10 err -- JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 rr RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 4m RESIDENTIAL PLUMBERS Et PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION Et AIR CONDITIONING MECHANICS f1w JOURNEY LEVEL $46.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $19.48 1 to RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1 B 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $25.58 1 B 5C aw RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS w JOURNEY LEVEL $35.63 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A 4w USING IRRITABLE BITUMINOUS $37.53 1R 5A MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $45.43 1J 6L to SIGN MAKERS 8 INSTALLERS (ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 ar SIGN MAKERS It INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS ow JOURNEY LEVEL $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S r SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.19 1B 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) rr JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 tw PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE $25.91 2B 5A LINEPERSON SPECIAL APPARATUS INSTALLER 1 $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A TELEPHONE EQUIPMENT OPERATOR $27.84 2B 5A + http://www.lni.wa.gov/PrevailingWage/jwages/20041/co17.asp 8/3/2004 Page 10 of 10 (HEAVY) TELEPHONE EQUIPMENT OPERATOR $25.91 2B 5A (LIGHT) TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 213 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 213 5A TERRAZZO WORKERS Et TILE SETTERS JOURNEY LEVEL $35.63 1H 5A ' TILE, MARBLE It TERRAZZO FINISHERS FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS +rr JOURNEY LEVEL $30.40 1 K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $35.91 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $36.49 1T 5D 8L. DUMP TRUCK $35.91 1T 5D 8L DUMP TRUCK Et TRAILER $36.49 1T 5D 8L OTHER TRUCKS $36.49 1T 5D 8L. TRANSIT MIXER $23.45 1 WELL DRILLERS Et IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 About LEH I Find a job at LEtI I Informaci6n en espanol ( Site Feedback 1-800-547-8367 dash rr�tn;State Dept. of Labor and Industres. l}se of this site is subject. ,r,t;e taws of t`u ( Wash Ilplli»1 zta e of Washington. lAcc Aq;e -rent Privacy and security statement. intended uselexternat content oolicv Visit.aCCess.wa.�OV Staf`only tink + http://www.lni.wa.gov/PrevailingWage/jwages/20041/co17.asp 8/3/2004 rr Page 1 of 7 �r y Topic Index Contact Info Search dw Home Safety Claims 8 Insurance Workplace Rights Trades& Licensing err Find a Law or Rule Get a Form or Publication Help Get or Renew a License Electrical KING County - Effective: 3/3/2004 Apprenticeship Factory-Built Structures Washington State Prevailing Wage Rates for Public Works Elevators Contracts aw Contractors The PREVAILING WAGES listed here include both the hourly wage rate and Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage Prevailing Wage and benefit rates must add to not less than this total. A brief description of aw 0 About Prevailing Wage overtime calculation requirements is provided by cticking on the benefit B Prevailing Wage Rates code. 0 Rates by Trade f& Any apprentice not registered with the Washington State Apprenticeship County and Training Council must be paid prevailing journey level wages. To verify As 0 Scopes of Work apprentice registration, call (360) 902-5324. 0 Rate Surveys 0 View Approved Intents @ - ,� Affidavits p Filing Intents 8 Affidavits KING County -- Apprentices -- Effective 3/3/2004 -- Benefit Code Key Online 0 Debarred contractors Prevailing Overtime Holiday Note 0 Advisory committee Stage of Progression £t Hour Range Wage Code Code Code 0 Forms It Publications ASBESTOS ABATEMENT WORKERS ENVIRONMENTAL CONTROL PAINTERS rr Boilers 1: 0 - 1000 Hours - 50.00% $17.11 1N 51) Trades& Licensing Rules 2: 1001 - 2000 Hours - 60.00% $19.58 1N 5D 3: 2001 - 3000 Hours - 75.00% $25.08 1N 5D 4: 3001 - 4000 Hours - 90.00% $29.15 1N 5D LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 1N 5D 2: 1001 - 2000 Hours - 70.00% $24.45 1N 5D „e1 3: 2001 3000 Hours - 80.00% $26.92 1N 5D 4: 3001 4000 Hours - 90.00% $29.39 1N 5D BOILERMAKERS 1: 0 - 1000 Hours - 70.00% $23.32 1 2: 1001 - 2000 Hours - 75.00% $24.99 1 3: 2001 3000 Hours - 80.00% $26.66 1 4: 3001 4000 Hours - 85.00% $28.32 1 5: 4001 5000 Hours - 90.00% $29.99 1 6: 5001 - 6000 Hours - 95.00% $31.65 1 BRICK AND MARBLE MASONS aw 1: 0 - 750 Hours - 50.00% $22.40 1M 5A 2: 751 - 2250 Hours - 55.00% $23.90 1M 5A 3: 2251 - 3000 Hours - 60.00% $25.36 1M 5A 4: 3001 3750 Hours - 70.00% $28.27 1M 5A 10' 5: 3751 4500 Hours - 80.00% $31.19 1M 5A 6: 4501 - 5250 Hours - 90.00% $34.10 1M 5A 7: 5251 6000 Hours - 95.00% $35.56 1M 5A CARPENTERS ACOUSTICAL WORKER 1: 0 - 1000 Hours - 50.00% $19.91 1M 51) 2: 1001 - 2000 Hours - 60.00% $26.64 1M 51) w http://www.Ini.wa.gov/PrevailingWage/Appwages/20041/co17.asp 8/3/2004 Page 2 of 7 3: 2001 - 3000 Hours - 68.00% $28.92 1M 5D 4: 3001 - 4000 Hours - 76.00% $31.21 1M 5D 5: 4001 5000 Hours - 84.00% $33.49 1M 5D 6: 5001 6000 Hours - 92.00% $35.78 1M 5D BRIDGE, DOCK AND WARF CARPENTERS 1: 1St Period - 60.00% $22.67 1M 5D w 2: 2"d Period - 65.00% $27.96 1M 5D 3: 3rd Period - 70.00% $29.38 1M 5D 4: 4th Period - 75.00% $30.80 1M 5D 5: 5th Period - 80.00% $32.22 1M 5D 6: 6th Period - 85.00% $33.64 1M 5D 7: 7th Period - 90.00% $35.06 1M 5D 8: 8th Period - 95.00% $36.48 1M 5D CARPENTER 1: 1 It Period - 60.00% $22.67 1M 5D 2: 2"d Period - 65.00% $27.96 1M 5D 3: 3rd Period - 70.00% $29.38 1M 5D 4: 4th Period - 75.00% $30.80 1M 5D 5: 5th Period - 80.00% $32.22 1M 5D 6: 6th Period - 85.00% $33.64 1M 5D 7: 7th Period - 90.00% $35.06 1M 5D 8: 8th Period - 95.00% $36.48 1M 5D DRYWALL APPLICATOR NO DRYWALL, METAL STUD�AND CEILING APPLICATORS 1: 0 - 700 Hours - 50.00% $20.33 1M 5D 2: 701 - 1400 Hours - 60.00% $27.11 1M 5D 3: 1401 - 2100 Hours - 68.00% $29.43 1M 5D "� 4: 2101 - 2800 Hours - 76.00% $31.76 1M 5D 5: 2801 - 3500 Hours - 84.00% $34.09 1M 5D 6: 3501 - 4200 Hours - 92.00% $36.41 1M 5D MILLWRIGHT AND MACHINE ERECTORS 1: 1 It Period - 60.00% $23.27 1M 5D 2: 2"d Period - 65.00% $28.61 1M 5D 3: 3rd Period - 70.00% . $30.08 1M 5D 4: 4th Period - 75.00% $31.55 1M 5D 5: 5th Period - 80.00% $33.02 1M 5D 6: 6th Period - 85.00% $34.49 1M 5D 7: 71h Period - 90.00% $35.96 1M 5D 8: 8th Period - 95.00% $37.43 IM 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1St Period - 60.00% $22.79 1M 5D 2: 2"d Period - 65.00% $28.09 1M 5D 3: 3rd Period - 70.00% $29.52 1M 5D as 4: 4th Period - 75.00% $30.95 1M 5D 5: 5th Period - 80.00% $32.38 1M 5D 6: 6th Period - 85.00% $33.81 1M 5D 7: 7th Period - 90.00% $35.24 1M 5D 8: 8th Period - 95.00% $36.67 1M 5D CEMENT MASONS 1: 0 - 1000 Hours - 50.00% $24.68 1M 5D 2: 1001 - 2000 Hours - 60.00% $27.53 1M 5D 3: 2001 - 3000 Hours - 70.00% $30.38 1M 5D 4: 3001 - 4000 Hours - 80.00% $33.24 1M 5D 5: 4001 - 5000 Hours - 90.00% $36.09 1M 5D 6: 5001 - 6000 Hours - 95.00% $37.51 1M 5D DRYWALL TAPERS http://www.Ini.wa.gov/PrevallingWage/Appwages/20041/col 7.asp 8/3/2004 Page 3 of 7 1: 0 - 1000 Hours - 50.00% $24.98 1J 5B 2: 1001 - 2000 Hours - 55.00% $26.34 1J 5B 3: 2001 3000 Hours - 65.00% $29.06 1J 5B 4: 3001 4000 Hours - 75.00% $31.79 1J 5B 5: 4001 5000 Hours - 85.00% $34.51 1J 5B 6: 5001 6000 Hours - 90.00% $35.87 1J 5B ELECTRICIANS - INSIDE 1: 0 - 1000 Hours - 40.00% $18.55 1D 6H 2: 1001 - 2000 Hours - 50.00% $22.00 1D 6H 3: 2001 3500 Hours - 55.00% $26.92 1 D 6H 4: 3501 5000 Hours - 65.00% $30.95 1 D 6H 5: 5001 - 6500 Hours - 75.00% $34.98 1D 6H +W b: 6501 - 8000 Hours - 85.00% $39.01 1D 6H ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON tw 1: 0 - 1000 Hours - 60.00% $28.54 4A 5A 2: 1001 - 2000 Hours - 65.00% $30.33 4A 5A 3: 2001 - 3000 Hours - 71.00% $32.49 4A 5A 4: 3001 - 4000 Hours - 81.00% $36.07 4A 5A N 5: 4001 - 5000 Hours - 85.00% $37.52 4A 5A 6: 5001 - 6000 Hours - 89.00% $38.95 4A 5A 7: 6001 - 7000 Hours - 93.00% $40.38 4A 5A wr POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $37.78 4A 5A 2: 1001 - 2000 Hours - 89.80% $39.23 4A 5A wr 3: 2001 - 3000 Hours - 92.80% $40.31 4A 5A ELECTRONIC Et TELECOMMUNICATION TECHNICIANS 1: 0 - 1000 Hours - 55.00% $7.16 1 2: 1001 - 2000 Hours - 60.00% $7.24 1 io 3: 2001 - 3000 Hours - 65.00% $7.85 1 4: 3001 - 4000 Hours - 70.00% $8.45 1 5: 4001 - 5000 Hours - 75.00% $9.05 1 rr 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10.26 1 8: 7001 - 8000 Hours - 95.00% $11.47 1 ;,ELEVATOR CONSTRUCTORS wo MECHANIC 1: 1St Period - 50.00% $17.67 4A 6Q 2: 2"d Period - 55.00% $32.66 4A 6Q aw 3: 3rd Period - 65.00% $36.20 4A 6Q 4: 4th Period - 70.00% $37.96 4A 6Q 5: 5th Period - 80.00% $41.50 4A 6Q FLAGGERS 1: 0 - 1000 Hours - 60.00% $21.98 1N 5D 2: 1001 - 2000 Hours - 70.00% $24.45 1N 5D 3: 2001 - 3000 Hours - 80.00% $26.92 1N 5D 4: 3001 - 4000 Hours - 90.00% $27.18 1N 5D GLAZIERS 1: 0 - 1000 Hours - 45.00% $21.09 2E 5G +wr 2: 1001 - 2000 Hours - 50.00% $22.71 2E 5G 3: 2001 - 3000 Hours - 55.00% $24.34 2E 5G 4: 3001 - 4000 Hours - 60.00% $25.96 2E 5G 5: 4001 - 5000 Hours - 65.00% $27.59 2E 5G b: 5001 6000 Hours - 70.00% $29.21 2E 5G 7: 6001 - 7000 Hours - 80.00% $32.46 2E 5G 8: 7001 8000 Hours - 90.00% $35.71 2E 5G .r http://www.Ini.wa.gov/PrevailingWage/Appwages/20041/co17.asp 8/3/2004 Page 4 of 7 mi HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1: 0 - 1000 Hours - 50.00% $24.85 IF 5E to 2: 1001 - 2000 Hours - 55.00% $26.36 IF 5E 3: 2001 4000 Hours - 65.00% $29.37 IF 5E 4: 4001 6000 Hours - 75.00% $32.39 IF 5E 5: 6001 8000 Hours - 85.00% $35.41 IF 5E HOD CARRIERS Et MASON TENDERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 3000 Hours - 80.00% $26.92 IN 5D 4: 3001 4000 Hours - 90.00% $29.39 IN 5D INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $19.83 1M 5D 2: 1001 - 2000 Hours - 60.00% $26.54 1M 5D 3: 2001 3000 Hours - 75.00% $30.80 1M 5D 4: 3001 4000 Hours - 90.00% $35.06 1M 5D IRONWORKERS 1: 1st Period - 65.00% $24.02 1B 5A 2: 2"d Period - 70.00% $25.45 1B 5A 3: 3rd Period - 75.00% $33.88 1B 5A 4: 4th Period - 80.00% $35.31 1B 5A 5: 5th Period - 90.00% $38.16 1B 5A ,err 6: 6th Period - 90.00% $38.16 1B 5A 7: 7th Period - 95.00% $39.59 1B 5A 8: 8th Period - 95.00% $39.59 1B 5A LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 3000 Hours - 80.00% $26.92 IN 5D w 4: 3001 4000 Hours - 90.00% $29.39 IN 5D LABORERS - UNDERGROUND SEWER I*WATER 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 40 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90.00% $29.39 IN 5D LATHERS 1: 0 - 700 Hours - 50.00% $20.33 1M 5D 2: 701 - 1400 Hours - 60.00% $27.11 1M 5D 3: 1401 - 2100 Hours - 68.00% $29.43 1M 5D rr 4: 2101 - 2800 Hours - 76.00% $31.76 1M 5D 5: 2801 - 3500 Hours - 84.00% $34.09 1M 5D 6: 3501 - 4200 Hours - 92.00% $36.41 1M 5D PAINTERS 1: 0 - 750 Hours - 55.00% $15.97 2B 5A 2: 751 - 1500 Hours - 65.00% $17.02 2B 5A 3: 1501 - 2250 Hours - 75.00% $18.90 2B 5A 4: 2251 3000 Hours - 80.00% $20.61 2B 5A 5: 3001 3750 Hours - 85.00% $21.60 2B 5A 6: 3751 4500 Hours - 95.00% $23.57 2B 5A r PLASTERERS 1: 0 - 500 Hours - 40.00% $17.97 1R 5A 2: 501 - 1000 Hours - 45.00% $19.28 Ill 5A 3: 1001 - 1500 Hours - 45.00% $24.90 Ill 5A 4: 1501 2000 Hours - 50.00% $26.22 1R 5A 5: 2001 2500 Hours - 55.00% $27.53 Ill 5A rr http://www.Ini.wa.gov/PrevailingWage/Appwages/2004I/co17.asp 8/3/2004 Page 5 of 7 wo 6: 2501 3000 Hours - 60.00% $28.84 111 5A 7: 3001 3500 Hours - 65.00% $30.15 1R 5A 8: 3501 4000 Hours - 70.00% $31.46 1R 5A 9: 4001 4500 Hours - 75.00% $31.77 111 5A 10: 4501 - 5000 Hours - 80.00% $33.08 1R 5A +rr 11: 5001 5500 Hours - 85.00% $34.40 1R 5A 12: 5501 6000 Hours - 90.00% $35.71 1R 5A 13: 6001 6500 Hours - 95.00% $37.02 111 5A 14: 6501 7000 Hours - 95.00% $37.02 1R 5A PLUMBERS ft PIPEFITTERS 1: 0 - 2000 Hours - 50.00% $25.85 1G 5A 2: 2001 - 4000 Hours - 62.50% $35.81 1G 5A 3: 4001 6000 Hours - 70.00% $38.39 1G 5A 4: 6001 8000 Hours - 75.00% $40.10 1G 5A 5: 8001 10000 Hours - 85.00% $43.55 1G 5A POWER EQUIPMENT OPERATORS ALL EQUIPMENT 1: 0 - 1000 Hours - 65.00% $28.41 1T 5D 8L 2: 1001 - 2000 Hours - 70.00% $29.87 1T 5D 8L 3: 2001 3000 Hours - 75.00% $31.33 1T 5D 8L 4: 3001 4000 Hours - 80.00% $32.79 1T 5D 8L 5: 4001 5000 Hours - 90.00% $35.72 1T 5D 8L r 6: 5001 6000 Hours - 95.00% $37.18 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER It WATER (SEE POWER EQUIPMENT OPERATORS) 1: 0 - 1000 Hours - 65.00% $28.22 2: 1001 - 2000 Hours - 70.00% $29.67 3: 2001 3000 Hours - 75.00% $31.12 4: 3001 4000 Hours - 80.00% $32.57 Or 5: 4001 5000 Hours - 90.00% $35.46 6: 5001 6000 Hours - 95.00% $36.91 POWER LINE CLEARANCE TREE TRIMMERS wr TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $19.74 4A 5A 2: 1001 - 2000 Hours - 75.00% $21.99 4A 5A 4wr 3: 2001 3000 Hours - 80.00% $23.10 4A 5A 4: 3001 4000 Hours - 90.00% $25.36 4A 5A REFRIGERATION Et AIR CONDITIONING MECHANICS MECHANIC + 1: 0 - 2000 Hours - 50.00% $24.25 1G 5A 2: 2001 - 4000 Hours - 55.00% $29.60 1G 5A 3: 4001 6000 Hours - 60.00% $31.47 1G 5A 4: 6001 8000 Hours - 70.00% $35.23 1G 5A 5: 8001 10000 Hours - 85.00% $40.84 1G 5A RESIDENTIAL CARPENTERS 1: 11t Period - 60.00% $14.08 1 �r 2: 2nd Period - 65.00% $15.26 1 3: 3rd Period - 70.00% $16.43 1 4: 4th Period - 75.00% $17.60 1 40 5: 51h 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 1: 0 - 900 Hours - 50.00% $13.12 1 2: 901 - 1800 Hours - 55.00% $14.43 1 rr "0' http://www.lni.wa.gov/PrevallingWage/Appwages/20041/co17.asp 8/3/2004 Page 6 of 7 3: 1801 - 2700 Hours - 75.00% $19.68 1 4: 2701 - 4000 Hours - 85.00% $22.30 1 RESIDENTIAL PLUMBERS Et PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $12.62 1 2: 1001 - 2000 Hours - 65.00% $14.92 1 3: 2001 4000 Hours - 75.00% $17.21 1 4: 4001 6000 Hours - 85.00% $19.51 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 1 - 1000 Hours - 50.00% $9.74 1 2: 1001 - 2000 Hours - 60.00% $11.69 1 3: 2001 3000 Hours - 65.00% $12.66 1 4: 3001 4000 Hours - 70.00% $13.64 1 5: 4001 5000 Hours - 80.00% $15.58 1 6: 5001 6000 Hours - 85.00% $16.56 1 ROOFERS 1: 0 - 820 Hours - 60.00% $21.93 1R 5A 2: 821 - 1630 Hours - 67.00% $23.78 1R 5A 3: 1631 - 2450 Hours - 74.00% $25.58 1R 5A 4: 2451 3270 Hours - 81.00% $29.66 1R 5A 5: 3271 4080 Hours - 88.00% $31.46 1R 5A 6: 4081 4899 Hours - 95.00% $33.25 1R 5A SHEET METAL WORKERS ► JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% $19.17 1J 6L 2: 2001 - 3000 Hours - 50.00% $26.89 1J 6L 3: 3001 4000 Hours - 55.00% $28.63 1J 6L 4: 4001 5000 Hours - 60.00% $30.38 1J 6L 5: 5001 6000 Hours - 65.00% $32.14 1J 6L 6: 6001 - 7000 Hours - 70.00% $33.89 1J 6L 7: 7001 - 8000 Hours - 75.00% $35.64 1J 6L 8: 8001 9000 Hours - 80.00% $37.39 1J 6L 9: 9001 10000 Hours - 85.00% $39.15 1J 6L SOFT FLOOR LAYERS APPRENTICES INDENTURED ON OR AFTER JUNE 1, 2003 1: 0 - 750 Hours - 45.00% $15.19 113 5A 2: 751 - 1500 Hours - 50.00% $17.31 1B 5A 3: 1501 - 2250 Hours - 60.00% $20.95 1B 5A 4: 2251 - 3000 Hours - 70.00% $23.59 1B 5A 5: 3001 3750 Hours - 80.00% $26.24 113 5A 6: 3751 - 4500 Hours - 90.00% $28.88 1B 5A APPRENTICES INDENTURED PRIOR TO JUNE 1, 2003 1: 0 - 750 Hours - 45.00% $16.99 1B 5A 2: 751 - 1500 Hours - 50.00% $18.31 113 5A 3: 1501 - 2250 Hours - 60.00% $20.95 1B 5A 4: 2251 - 3000 Hours - 70.00% $23.59 1B 5A 5: 3001 - 3750 Hours - 80.00% $26.24 1B 5A 6: 3751 - 4500 Hours - 90.00% $28.88 1B 5A SPRINKLER FITTERS (FIRE PROTECTION) 1: 1St Period - 40.00% $18.22 1B 5C 2: 2"d Period - 42.00% $18.88 113 5C 3: 3rd Period - 44.00% $19.55 1B 5C 4: 4th Period - 47.00% $20.55 1B 5C 5: 5th Period - 52.00% $25.02 1B 5C 6: 6th Period - 57.00% $26.68 113 5C 7: 7th Period - 62.00% $28.60 1B 5C http://www.lni.wa.gov/PrevailingWage/Appwages/20041/co17.asp 8/3/2004 err Page 7 of 7 No 8: 81h Period - 65.00% $29.60 1B 5C 9: 91h Period - 75.00% $33.43 1B 5C 10: 10th Period - 80.00% $35.10 1B 5C TERRAZZO WORKERS Et TILE SETTERS 1: 0 - 1000 Hours - 50.00% $20.69 1H 5A 2: 1001 - 2500 Hours - 55.00% $22.02 1H 5A 3: 2501 3500 Hours - 60.00% $23.35 1H 5A 4: 3501 4500 Hours - 70.00% $26.01 1H 5A 5: 4501 5500 Hours - 80.00% $28.66 1H 5A 6: 5501 6250 Hours - 90.00% $31.32 1H 5A 7: 6251 7000 Hours - 95.00% $32.65 1H 5A TILE, MARBLE Et TERRAllO FINISHERS FINISHER 1: 0 - 1000 Hours - 50.00% $20.07 1H 5A 2: 1001 - 2500 Hours - 55.00% $21.35 1H 5A 3: 2501 3500 Hours - 60.00% $22.61 1H 5A 4: 3501 4500 Hours - 70.00% $25.15 1H 5A TRAFFIC CONTROL STRIPERS 1: 0 - 500 Hours - 60.00% $12.96 1K 5A 2: 501 - 1000 Hours - 60.00% $17.82 1K 5A 3: 1001 - 2333 Hours - 60.00% $20.22 1K 5A 4: 2334 - 4666 Hours - 73.00% $23.53 1 K 5A ar 5: 4667 - 7000 Hours - 88.00% $27.35 1 K 5A TRUCK DRIVERS ALL TRUCKS 1: 0 - 700 Hours - 70.00% $28.24 1T 5D 8L 2: 701 - 1400 Hours - 80.00% $30.80 1T 5D 8L 3: 1401 - 2100 Hours - 90.00% $33.35 1T 5D 8L About LEH I Find a job at L&I I Informaci6n en espanol I Site Feedback 1-800-547-8367 Washington State Dept. of Labor and Industries. Use of this site is subiect to the taws of the f 1K8Shfnp on state of Washington. Access Agreement Privacy and security statement intended uselexternat content poticy Visit access.wa.gOv Staff cnty link dw 4W http://www.lni.wa.gov/PrevailingWage/Appwages/20041/col7.asp 8/3/2004 ow Departinent o-l'Labor and lndustrj�, STATEMENT OF INTENT To Prevailing Wnge :,I PAY PREVAILING WAGES trrr (36(i)90-2 7-533 5 wage Public Works Contract .............. $25.00 Filing Fee Required •This Form must be typed or printed in ink. 1 jcot Nam Contract Y •Fill in all blanks or form will be returned for correction i.iee back). ow - - •Please allow a minimum of 10 woiking days for processing, j con,fa. Awardm,,, .ipnc�* nu,fzdaal or ................ (�A-PPR O,-V-E*,*D* r*'O-RAN-4\V I LL BE MA 11-ED TO T I I IS A[ . DRESS Add- ............ MW C.onn-actor.company oi agency name,ao.diess,citN-.�zmte&, 7111 i 4 ............. ....... ............ ........ ...................................................... .................. Awaiding A,,,-c,1,.v Viw,�,a k om4ct Pcrsor. Phone .............. (cum, hcTe 'ofl"will 0c, ("ir. =Im. york ,ill bc perwimcd ............. ............ aw 13--a'"'It latc :,I-d (m V., ............. ................... ..................... .... . ........... ................. 11rii-ne con(Taelur(has conn a with the pub]w a g0),cy) Conmactoi iwgistmtion No. 1 IX I 111,,Zld I')us'_ tof,i? Do you inicrid lo us app remit s"' Yt� No Craft/ti-ade and occupation (Do NOT Hit appreniices) kateof kwc"41lo-ad F'O I lialed no. I[ urlNr fllj, it ::c ivilt-lus of workers Ow ........... .................... ..................... ............... . .......... ............................................. .......................................................... 1AW .......... ..................... .............. ....... ...................................... .......... ....................................... ...... 11W Company nalne,address,city.smie,Z7J'i4 Indicate total dollar amount -act S of vour contract I ficTeby certify that the above irif6rination is correct and that all - workers I employ on this Public WoT ks Prqject will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department ol'Labor and Industries. ————-—---------------- ........... ............................................ Contractor Regis trat ion No. t T31 I itl• Signature .......... -------- Phone Dumber Email address Fort-&l Lae ......................... 4W ................. ................................................. f Check Nambtj Amount: For I'M Use 0111y B Issued y: ............. MTROVED: Departnient of Labor and Industries 00 40 By IndumTiat Statistician .................................. ............................ ............................... 1`700-029-000', statement of itactii in pay prevailing wages 2-02 to Awarding A=Ut,%�' Canary copy-L&'l ............. Department of Labor andindlISTriCS AFFIDAVIT OF WAGES PAID Preva i I i n g Wage (300)902-5334z Public Works Contract $25.00 Filing Fee Required •This form must be typed or 1)]-inted III ill'. •Fill in all blanks or fi min will be returned for correcti,"Al • Please allOW a�rnirilllUni of 10 working days, t67 processing:. —7- ...............------ -contractor,com.ipany N LWIC)ICY name.add-ess.cit"r.-,.tats«ZIP-4 Suitt Z:11 t ,nt, PI"ne 1i (Irk ,.1 ,formed . .............. _tor. wi;d1y) Prime con! lia s comma i 1 he m1b,w,U rt,'w1k orilmclof R44-!Ltra 1011 No Cra ft4ra(10occu patio n and appreli tlees it or gi%,, wi t hl Raw OF Rate of hourl, 4.u-nd(l.d,ifes of ofl VF)Jec .ild S'x�c 41 vade t.e,l Pa v fi-inPt-,benefits ............... ................. ....... .......... ................. .......... ............. ............ . ............ ............... ............ ................................. Company nanic, stale,Z1114-4 indicate total dollar aniourn of your Contract $ .....................................................T I hemby certify that the above information k correct and that all ,,vorkers I umplovej on this Public Works Project were paid no less thart the Prevailing IA'age Rate(s) as determined by the 0 Industrial Statistician of the Departmenr of Labor and Industries. ......................................... ....................... ............. Contraimoi Regisircition No. UH1 l.rn'nl y _ ............. .......... -.1-1-. .......................... ............................ 7v address Phone number M -C Es {heck Number:....................... Amount ................--............. 777-77777777sG L.�f'GWtr4si. i Issued fay:______.......................... ...................... ............... CEICHFIED: Department of 1.abor and Industries 00 A 4 -i By.................................. fi)dusarial Stausticiaii d ['700-007-060 affidavil of waues AI-Jer APPROVAL_..send wbjjt-e-(!P—vtO AYtArdl=-Sg4jrMy- anur.v cup).-LS I err CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: �r 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 dw Labor& Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: iw M aw W �r rrr 1 a_nNTNr\ L L ■V L L L L L AMENDMENT TO THE WSDOT/APWA STANDARD SPECIFICATIONS L L L L L L INTRODUCTION The following amendments shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. Each amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. HOT MIX ASPHALT NEW Section 5-04 is revised in its entirety to read: 5-04.1 Description This work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown i in the Plans. it HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing courses. HMA Class E is designated as a pavement base course. With the exception of HMA Class D, all mixtures are considered dense graded HMA. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 Aggregates 5-04.3(8)A2 Blending Sand 9-03.8(4) Mineral Filler 9-03.8(5) The contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler. fi> The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in the amount up to 20 percent of total aggregate weight in combination with new Amendment to the WSDOT/APWA Standard Specifications 1 aggregate in the production of HMA. The RAP may be from HMA removed under the contract, if any, or old HMA from an existing stockpile. Recycled materials shall not be used in HMA Class D. When aggregates or a source for the production of aggregates is provided by the Contracting Agency, the approximate percentage of asphalt binder required in the mixture for the particular class of pavement will be set forth in the special provisions. The percentage is based upon a midline gradation mix design for the source provided. The grade of asphalt binder shall be as required by the contract. Prior to the submittal of the mix design, the Contractor shall provide a written designation of the grade of PG asphalt binder to be used. The Contractor may propose the substitution of alternate grades of performance grade (PG) asphalt binder at no cost to the Contracting Agency. The proposal will be approved if the proposed alternate asphalt binder has an average 7-day maximum pavement design temperature that is equal to or higher than the specified asphalt binder and has a minimum pavement design temperature that is equal to or lower than the specified asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA contract items of the same class and originally specified grade of asphalt binder. Blending of asphalt binder from different sources is not permitted. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.3 Construction Requirements 5-04.3(1) HMA Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: k- 1. Equipment for Preparation of Asphalt Binder. Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment. An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at +pwr the mixer unit. The thermometer location shall be convenient and safe for access by inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge Amendment to the WSDOT/APWA Standard Specifications 2 P- chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3 Sampling and Testing of Mineral Materials. The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section1-05.6 for crushing and screening operation. The contractor shall provide sufficient space as required for the setup and operation of the field testing facilities of the Contracting Agency. e. 5-04.3(2) Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions include (or are forecast to include) during the workshift precipitation or an air temperature less than 45°F, the canvas cover shall be securely attached to protect the HMA. In order to.prevent the HMA mixture from adhering to the hauling equipment, truck beds are to be sprayed with an environmentally benign release agent. Excess release agent shall be drained prior to filling hauling equipment with l�rt HMA. Petroleum derivatives or other coating materials that contaminate or alter the characteristics of the HMA shall not be used. For hopper trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3) Hot Mix Asphalt Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally-heated vibratory screed or strike-off assembly and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The screed or strike-off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed or strike off assembly. Extensions without, augers, vibration and heated screeds shall not be used in the traveled way. When laying HMA, the paver shall be operated at a uniform forward speed consistent with the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. �r The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. Amendment to the WSDOVAPWA Standard Specifications 3 The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The paver shall be equipped with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed will be permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left-turn channelization. When specified in the contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the traveled way of each roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. w Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Project Engineer may suspend work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(4) Rollers Rollers shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Project Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results will not be used. Amendment to the WSDOT/APWA Standard Specifications 4 { 5-04.3(5) Conditioning of Existing Surface When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5-04.3(5)A Preparation of Existing Surfaces Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA mix and the surface of the patched area shall be leveled and compacted thoroughly. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots. A heavy application of tack coat will be applied to all joints. For roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. Unless otherwise approved by the Engineer, the tack coat shall be CSS-1, CSS-1 h, or STE-1 emulsified asphalt. The CSS-1 and 'CSS-1 h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(5)6 Preparation of Untreated Roadway When designated in the plans the existing roadway shall be prepared and the roadway primed as provided in Section 5-02.3(2)A, except that only one application of asphalt and one application of aggregate, which shall conform to aggregate for HMA Class B as listed in Section 5-04.3(8) or other granular w materials approved by the Engineer, will be required. All other provisions of Section 5-02 pertaining to bituminous surface treatment Class A shall apply, except as hereinafter modified. The prime coat shall be applied over the full length of the project, and HMA shall not be placed until the prime coat has cured for 5 days unless otherwise approved by the Engineer. Amendment to the WSDOT/APWA Standard Specifications 5 f Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, they shall be patched with HMA, as described in Section 5-04.3(5)A, in advance of placing the HMA. The Contractor shall maintain the completed prime coat by blading or brooming with equipment and procedures approved by the Engineer, until the HMA pavement is placed. After the maintenance, patching or repair work has been completed and i immediately prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt, dust, or other foreign matter. When the prime coat application is not specified in the Special Provisions or shown in the Plans, the Contractor shall prepare the untreated roadway as described above and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. The Contractor shall prepare untreated shoulders and traffic islands by blading and compacting to provide a sound base for paving and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. F: If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5-02.3(2)A at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section 5-02.3(2)A but shall be compensated for the item of work preparation of untreated roadway. 5-04.3(5)C Crack Sealing When the proposal includes a pay,item for crack sealing, all cracks and joints '/<-inch and greater in width shall be cleaned with a stiff-bristled broom and compressed air and then shall be filled completely with sand slurry. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent Portland cement, water (if required), and the remainder clean U.S. No. 4-0 paving sand. The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The r requirements of 1-06 will not apply to the Portland cement and paving sand used in the Sand Slurry. 5-04.3(5)D Soil Residual Herbicide Where shown in the Plans, the Contractor shall apply one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor's y Amendment to the WSDOT/APWA Standard Specifications 6 expense. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations. The material to be used shall be registered with the Washington State Department of Agriculture for use under pavement. Before use, the Contractor shall receive approval of the material to be used and the proposed rate of application, from the Engineer. The following information shall be included in the request for approval of the material: Brand name of the material, manufacturer, Environmental Protection Agency (EPA) registration number, material safety data sheet, and proposed rate of application. 5-04.3(5)E Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. The actual excavation depth may vary to a maximum depth of 1-foot maximum, depending upon where stable foundation material is encountered, as determined by the Engineer. The minimum width of any pavement repair area shall be 3 feet unless shown otherwise in the Plans. All pavement repair areas shall be sawcut before removal, or shall be removed by a pavement grinder approved by the Engineer. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A, and shall be applied to all edges of existing pavement in the pavement repair area. The Contractor shall excavate only within one lane at a time. The areas shall be excavated, backfilled, and compacted within the same day's working shift, in accordance with the details shown in the Plans and to the satisfaction of the Engineer. Excavated materials will become the property of the Contractor for disposal off the right of way. The Contractor shall conduct the excavation operations in a manner that will protect the pavement areas not designated to be removed. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. Placement of the HMA backfill shall be accomplished in lifts. Each lift shall not exceed 0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper or a roller as approved by the Engineer. HMA for pavement repair shall be HMA Class A, B, E, or F at the Contractor's option, unless otherwise specified in the contract. 5-04.3(6) Heating of Asphalt Binder The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating Amendment to the WSDOT/APWA Standard Specifications 7 F method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. 5-04.3(7) Preparation of Aggregates The aggregates shall be stockpiled according to the requirements of Section 3- 02. Sufficient storage space shall be provided for each size of aggregate. The aggregates shall be removed from stockpile(s) in a manner to ensure a to minimum of segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until t" they have been delivered to the HMA plant. 5-04.3(7)A Mix Design The Contractor shall obtain representative samples from mineral aggregate r stockpiles, and blend sand sources to be used for HMA production and submit them for development of a mix design. Sample submittal shall include asphalt binder grade and sources, production mix gradation and combining ratios of „ mineral aggregate stockpiles and blend sand that will be used in production. This will be the basis for the mix design and job mix formula. The Contractor shall allow 20 calendar days for this approval and design once the aforementioned information and material has been received. Additional time may be required if the proportions will not make an adequate design as determined by the Engineer, or if the Contractor requests more than one asphalt binder source approval. The Contractor is also advised that production ` of the HMA shall not commence until the job mix formula has been established. Adjustments to the job mix formula may be made per Basis of Acceptance. The Contractor shall obtain the Engineer's approval prior to changing the source of asphalt binder during the production of HMA. Blending of different asphalt binder grades sources will not be permitted. 5-04.3(8) Mixing After the required amounts of mineral materials and asphalt binder have been introduced into the mixer the HMA shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the maximum temperature recommended by the asphalt binder manufacturer. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the daily operation but in no event shall the HMA be held for more than Ir 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage z Amendment to the WSDOT/APWA Standard Specifications 8 �Ir facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture P P 9 9 1. General. Acceptance of HMA shall be as provided under statistical evaluation, nonstatistical evaluation or commercial evaluation. Determination of statistical evaluation, nonstatistical evaluation or commercial evaluation shall be based on proposal quantities and shall consider the total of all bid items involving HMA of a specific class. Dense graded mixes (HMA Classes A, B, E, F, and G)will be evaluated for quality of gradation and asphalt binder content. Open graded mixes (HMA pavement Class D) will be evaluated for quality of gradation only, based on samples taken from the cold feed. fir► Nonstatistical Evaluation will be used for HMA. Statistical Evaluation procedures will apply only to contracts that specify statistical evaluation in the contract Special Provisions. Statistical Evaluation will be administered under the provisions of Section 5-04.5(1) for Quality Assurance Price Adjustments and evaluation of quality. Commercial Evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Project Engineer. The contractor shall select a class of HMA appropriate for the required use. The Project Engineer will determine anti-strip requirements for the HMA. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 2 Aggregates. A. General Requirements. Aggregates for HMA shall be manufactured from ledge rock, talus, or gravel in accordance with Section 3-01. The material from which they are made shall meet the following test r requirements: Los Angeles Wear, 500 Revs 30% max Degradation Factor, Wearing Course 30 min Degradation Factor, Other Courses 20 min It shall be uniform in quality, substantially free from wood, roots, bark, extraneous materials, and adherent coatings. The presence of a thin, firmly adhering film of weathered rock will not be considered as Amendment to the WSDOT/APWA Standard Specifications 9 coating unless it exists on more than 50% of the surface area of any size between consecutive laboratory sieves. Aggregate removed from deposits contaminated with various types of wood waste shall be washed, processed, selected or otherwise treated to remove sufficient wood waste so that oven—dried material retained on a U.S. No. 4 sieve shall not contain more than 0.1% by weight of material with a specific gravity less than 1.0. B. Test Requirements. Aggregate for HMA shall meet the following test ilw requirements: Class of HMA A B D E F G Fracture, by weight (See Note) 1 2 3 4 4 2 Sand Equivalent Min. 45 45 --- 45 35 45 + ► 1The fracture requirements are at least one fractured face on 90 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent to of the total sample. 2The fracture requirements are at least one fractured face on 75 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 3The fracture requirements are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S. No. 8 and above, if that sieve retains more than 5 percent of the total sample. 4The fracture requirements are at least one fractured face on 50 4 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent io of the total sample. When material is being produced and stockpiled for use on a specific contract or for a future contract, the fracture and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the requirements for fracture and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. The properties of the aggregate in a preliminary mix design for HMA shall be such that, when it is combined within the limits set forth in Proportions of Materials and mixed in the laboratory with the designated grade of asphalt binder, HMA mixtures with the following test values can be produced: Amendment to the WSDOT/APWA Standard Specifications 10 Class of HMA A B D E F G Stabilometer Value Min. 37 35 --- 35 35 35 Cohesiometer Value Min.100 100 --- 100 50 100 Percent Air Voids 2-4.5 2-4.5 --- 2-4.5 2-4.5 2-4.5 Modified Lottman Stripping Test Pass Pass Pass Pass Pass Pass C. Gradation. The materials of which HMA is composed shall be of such sizes, gradings, and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed in the table which follows. t The percentages of aggregate refers to completed dry mix, and includes mineral filler when used. x Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 11/4 square --- --- 100 --- --- 1 square --- --- 90-100 --- --- 3/4 square 100 --- --- 100 --- 5/8 square --- --- 67-86 --- --- 1/2 square 90-100 100 60-80 80-100 100 3/8 square 75-90 97-100 --- --- 97-100 U.S. No. 4 46-66 30-50 34-56 38-70 50-78 U.S. No. 8 --- 5-15 --- --- --- U.S. No. 10 30-42 --- 25-40 30-50 32-53 U.S. No. 40 11-24 --- 10-23 --- 11-24 U.S. No. 200 3.0-7.0 2.0-5.0 2.0-9.0 2.0-8.0 3.0-7.0 5-04.(8)B Basis of Acceptance 1. HMA will be accepted based on its conformance to the project job mix formula (JMF). For the determination of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combining ratios and the average gradation of the completed mix. Based on this submittal from the Contractor, the Engineer will determine the asphalt binder content, anti-strip requirement, and ignition furnace correction factor in the mix design process. Using the representative samples submitted and proposed proportion of each, trial mix tests will be run to determine the percentage of asphalt binder, by weight, to be added. The JMF thus established shall be changed only upon order of the Engineer. The intermingling of HMA mixtures produced from more than one JMF is prohibited. Each strip of HMA pavement placed during a working shift shall conform to a single job mix formula established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Amendment to the WSDOVAPWA Standard Specifications 11 it No HMA shall be produced for use on the project until the amount of asphalt binder and anti-strip additive to be added has been established. 2. Job Mix Formula—Statistical Acceptance The average gradation of the completed HMA mix submitted by the Contractor in the mix design proposal, as required in Gradation and the resulting Mix Design Recommendations, shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF. �s lllr 3. Job Mix Formula Tolerances and Adjustments A. Tolerances — Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in 5-04.3(8)C except the tolerance limits for sieves designated as 100% passing will be 99-100. Aggregate passing 1", 3/401, Broad band specification 5/8", 1/2", and 3/8" sieves limits Section 5-04.3(8)C Proportions of Materials Aggregate passing No. 4 sieve ± 6% Aggregate passing No. 10 sieve t 5% Aggregate passing No. 40 sieve ±4% Aggregate passing No. 200 sieve t 2.0% Asphalt cement t 0.5% For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Proportions of Materials. B. Tolerances— Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for gradation and the design mix asphalt binder content plus or minus 0.7 percent. C. Adjustments 1. Aggregates. Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the Amendment to the WSDOT/APWA Standard Specifications 12 ; No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and/or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 2. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No 4 field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will be made without the approval of the Materials Engineer. D. Commercial HMA Acceptance. The contractor shall submit a certification that the mix design submitted meets the requirements of Proportions of Materials. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti-strip requirements for the HMA. 4. Hot Mix Asphalt Mixture A. Sampling 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. 2. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF), placed and represented by randomly selected samples tested for acceptance. All of the test results obtained from the acceptance samples shall be evaluated collectively and shall constitute a lot. Only one lot per JMF will be expected to occur. The JMF (Job Mix Formula) is defined in Basis of Acceptance. The Contractor may request a change in the JMF. If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of available tests and a new lot will begin. The quantity represented by each sample will constitute a sublot. Sampling and testing for statistical evaluation shall be performed on a random basis at the frequency of one sample per sublot, with a Amendment to the WSDOT/APWA Standard Specifications 13 minimum of five sublots per class of HMA. Sublot size shall be determined to the nearest 100 tons to provide not less than five uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. Sampling and testing for nonstatistical evaluation shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of HMA under nonstatistical evaluation, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Individual acceptance sample test results (gradation and asphalt binder content) may be challenged by the Contractor. A written challenge of the test results by the Contractor shall be received by the Project Engineer within five working days after receipt of the specific test results. A split of the original acceptance sample shall be sent, for testing, to the Region Materials Lab or to State Materials Lab as err determined by the Engineer. The challenged sample will not be tested with the same equipment or by the same tester that ran the original acceptance sample. The challenge sample will be tested for a complete gradation analysis and asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation No. 4 sieve and larger ±4 percent No. 6 sieve to No. 80 sieve t2 percent No. 100 and No. 200 sieve t0.4 percent err Asphalt binder% t0.3 percent If the deviation of the challenge sample is within each parameter r established, the acceptance sample will be used to determine to composite pay factor and the cost of testing will be deducted from any monies due or that may come due the Contractor under the contract, at the rate of$250 per test. If the deviation of the challenge sample is outside of any one parameter established, the challenge sample will be used to determine the composite pay factor and the cost of testing will be the Contracting Agency's responsibility. Amendment to the WSDOT/APWA Standard Specifications 14 D. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T 308. �6 Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO T 27&T11. E. Reject Mixture 1. Rejection by Contractor. The Contractor may, prior to sampling, llrNi elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may, without sampling, reject any batch, load, or section of roadway that appears defective in gradation or asphalt binder content. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance �r specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. However, if the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency and the HMA will be compensated at a CPF of 0.75. If rejection occurs ' after placement and the CPF is greater than 0.75, compensation for the rejected HMA will be at the calculated CPF with an addition of 25 percent of the unit contract price added for placement and removal costs. 3. A Partial Sublot. In addition to the preceding random acceptance sampling and testing, the Engineer may also isolate from a + normal sublot any material that is suspected of being defective in gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be evaluated for price adjustment in accordance { with the statistical evaluation section. This material will be considered a separate lot. 4. An Entire Sublot. If an entire sublot is rejected in accordance with Section 1-06.2, four additional random samples from this sublot will be obtained and the sublot evaluated as an independent lot Amendment to the WSDOT/APWA Standard Specifications 15 with the original test result included as a fifth test with the new independent lot instead of with the original lot. 5. A Lot in Progress. The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that specification material can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PR for any constituent or the CPF of a lot in progress is less than 0.75. 6. An Entire Lot. An entire lot with a CPF of less than 0.75 will be 40 rejected. The designated percentage reduction as defined in Section 1-06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 percent. 5-04.3(9) Spreading and Finishing The HMA shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the HMA mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: HMA Class E 0.35 foot HMA Class A and B 0.35 foot when used for Base Course HMA Class A, B, and F 0.25 foot HMA Class G 0.10 foot HMA Class D 0.08 foot On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material t produced for each JMF, shall be placed by separate spreading and compacting equipment. 5-04.3(10) Compaction 5-04.3(10)A General Immediately after the HMA mixture has been spread, struck off, and surface irregularities adjusted, it shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, Amendment to the WSDOT/APWA Standard Specifications 16 objectionable marks, or irregularities and in conformance with the line, grade, and cross-section shown in the Plans or as established by the Engineer. If necessary, the mix design may be altered to achieve desired results. Compaction shall take place when the HMA is in the proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt binder, or is in any way defective, shall be removed and replaced at no additional cost with fresh HMA which shall be immediately compacted to conform with the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided specification densities are attained. An exception shall be that the pneumatic tired roller shall be used between October 1 and April 1. Coverage's with a vibratory or steel wheel roller may precede pneumatic tired rolling. When HMA Class D is being constructed, the use of pneumatic rollers will not be required. Vibratory rollers shall not be operated in the vibratory mode when the internal temperature of the HMA is less than 175°F without permission of the Engineer. In no case shall a vibratory roller be operated in a vibratory mode when checking or cracking of the mat occurs at a greater temperature. Vibratory rollers in the vibratory mode are also prohibited on bridge decks. 5-04.3(10)6 Control ' HMA Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than .75 when evaluated in accordance with Section 1-06.2(1), using a minimum of 91.0 percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by the statistical evaluation of five nuclear density gauge tests taken in accordance with WAQTC FOP TM 8 and WSDOT SOP T 729 on the day the HMA is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or 400 tons, whichever is less. The final lot for each day of paving may be increased to 600 tons. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed within one working day. Acceptance of pavement compaction will be based on the statistical evaluation and CPF so determined. �w► Amendment to the WSDOT/APWA Standard Specifications 17 For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or rejection, cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after paving. The cost for the coring expenses when the core results indicate the specified level of relative density within a lot has not been achieved, will be deducted from any monies due or that may become due the Contractor under the contract at the rate of$125 per core. ? At the start of paving, the Contractor must demonstrate to the Engineer that the r HMA is compactable by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be ,r considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge t correlation factor is known, and until the HMA is considered compactable. When construction of the test section(s) has demonstrated that the HMA is not compactable, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which ' may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the HMA is compactable. If the Contractor does not construct test section(s), the HMA is considered irr compactable and all HMA placed will be evaluated according to Section 5- 04.3(10)B. HMA Class A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA Class D and preleveling HMA shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original wr sample location. A minimum of 5 randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with the statistical evaluation section, considering it as a separate lot. r 5-04.3(11) Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course Amendment to the WSDOT/APWA Standard Specifications 18 must be discontinued for such a length of time that the HMA will cool below compaction temperature. When the work is resumed, the previously compacted HMA shall be cut back to produce a slightly beveled edge for the full thickness of the course. Where a scheduled transverse joint or when an unscheduled joint that must be f left in place after a workshift is being made in the wearing course, strips of heavy wrapping paper shall be used. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. When the transverse joint will be open to 106 traffic a temporary wedge of HMA shall be constructed 50H:1V or flatter. 1, The material that is cut away shall be wasted and new HMA shall be laid against the fresh cut. Rollers or tamping irons shall be used to seal the joint. The longitudinal joint in any one course shall be offset from the course jy immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the traveled way. Except, on one-lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot-lap joint is constructed. If a hot-lap joint is allowed, two paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct longitudinal joints between the HMA and the cement concrete pavement. The joint shall be sawed to the dimensions shown on Standard Plan A-1 and filled with joint sealant meeting the requirements of Section 9- 04.2. 5-04.3(12) Vacant 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than [1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a rr high place in the HMA, the pavement surface shall be corrected by one of the following methods: Amendment to the WSDOT/APWA Standard Specifications 19 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Project Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the rr HMA and deviations resulting from a high place where corrective action, in the opinion of the Project Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Project Engineer shall deduct from io monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. �w When Portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the plan grade minus the specified plan depth of Portland cement concrete pavement. Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Project Engineer. �r When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the roadway shall be paved before the utility W appurtenances are adjusted to the finished grade. `x 5-04.3(14) Planing Bituminous Pavement err The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface. Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The planings shall become the property of the Contractor and shall be removed from the right-of-way. The planings may be utilized as RAP, within the requirements of Section 5-04.2 or 9-03.21. The Contractor shall dispose of all other debris resulting from the planing operation in a Contractor-provided site off the right-of-way. For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment. The controls shall be r capable of sensing the proper grade from an outside reference line, or a mat- referencing device. The automatic controls shall also be capable of maintaining the desired transverse slope. The transverse slope controller shall be capable of maintaining the mandrel at the desired slope (expressed as a percentage)within plus or minus 0.1 percent. Amendment to the WSDOT/APWA Standard Specifications 20 s 5-04.3(15) HMA Road Approach HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Project Engineer. The work shall be performed in im accordance with Section 5-04. t 5-04.3(16) Weather Limitations HMA for wearing course shall not be placed on any traveled way between October 1 of any year and April 1 of the following year without written approval from the Project Engineer. 65 Asphalt for prime coat shall not be applied when the ground temperature is lower than 50°F, without written permission of the Engineer. HMA Class D shall not be placed when the air temperature is less than 60°F. HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: Surface Temperature Limitations Compacted Thickness Sub-Surface (Feet) Surface Course Courses io Less than 0.10 55 F 55 F 0.10 to 0.20 45 F 35 F 0.21 to 0.35 35 F 35 F More than 0.35 DNA 25 F* 'Only on dry subgrade, not frozen and when air temperature is rising. 5-04.3(17) Paving Under Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep on-ramps and off-ramps open to traffic at all times except when paving the ramp or paving across the ramp. During such time, and provided that there has been an advance warning to the public, the ramp may be closed for the minimum time required to place and compact the HMA. In hot weather, the Project Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. iw Before closing a ramp, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. Ramps shall not be closed on consecutive interchanges at the same time. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. Amendment to the WSDOVAPWA Standard Specifications 21 : j E, All costs in connection with performing the work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit contract prices for the various bid items involved in the contract. 5-04.3(18) Vacant 5-04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS-1 or CSS-1 h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5-02.3(3). Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. lilr 5-04.3(20) Anti-Stripping Additive i When directed by the Engineer, an anti-stripping additive shall be added to the HMA material in accordance with Section 9-02.4. 5-04.3(21) Asphalt Binder Revision When the Contracting Agency provides a source of aggregate, the expected percentage content of new asphalt binder in the resulting HMA will be identified in the contract documents. Should the actual percentage of new asphalt binder required by the job mix formula for HMA produced with Agency-provided aggregate vary by more than plus or minus 0.3 percent from the amount shown in the documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice cost to the Contractor. No adjustment will be made when the Contractor elects not to use a Contracting Agency-provided source, or when no source is made available by the Contracting Agency.[Added for PG binders] 5-04.4 Measurement HMA Cl. PG _ or HMA for _ Cl. _ PG _ or Commercial HMA will be measured_by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(8)A, the material removed will not be measured. Preparation of Untreated Roadway will be measured by the mile once along the centerline of the main line roadway. No additional measurement will be made for k Amendment to the WSDOT/APWA Standard Specifications 22 Ww ramps, auxiliary lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01 mile. No specific unit of measure will apply to the force account item of Crack Sealing. Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01 mile or by the square yard, whichever is designated in the proposal. Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface marked prior to excavation. Asphalt for Prime Coat will be measured by the ton in accordance with Section 1- 09.2. �r Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the proposal. Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with Section 1-09.2. r Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing Bituminous Pavement will be measured by the square yard. Temporary Pavement Marking will be measured by the linear foot as provided in Section 8-23.4. Removing Temporary Pavement Marking will be measured by the linear foot as iw provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. rr No specific unit of measure will apply to the calculated item of Anti-Stripping Additive. iW No specific unit of measure will apply to the calculated item of Job Mix Compliance Price Adjustment. No specific unit of measure will apply to the calculated item of Compaction Price Adjustment. 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "HMA Cl. PG ", per ton. 4 "HMA for Approach Cl. _PG_", per ton. "HMA for Preleveling Cl. _PG_", per ton. "HMA for Pavement Repair Cl. _PG_", per ton. "Commercial HMA", per ton. Amendment to the WSDOT/APWA Standard Specifications 23 kw The unit contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. PG _", "HMA for Preleveling Cl. PG _", "HMA for Pavement Repair Cl. PG ", and "Commercial HMA" shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this sub-section and which is are included in the proposal. "Preparation of Untreated Roadway", per mile. The unit contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all work described under Section 5-04.3(5)B, with the exception, however, that all costs involved in patching the roadway prior to placement of HMA shall be included in the unit contract price per ton for "HMA Cl. PG " which was used for patching. If the proposal does not include a bid item for "Preparation of Untreated Roadway", the roadway shall be prepared as specified, but the work shall be included in the contract prices of the other items of work. All costs for asphalt tack coat shall be included in the unit contract price per ton of the HMA. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Soil Residual Herbicide ft. Wide," per mile, or "Soil Residual Herbicide", per square yard. The unit contract price per mile or per square yard for"Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5-04.3(5)D. � "Pavement Repair Excavation Incl. Haul", per square yard. The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the work described in Section 5-04.3(5)E. "Asphalt for Prime Coat", per ton. The unit contract price per ton for"Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(5)B. "Prime Coat Aggregate", per cubic yard, or per ton. The unit contract price per cubic yard or per ton for"Prime Coat Agg." shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. "Asphalt for Fog Seal", per ton. r The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. If there is no bid item and a fog seal is required, it 6 Amendment to the WSDOT/APWA Standard Specifications 24 shall be applied and the work shall be included in the unit contract prices of the other work items. "Longitudinal Joint Seal", per linear foot. The unit contract price per linear foot for "Longitudinal Joint Seal' shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(11). "Planing Bituminous Pavement", per square yard. The unit contract price per square yard for "Planing Bituminous Pavement' shall be full payment for all costs incurred to perform the work described in Section 5-04.3(14). i; "Temporary Pavement Marking", per linear foot. Payment for"Temporary Pavement Marking" is described in Section 8-23.5. "Removing Temporary Pavement Marking", per linear foot. Payment for"Removing Temporary Pavement Marking" is described in Section 8-23.5. "Water", per M gallon. Payment for"Water" is described in Section 2-07.5. "Anti-Stripping Additive", by calculation. "Anti-Stripping Additive" will be paid for in accordance with Section 1-09.6 except that no overhead, profit or other costs shall be allowed. Payment shall to be made only for the invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the quantity of anti-stripping additive used. For the purpose of providing a common proposal for all bidders, the Contracting i Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Job Mix Compliance Price Adjustment," b calculation. P 1 Y "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.5(1)A. "Compaction Price Adjustment," by calculation. "Compaction Price Adjustment' will be calculated and paid for as described in Section 5-04.5(1)B. 5-04.5(1) Quality Assurance Price Adjustments All HMA will be subject to price adjustments for Quality of HMA and Quality of HMA Compaction based on the Acceptance Plans in effect for each class of HMA within the contract. For the purpose of providing a common proposal for all bidders, the Contracting Agency has estimated a calculated amount for all price adjustment items and has entered these amounts in the proposal to become a part of the total bid by the Contractor. `o L Amendment to the WSDOT/APWA Standard Specifications 25 5-04.5(1)A Price Adjustments for Quality of HMA Statistical analysis of quality of gradation and asphalt binder content will be determined based on Section 1-06.2 using the following price adjustment factors: ry Table of Price Adjustment Factors Constituent Factor "f' All aggregate passing 1, 3/4, 5/8, 1/2, and 3/8 sieves 2 All aggregate passing No. 4 sieve 6 All aggregate passing No. 10 sieve 10 All aggregate passing No. 40 sieve 6 rr All aggregate passing No. 200 sieve 20 Asphalt cement 52 Factors for Open Graded Mix Constituent Factor "f' All aggregate passing 1/2 sieve 10 All aggregate passing 3/8 sieve 15 All aggregate passing No. 4 sieve 40 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Note: Open graded mix shall be evaluated for gradation only. The quality incentive multiplier for open-graded mix shall be r e 40 percent rather than 60. I If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 1. Statistical Evaluation. For each lot of HMA produced under Statistical Evaluation, a Job Mix Compliance Incentive Factor (JMCIF) will be determined. The JMCIF equals the algebraic difference between the CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the JMCIF, the quantity of HMA in the lot in tons, and the unit contract price per ton of HMA. 2. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further statistical evaluation. When one or more constituents fall outside the job mix formula, the lot shall be evaluated to determine the appropriate CPF. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. L Amendment to the WSDOT/APWA Standard Specifications 26 6 For each lot of HMA produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the difference between the CPF and unity with regard to sign multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of HMA. 3. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside tolerances, the lot shall be evaluated to determine the appropriate CPF. The tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 5-04.5(1)6 Price Adjustments for Quality HMA Compaction For each compaction control lot, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the difference between the Composite Pay Factor and unity with regard to sign multiplied by 40 percent. The Compaction Compliance Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit contract price per ton of HMA. r yky: y. Amendment to the WSDOT/APWA Standard Specifications 27 t .r wr rr. 40 m o SPECIAL PROVISIONS 1w m ow rrr r aw DIVISION I ow AW 1-01 DEFINITIONS AND TERMS 1-01.1 General 11W Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, r Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of god • "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from ar historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative who is a currently licensed registered engineer In the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. • Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of SPECIAL DIVISION 1 trr binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points pro Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.6 Preparation of Proposal The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1) is a new section. 1-02.6(1) Proprietary Information Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(Valuable) formula, designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or SPECIAL DIVISION 1 2 I„ State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. r„ 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by +w the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. "W If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting err Agency's post-award information and evaluation activities. err SPECIAL DIVISION 1 3 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: 1-04.3 Contractor-Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the r SPECIAL DIVISION 1 4 rii Aw project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not list appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. NO 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes IM Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 10 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum. or The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor IM supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or r reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. .. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work IM performed by the Contractor's surveyor In establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 4W If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at rwr SPECIAL DIVISION 1 5 Ow the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the Improvement or be included in the bid 40 item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. Section 1-05.4(3) is a new section: 1-05.4(3) Contractor Supplied Surveying When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for"Contractor Supplied Surveying." Section 1-05.4(4) is a new section: 1-05.4(4) Contractor Provided As-Built Information It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractors responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the SPECIAL DIVISION 1 6 'll Aw contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. �r 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or y„� replacement. If Contractor does not remove such condemned work and materials and commence re- execution of the work within 7 calendar days of notice from Engineer, Owner may correct the +++� same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented by adding the following: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from go the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed and rwr replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the aw Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or A, liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. '~ 1-05.11(3) Operational Testing Section 1-05.11(3) is supplemented as follows: rr SPECIAL DIVISION 1 7 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a ,t�1 minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton (water, sewer, transportation) 5. Soos Creek Water District 6. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. Section 1-05.18 is a new section: 1-05.18 Contractor's Daily Diary Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future Mi installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. SPECIAL DIVISION 1 8 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the VW nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page Im numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. VV Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this to Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. r .Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. aw Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1)...Samples and Tests for Acceptance aw Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples ,. by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance +wr Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used 4W by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: +wr r SPECIAL DIVISION 1 9 4W Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be a reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. to 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: so The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and 46 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., including City of Renton electrical permits, shall be the 06 responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. The Contractor is responsible for coordinating inspections of the electrical systems with the City of Renton Electrical Inspector. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. Section 1-07.11(11) is new: ail 1-07.11(11) City of Renton Affidavit of Compliance Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together SPECIAL DIVISION 1 10 or with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is +W inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this .r Special Provision. 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: ar During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. to No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer, the contractor shall be able to w overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented as follows: 40 Temporary water pollution control work shall also consist of placing filter fabric over storm drainage structures during construction and cleaning the fabric periodically, catch basin inserts, straw bales, plastic sheeting, and other items as directed by Engineer. These and +w other temporary water pollution/erosion control measures shall be performed on an as-needed basis, when so directed by Engineer. The lump sum contract price "Temporary Water Pollution Control," L.S." shall be full compensation for all work and materials required to provide temporary water pollution control. 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. or The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, aw detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over MW private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall 40 schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the 40 structures thus removed in as good a condition as found. He shall also repair all wr SPECIAL DIVISION 1 11 existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to at their original condition. Prior to excavation on ar -,asement or private right-of-way, the contractor shall strip top soil from the trench ol construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area MA shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and Mill backfill, on easements or rights-of- way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from ,j dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting w Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre- ' existing or caused by others. Restoration of excavation in City streets shall be done In + accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 4th floor, Renton City Hall, 1055 South Grady Way. so 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their , SPECIAL DIVISION 1 12 aw location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the ,w Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. r Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed rr in conjunction with the contract work. In addition, the work shall consist of coordinating specifically with PSE, Potelco, Pilchuck, Qwest and Boeing Utilities for demolition, inspection, electrical connections and other items as necessary to complete the project as shown in the Plans and as described in the Standard Specifications, and these special „w provisions. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. +rr If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. The following telephone numbers of utility companies are supplied for the Contractors ,w convenience: Puget Sound Energy (Power) (425) 456-2298 John Campion Pilchuck Contractors, Inc. (253) 261-4723 Matt Miller Potelco (360) 340-7419 Bart Wojszczyk wr SPECIAL DIVISION 1 13 +wr Qwest (206) 345-3488 Ken Kobes Boeing Utilities (425) 237-1520 Don Branesky ► Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. go Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: "Utility Potholing," Force Account 46 "Resolution of Utility Conflicts," Force Account Section 1-07.17(1) is a new section: 1-07.17(1) Interruption of Services Whenever In the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and it Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18 Public Liability and Property Damage Insurance 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work to SPECIAL DIVISION 1 14 00 a. commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herin will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. we 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this a" contract. All coverage provided by the Contractor shall be in a form and underwritten by a to company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may to also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the ow date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. r Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The �r Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). +w • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury• Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles w► . Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries rr Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. • SPECIAL DIVISION 1 15 E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. mil F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the # contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ' Products/Completed $2,000,000 *' Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) "Amount may vary based on project risk Automobile Liability Bodily Injury/Property $1,000,000 Damage (Each Accident) Workers' Compensation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries 40 Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed $1,000,000 Operations Aggregate SPECIAL DIVISION 1 16 err Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim up Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect go for up to two (2) years after completion of the protect. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the "" CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. " 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate KW Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. w For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's w broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: o. Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations no that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The nw contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. w SPECIAL DIVISION 1 17 ow Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. 14 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. i► Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. y Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents, including half-size plan sets. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. "M After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+ copies) err SPECIAL DIVISION 1 18 ., 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) List of materials fabricated or manufactured off the project 4 Material sources on the project or 4 Names of principal suppliers 4 Detailed equipment list, Including "Rental Rate Blue Book" hourly costs (both working and standby rates) w Weighted wage rates for all employee classifications anticipated to be used on Project -� Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) „w, 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: w Bonds and insurance Project meetings— schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities "" Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents *W Acceptance and approval of work Labor compliance, payrolls, certifications Safety regulations for Contractors' and Owner's employees and representatives w Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts r The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and w coordination. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: +W Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. .r Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work 'r"' that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. 00 Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment w The second paragraph of Section 1-08.2 is modified as follows: dw SPECIAL DIVISION 1 19 w 111 Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. �1r► 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. +Ir Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. SPECIAL DIVISION 1 20 aw The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1W 1-08.3(1) Weekly Meetings The Contractor shall attend weekly meetings throughout the length of the project to coordinate work with the City of Renton, other contractors, and the utility companies. go 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: ;r The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. wr A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor 4w Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. rw The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared .w unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged '• as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file ow a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial aw Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: 40 Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all ow equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. aw aw SPECIAL DIVISION 1 21 1w All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date go fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: as In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any as provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.10 Termination of Contract Section 1-08.11 is a new section: 1-08.11 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as iii► additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. +ir Section 1-08.12 is a new section: SPECIAL DIVISION 1 22 +�i .r 1-08.12 Attention to Work The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. rr 1-09 Measurement and Payment 1-09.1 Measurement of Quantities .r Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on aw the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The ,■, breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work +o changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments ow only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each o truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered r on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt go 6 Pay item number 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for 00 each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. do, Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload me delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. .r Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. VON +r SPECIAL DIVISION 1 23 1410 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the , project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street ie 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1- 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. vi Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section as of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet Incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: To provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Engineer. SPECIAL DIVISION 1 24 ulili 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of .� Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; 4W and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization," Lump Sum. wr 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. irr Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit " that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily ,aw to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. rr 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. �r 1-09.13(3)6 Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: +rr AW SPECIAL DIVISION 1 25 The findings and decision of the board of arbitrators shall be final and binding on the , parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: .r 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to ' the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect a traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. SPECIAL DIVISION 1 26 at If the Engineer requires-the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new Item or Items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are aw► not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be 4W covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address �wr the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to "w the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices, and shall only be necessary when working in perimeter road or other public roadways. Contractor shall not proceed with any construction until proper traffic control has been .�. provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the 4W duration of the contract. During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans +■► Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. aw, 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and No pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M .w diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs .�. Section 1-10.3(3) paragraph 1 is revised as follows: law SPECIAL DIVISION 1 27 1W All signs required by the approved traffic control plan(s) as well as any other appropriate riate signs prescribed by the Engineer, or required to conform with established standards, will be furnished by the Contractor. Section 1-10.3(3) paragraph 4 is revised as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone Section 1-10.3(6) is replaced with: The construction sometimes requires that traffic be maintained on a portion of the roadway during the progress of the work using one-way piloted traffic control. If this is the case, the Contractor's operation shall be confined to one-half the roadway, permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted traffic control is necessary, it shall be provided for as follows: Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. The following is a new section: 1-11 PROJECT RECORDS/AS-BUILT DRAWINGS As job progresses, contractor shall keep at project site, an accurately marked job set of ++ contract documents showing all changes and deviations from original drawings. These shall be available to engineer. (Note: Above requirements shall not be construed as authorization to make changes in work or layout without definite instructions in each case). Upon completion of project and before final payment, contractor shall forward to engineer two complete new sets of contract documents covering all work including his changes under this contract, showing all above information, changes and deviations from the original drawings. Costs to produce these drawings shall be considered incidental to and included in the other unit contract prices of this contract. SPECIAL DIVISION 1 28 .w r +r ww w r tw aw DIVISION II fm aw w w ow No ow ow w •r 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP �» 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's +rr► operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All wr landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. ow The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris aw Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. No 2-01.5 Payment Section 2-01.5 is supplemented as follows: .r All costs associated with "Clearing and Grubbing" described herein and shown in the Plans, including removing threes, shrubbery and other vegetation shall be considered incidental to and included I the various bid items of this contract and no additional compensation shall be made. o. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements go Section 2-02.3 is supplemented as follows: As necessary for the removal of structures and obstructions as shown in the Plans, asphalt rr concrete and cement concrete pavement shall be removed and replaced, in kind. Repairs shall be approved by the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs so Section 2-02.3(3) is revised and supplemented as follows: Item "1." Is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul "' broken-up pieces to some off-project site. The section is supplemented as follows: wr or SPECIAL DIVISION 2 lilt When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. Section 2-02.3(4) is new: 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs All transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter, and walkways shall be vertically sawcut full-depth with straight, uniform edges. , Existing asphalt pavement roadway edge may be cut with a wheel, provided the wheelcut is full depth and no damage occurs to the pavement which is to remain. Neither impact tools nor pavement breakers may be used for trench crossing of existing pavement. Trench crossing of existing pavement shall be vertically sawcut. rrr Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement to full depth, regardless of number of passes necessary. If, in the opinion of the Engineer, the cut Is not satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost to the Owner. 2-02.5 Payment Section 2-02.5 is supplemented by adding: The contract bid price per lump sum for "Removal of Structures and Obstructions" shall be for all removals and items of work not specifically mentioned in or included as a separate pay item. The contract bid prices above, including all incidental work such as pavement removal and repair, shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Specifications. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: , Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the SPECIAL DIVISION 2 2 „o placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. aw Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental r quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proofrolled to Identify any soft or loose to areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. to Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris we and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming VW saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. .r If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be to used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as ■r though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the .r requirements of Section 9-03.14 of the Standard Specifications shall be used. 2-03.3(1) Contaminated Soil Excavation Section 2-03.3(1) is new: r "Contaminated Soil Excavation” shall include the removal, loading and haul of all contaminated materials encountered during the parking lot reconstruction, per the direction of the Engineer and Boeing. Disposal costs will be covered by Boeing: A soil analysis of the contaminated material is provided in the appendix of these Special Provisions for the Contractor's information. ., Contaminated soil shall be hauled to: Alaska Reload and Recycling Facility (ARRF) 70 South Alaska Street Seattle, WA 98134 �r. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each .r SPECIAL DIVISION 2 3 iwr load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. Contaminated soil excavation shall be measured by the day, for each eight hours of excavation contributing to the removal of contaminated material from the parking lot as shown in the Plans and as directed by the Engineer and Boeing. Time spent with idling equipment while the contamination levels are being tested during excavation shall count towards the eight hours. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the Proposal: "Roadway Excavation Including Haul," Per Cubic Yard "Unsuitable Excavation Including Haul," Per Cubic Yard When the Engineer orders excavation beyond the grades shown on the plans due to unsuitable material payment will be in accordance with the item "Unsuitable Foundation Excavation Including Haul". The unit contract price per cubic yard for "Roadway Excavation Including Haul' shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per cubic yard for "Unsuitable Excavation Including Haul' shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. The unit contract price per day for "Contaminated Soil Excavation" shall be full pay for excavating, loading and hauling off the contaminated material in coordination with Boeing staff. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: SPECIAL DIVISION 2 4 aw This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: rr All costs for disposing of excavated material for structures within or external to the project limits shall be included in the lump sum contract price for PSE Vault Excavation. The third paragraph is replaced with: If the contract includes PSE Vault Excavation, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. r 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: +w Payment will be made for the following bid items when they are included in the proposal: "PSE Vault Excavation", per lump sum. .r Payment for reconstruction of surfacing and paving within the limits of PSE Vault Excavation will be at the applicable unit prices for the items involved. The lump sum contract price for "PSE Vault Excavation" shall be full pay for all labor, iW materials, tools, equipment and dewatering necessary to satisfactorily complete the excavation for all vaults included in the project as defined in the Plans, Standard Specifications and these Special Provisions, including but not limited to the furnishing and sr placing backfill and crushed rock, and other items. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined to by the Engineer, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. err VW up aw aw +r ar SPECIAL DIVISION 2 5 1W wr vw rrr ow Or err ow ON DIVISION V dw w wo ow .w to VW 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials AW Section 5-04.2 is supplemented by adding the following: Tack coat. ■. Tack coat shall be emulsified asphalt grade CCS-1 as specified in Section 9-02.1(6) Cationic Emulsified Asphalt of the Standard Specification and will be used at locations specified or as directed by the Engineer. All costs for tack coat shall be considered incidental to and included in the unit contract price for Asphalt Concrete Pavement (ACP). Paving Asphalt. The grade of paving asphalt shall be PG 64-22. �r The primary base of the performance graded asphalt PG 64-22 may be adjusted for an approved mix design. .. 5-04.3 Construction Requirements Section 5-04.3 and subsections are supplemented by adding the following: dw 5-04.3A Asphalt Concrete Pavement Class ACP Class B shall be placed to the compacted depths shown on the Plans as as leveling and wearing course. Asphalt over 2 inches in compacted depth shall be placed in equal lifts not to exceed 2 inches. Placement shall be in accordance with applicable Sections of 5-04 of the Standard Specifications, except that longitudinal joints between successive layers of ACP shall be displaced laterally a minimum of +r 12 inches. All asphalt concrete joints shall be sealed with asphalt cement PG64-22 per Section 9-02 Bituminous Materials of the Standard Specifications, or as directed by the Engineer. During placement, the composition of the mix shall be subject to adjustment of the 4W percentage of sand, filler and asphalt as directed by the Engineer. Incidental ACP Class B 40 "Incidental Asphalt Concrete Pavement Class B" shall consist of restoration and adjustment to paved areas, such as back of sidewalks, sidewalk ramps, asphalt trails, parking lots, drive approaches, pavement patching and other such uses as directed by the Engineer. Placing asphalt between the sawcut line and new curb "W and gutter, for new ACP walkways and for curb transition ramps shall be considered "Incidental Asphalt Concrete Pavement B". 5-04.3(8)A Acceptance Sampling and Testing Section 5-04.3(8)A is replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, +ur SPECIAL DIVISION 5&6 1 tiulr slopes, paths, trails, gores, and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. �rri 2. Aggregates. Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements of Section 9-03.8(2). 3. Asphalt Cement. Asphalt Cement will be accepted based on conformance to the requirements of Section 9-02.1(4). Testing of asphalt properties to assure certification shall be the responsibility of the contractor. If the vendor or grade of the asphalt cement changes, a new job mix formula (JMF) shall be evaluated and approved. 4. Asphalt Concrete Mixtures A. Sampling (1) A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. (2) When a sample from uncompacted mix is needed, the Contractor shall ensure that the samples can be obtained in accordance with WAQTC FOP for AASHTO T168. B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF). Only one lot per JMF is expected to occur. The JMF is defined in Section 9-03.8(6)A (Basis of Acceptance). The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Sampling and testing for nonstatistical acceptance shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. The rest of subsection C is deleted. D. Test Method. When sample testing of asphalt content is necessary, acceptance for compliance will use the WSDOT FOP for AASHTO Test Method T 308. When sample testing of gradation is necessary, acceptance testing for compliance of gradation will use the WSDOT FOP for AASHTO T 308. E. Reject Mixture (1) Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. (2) Rejection by Engineer Without Testing. The Engineer may, without sampling, reject any batch, load, or section of roadway that appears defective in gradation or asphalt content. Material rejected before placement shall not be incorporated into any pavement. Any rejected section of compacted pavement shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Representative samples to be removed for testing from compacted pavement shall be removed by coring. Acceptance of the so SPECIAL DIVISION 586 2 go initially rejected material will use the acceptance sampling and testing methods. If the material does not fall within the fob mix formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be borne .. by the Contractor. The rejected material must be removed and replaced with new material at no expense to the Contracting Agency. If the material falls within the job mix formula tolerances, the mix will be accepted for quality of mix but will remain subject to the compaction adjustment of Section 5-04.3(10) and all costs associated with sampling and testing will be borne by the Contracting Agency. 5-04.3(10)A General Section 5-04.03(10)A is supplemented by adding the following: The Contractor shall not use vibration when compacting on a street where A.C. Line (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify locations of A.C. lines.) to 5-04.3(10)B Control Section 5-04.3(10)B is replaced with: Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The specified level of + relative density shall be 92 percent of the reference maximum density. The reference maximum density shall be determined as that developed in the job mix formula (JMF). If the Contractor chooses, a moving average of the three most recent tests of maximum density may be determined through the use of WSDOT Test Method 715 by the Contractor at the Contractor's expense. The specified level of density attained will be determined by the average of three nuclear density gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the finish rolling) at locations determined by random within each density lot The Engineer will furnish a copy of the results of all acceptance testing performed in the field as soon as the results are available. Pavement compaction below 89 percent of the reference maximum r density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5-04.5(1)B. For compaction lots falling below a CPF of 1.00 and thus subject to price reduction to or rejection, cores may be used as an alternative to the nuclear density gauge tests. When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, the cost for coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the Contracting Agency. r At the start of paving, the Contractor must demonstrate to the Engineer that the mix is compactible by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation factor is known, and until the mix is considered compactable. When construction of the test section(s) has demon-strated that the mix is not compactable, paving must stop. To resume .r SPECIAL DIVISION 5&6 3 rr paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the mix is compactable. If the Contractor does not construct test section(s), the mix is considered compactable and all mix placed will be evaluated according to Section 5-04.3(10)B. Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. +rrr In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of three randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with this section, considering it as a separate sublot. Section 5-04.3(22) is new: 5-04.3(22) Permanent Pavement Patching Pavement patching shall be scheduled to accommodate the demands of traffic and shall be performed as rapidly as possible to provide maximum safety and convenience to public travel. Proper signs, barricades, lights, and other warning devices, per Contractor's approved Traffic Control Plan, and per Sections 1-07.23 and 1-10 of the Standard Specifications and Special Provisions, shall be maintained all 24 hours of the day until the patch is completed and ready for traffic. The placing and compaction of the trench backfill, and the preparation and compaction of the subgrade shall be in accordance with the requirements of the various applicable sections of the Standard Specifications, Special Provisions, and the detail in the Plans. Trenches must be patched or covered with a steel plate during all Contractor's non- working hours, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. Before the patch is constructed, all pavement cuts shall be trued so that the marginal lines of the patch will form a rectangle with reasonable straight edges and vertical faces. After the subgrade has been prepared, asphalt concrete pavement Class B shall be placed to a thickness as shown In the Plans. The edges of the existing asphalt pavement and castings shall be painted with hot asphalt cement or asphalt emulsion immediately before placing the asphalt patching material. The asphalt concrete pavement shall then be placed, leveled, and compacted to conform to all the adjacent paved surface. Immediately thereafter, all joints between the new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. The material for tacking the bottom and sides of patches for asphaltic concrete shall be CRS-2 cationic emulsified asphalt per Section 9-02.1(6) of the Standard Specifications. For sealing the edges after placing the asphaltic concrete patch, the Contractor shall use a light cutback, RC70 rapid curing liquid asphalt, and then sand the surface to prevent tracking. SPECIAL DIVISION 586 4 Wo If the pavement is to be overlayed after patching, the joints will not need to be painted with hot asphalt or asphalt emulsion after the patch is placed. go 5-04.5 Measurement and Payment Section 5-04.5 is supplemented by adding the following: +w "Incidental Asphalt Concrete Pavement Class B" shall be measured per ton in accordance with Section 1-04.2. Payment will be made for the following bid items: am "Incidental Asphalt Concrete Pavement Class B", per ton. The unit contract price for "Incidental Asphalt Concrete Pavement Class B", including all incidental work, shall be full compensation for all labor, materials, tools and equipment necessary to satisfactorily 10 complete the work as defined in the Standard Specifications and these special provisions. 5-04.5(1) Quality Assurance Price Adjustments so Section 5-04.5(1) Quality Assurance Price Adjustments is deleted. 5-04.5(1)A Price Adjustments for Quality of AC Mix to Section 5-04.5(1)A is replaced with the following: Nonstatistical Acceptance: Each lot of asphalt concrete pavement produced and having all constituents falling within the limits of the job mix formula shall be +�► accepted at the unit contract price. If the constituents of the mix fall outside the limits of the job mix formula, the mix shall not be accepted (see Section 5-04.3(8) Rejection of Mixture). 5-04.5(1)B Price Adjustments for Quality AC Compaction Section 5-04.5(1)B is replaced with: For each sublot a Compaction Pay Factor will be determined based on the relative density of the tests. The following table lists the Compaction Pay Factors and their associated relative density. Relative Density Compaction Pay Factor .r (average of three tests) >_92.0 1.00 91.5 0.99 91.0 0.95 90.5 0.91 90.0 0.85 89.5 0.80 wr 89.0 0.75 r r SPECIAL DIVISION 5&6 5 +trr r aw err err DIVISION VII 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised and supplemented as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. Underdrain pipe shall be smooth wall perforated PVC pipe in accordance with ASTM F758. The geotextile over-wrap fabric shall be a non-woven, needle-punched material and meet the following average roll values: Grab Tensile Strength 95 lbs. ASTM D 4632 Grab Tensile Elongation 50% ASTM D 4632 Puncture 45 lbs. ASTM D 3787 Trapezoidal Tear 40 lbs. ASTM D 4533 Mullen Burst 180 lbs. ASTM D 3786 +w Permittivity 0.50 sec ASTM D 4491 AOS 70 ASTM D 4751 Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation in Table 1 when tested in accordance with ASTM C 136. r TABLE 1. GRADATION OF POROUS BACKFILL Sieve Designation Percentage by Weight Passing Sieves ar. (Square Openings) Porous Material No. 2 1% inch 100 1 inch (225.0 mm) 90- 100 3/8 inch (9.5 mm) 25 -60 No. 4 (4.75 mm) 5 -40 No. 8 2.36 mm 0- 20 7-01.3 Construction Requirements Section 7-01.3 is revised and supplemented as follows: The second paragraph is revised as follows: PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and r thorough tamping of the bedding material under and around the pipe, but shall not be less err SPECIAL DIVISION 7 1 to than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches (100 mm). The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. The excavation shall not be carried below the required depth; when this is done, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material. The bed for the pipe shall be so shaped that at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated accurately to size to clear the bell so that the barrel supports the entire weight of the pipe. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the backfill to at least 12 inches (300 mm) over the top of the pipe. The sheathing or shoring shall be spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot (meter) for the pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the Engineer. Unless otherwise shown on the plans, a 4-inch (100 mm) bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight-fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes Sri or structures, the outlets shall be protected and constructed as shown on the plans. The mortar shall be of the desired consistency for making connections to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. A. Earth. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected material from excavation or borrow; material which is placed within a nominal pipe diameter distance at the sides of the pipe and 1 foot (30 cm) over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3-inch (75 mm) sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The SPECIAL DIVISION 7 2 +� material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Special care shall be taken in placing the backfill. Great care shall be used to obtain thorough compaction under the haunches and along the sides to the top of the pipe. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth under and around the pipe, and not exceeding 8 inches (200 mm) over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the Engineer, until the trench is completely filled and brought to the proper elevation. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. In embankments and for other areas outside of pavements, the backfill shall be compacted to the density required for embankments in unpaved areas under Item P- 152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas. B. Granular Material. When granular backfill is required, its placement in the trench and about the pipe shall be as shown on the plans. Special care shall be taken in placing the backfill. The granular backfill shall not contain a damaging amount of foreign matter, nor shall earth from the sides of the trench or from the windrow be allowed to filter into the backfill. When required by the Engineer, a template shall be used to properly place and keep separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth and compacted by hand and pneumatic tampers to the requirements as given for earth backfill. Backfilling shall be done in a manner to avoid injurious top or side pressure on the pipe. The granular backfill shall be made to the elevation of the trench, as shown on the plans. When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable as to determined by the Engineer, it shall be used in lieu of porous backfill No. 1. When porous backfill is to be placed in paved or adjacent areas prior to the completion of grading or subgrade operations, the backfill material shall be placed immediately after laying the pipe. The depth of this granular backfill shall be not less than 12 inches (300 mm), measured from the top of the underdrain. During subsequent construction operations, this minimum backfill of 12 inches (300 mm) of depth shall not be disturbed until such time as the underdrains are to be completed. When the underdrains are to be completed, the unsuitable material shall be removed until the porous backfill is exposed. That part of the porous backfill which contains objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any such unsuitable material shall be borne by the Contractor. Whenever a granular subbase blanket course is to be used under pavements which extends several feet beyond the edge of paving to the outside edge of the underdrain rrr trench, the granular backfill material over the underdrains shall be placed in the trench up to an elevation of 2 inches (50 mm) above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from SPECIAL DIVISION 7 3 rr the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material which remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the subbase material and the underdrain granular backfill material for the full width of the underdrain trench. When the Plans call for connections to existing or proposed pipe or structures, these connections shall be watertight, and made so that a smooth uniform flow line will be obtained throughout the drainage system. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the contract does not include "structure excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. The length of pipe to be paid for shall be the number of linear feet of pipe underdralns in place, completed, and approved; measured along the centerline of the pipe from end or Inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured go separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. Backfill materials and geotextlles shall not be measured separately for payment. 7-01.5 Payment Section 7-01.5 is supplemented as follows: "Underdrain" per linear foot. The unit contract price for"Underdrain" shall be full compensation for furnishing all materials, including, but not limited to geotextile and porous backfill, and for all labor, tools, and 4 equipment necessary to satisfactorily complete the work as defined in the Plans, Standard Specifications and these Special Provisions. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and Ii products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. SPECIAL DIVISION 7 4 to wr Ductile iron sewer pipe shall meet the requirements of ASTM A 746. Ductile iron pipe shall be Class 52 and shall meet the requirements in Section 9-05.13 of the Standard Specifications. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full compensation for all labor, materials, tools, and equipment necessary to complete the work including structural excavation, shoring, pipe bedding, backfill, compaction connecting to the existing catch basins, and all accessories. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to W and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. wr Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structures and Obstructions". No separate payment will be made. 7-05 MANHOLES, INLETS, AND CATCH BASINS +rfr 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. r. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. err In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical road way section, and be thoroughly compacted. r SPECIAL DIVISION 7 5 wir In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from 4 references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed IN rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement.Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. ++ Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded In the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, 16 and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall 46 be salvaged and all other surplus material disposed of. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: SPECIAL DIVISION 7 6 Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. �. 7-05.3(5) Vault Section 7-05.3(5) is new: As shown on the plans, a precast cement concrete vault, Utility Vault Co. 687-LA, or approved equal, with two twelve-inch electric two-way activated butterfly valves, one on each outlet pipe, shall be installed. 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes and vaults will be measured per each. 7-05.5 Payment �w Section 7-05.5 is supplemented as follows: "Catch Basin Type 1", per each. "Precast Cement Concrete Vault", per each. The unit contract price per each for the above items including all incidental work, shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work including structure excavation, pipe bedding, valves, select trench backfill (gravel borrow), compaction, and pavement repair as defined in the Standard Specifications and the Special Provisions, and restoration of adjacent areas in a manner acceptable to the Engineer, including the furnishing and placing of all accessories such as cast iron rings, trap, steps, frames, grates, and other items. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .r 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool .rr SPECIAL DIVISION 7 7 rr to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. IM 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying —General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such s damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure 'M that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings In the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. ,rr Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. ` 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: rig SPECIAL DIVISION 7 8 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject r to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos- 1W Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. Section 7-08.3(2)J is an added new section: err 7-08.3(2)J Placing PVC Pipe In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as ""� the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.5 Payment Section 7-08.5 is replaced with: All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. �r If this pay item is not in the contract, then it shall be incidental. 7-12 Valves For Water Mains Section 7-12 is supplemented with the following: 7-12.3(2) Adjusting Water Valve Box to Grade Water valve boxes shall be adjusted to the new pavement grade per the City of Renton Standard Drawing BR 36. 4W 4w SPECIAL DIVISION 7 9 1W 7-12.5 Payment +Ii1 "Adjust Water Valve Box to Grade", per each. The unit contract price for "Adjust Water Valve Box to Grade" shall be full compensation for of all labor, material, tools and equipment necessary to satisfactorily complete the work, and as defined in the Plans, Standard Specifications and these Special Provisions. 0 7-15 Service Connections Section 7-15 is supplemented with the following: 7-15.3(1) Adjusting Water Meter and Box to Grade Water meter boxes shall be adjusted to the new pavement grade per the City of Renton Standard Drawing BR 36. 0 7-15.5 Payment "Adjust Water Meter and Box to Grade", per each. 16 The unit contract price for "Adjust Water Valve Box to Grade" shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work, and as defined in the Plans, Standard Specifications and these Special Provisions. 7-17 Sewers Section 7-17 and subsections are new: wri 7-17.1 Description Work shall be In accordance with the Standard Specifications, the Plans, City of Renton Standard Drawings and the Special Provisions. 7-17.5 Payment Payment will be made for the following bid items: "Adjust Cleanout", per each. The unit contract price for "Adjust Cleanout" shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work, and as defined in the Plans, Standard Specifications and these Special Provisions, including excavation, all accessories, and the furnishing and placing of backfill compaction. "PVC Sanitary Sewer Pipe 6 Inch Diameter", per linear foot. The unit contract price per linear foot of sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, excavating and assembling in place the completed installation Including all wyes, tees, special fittings, joint materials, bedding and backfill material, testing and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. rw err r SPECIAL DIVISION 7 10 +Yfl +rn +r. .r +r wr DIVISION VIII •• 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.9 Description Section 8-20.1 has been revised by the following; 1. Disconnecting and removing wiring for existing lighting circuits from Sub C-1 and Sub C-2. 2. Disconnecting and removing light poles, fixtures and appurtenances as shown on the contract documents. 3. Disconnecting and removing the wiring from Sub C-1 to Bldg 820 as shown on the contract documents. 4. Disconnecting and removing the wiring from Bldg 820 to the Sewer Lift Station as shown on the contract documents 5. Installing a new service cabinet with service panel board and revenue meter socket at 710 West Perimeter Road and new associated primary service connections. 6. Installing new wiring and luminares to the poles indicated on the contract documents. 7. Installing a new revenue meter socket at Bldg 800 for the Sewer Lift Station and Bldg 820, and connecting them to the service transformer at Bldg 790 as shown on the contract documents. 8. Disconnect Gate V-3 from Pole C10/11 and reconnect it to Bldg 790 as shown on the contract documents. �.• 9. Installing new telephone primary lines, pedestals, and services. The contractor shall furnish and install all equipment, including all incidentals necessary ow to complete the work. 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light fixtures, mounting brackets and photocells. +rw 2. 600 volt wiring. 3. Panelboards and circuit breakers. 4. Conduit. 5. Disconnects. 6. Junction Boxes/Handholes 8-20.3(2) Excavating and Backfilling „p Section 8-20.3(2) has been supplemented by adding the following: Overlay: Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Longitudinal trenches or crossings, perpendicular to the roadway edge, shall be repaired either by sawcut and removal, or by grinding the top two (2") inches and paving two (2") inches with class "B" asphalt, per City of Renton Standard Plan #HR-23 (SP Page H032A) and as shown in the plans. At the discretion of the engineer, an overlay may be required over wide longitudinal trenches or crossings. If the trenching is down the middle of a single lane, then a lane-width overlay will be required per City of Renton Standard Plan #HR-05 (SP Page H032) as shown in the plans. The minimum length of overlay shall be six and one-half (6.5) feet or as shown in the plans. Pavement restoration associated with 'pot holing' shall be a minimum of two (2) feet around the excavation. rw SPECIAL DIVISION 8 1 The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the conditions such as the following: 1. Trenches need to be relocated in the field because of conflicts with existing utilities. 2. There has been additional damage to the existing asphalt surface due to the contractor's equipment. 3. The trench width was increased significantly or the existing pavement is 0 undermined. 4. There were significant problems that were discovered during construction. Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and the Traffic Operations Engineer. Trench backfill and resurfacing shall be as shown in the plans, unless modified by the ,0 Right-of-Way Use Permit. Surfacing depths shown in the plans are minimums and may be increased by the Engineer to meet traffic loadings or site conditions. Trench restoration shall be either by a patch or overlay method, as required and as to shown on the plans. All trench and pavement cuts which will not be overlaid shall be made by sawcuts. Sawcuts shall be a minimum of one foot (1') outside the trench width. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material except that the top four inches (4") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6') of any trench, backfill compaction shall be performed in 8 to 12-inch lifts. Any trench deeper than six feet (6') may be 0 compacted in 24 inch lifts, up to the top six foot (6') zone. All trenching and conduit placement must be approved by PSE/Potelco and Qwest prior to backfill. All compaction shall be performed by mechanical methods. The compaction tests shall be performed in four foot (4') vertical increments maximum. The test results shall be of given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. Temporary restoration of trenches for overnight use shall be accomplished by using MC vi mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. Asphalt Concrete Class B shall be placed to the compacted depth as required and as shown on the plans, or as directed by the Engineer. The grade of asphalt shall be PG a j 64-22. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. Tack coat shall be applied to the existing pavement at edge of sawcuts and shall be at emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. Asphalt Concrete Class B shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve (12) inches, unless 10 SPECIAL DIVISION 8 2 to +r otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum curb depth below four inches (4") for stormwater flow. The Engineer may require additional grinding to increase the curb depth available for stormwater flow in areas that are inadequate. Shimming and feathering as required by the Engineer shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. r Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt 4W and the work to be performed shall be as required and indicated on the plans. Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density 4W as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied AV to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. All joints shall be sealed using paving asphalt PG 64-22. When trenching within the roadway shoulder(s), the shoulder shall be restored to its original condition, or better. The final patch shall be completed as soon as possible and shall not exceed fourteen (14) days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fourteen (14) day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. Pavement Removal in Lieu of Grinding: The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified 2 inches of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. .r The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract plans or as directed by the engineer. The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be performed at the time of the initial backfilling of the trench unless directed otherwise by the engineer. Trenching for conduit runs shall be done in a neat manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been examined by the engineer. +�w SPECIAL DIVISION 8 3 rrr Backfill material used for fill around and over the conduit system shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit or as shown on the plans. Trench within the roadway area shall use select trench backfill which shall consist of irlrl 5/8th inch minus crushed surfacing top course or other material as indicated in the special provisions or schedule of prices and directed for use by the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the w' excavation subject to the Engineer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. All conduit shall be in place prior to placement of the base course of the final pavement w or overlay. Trench shall be wide enough to allow all of the necessary conduit (and bedding when necessary) to be properly installed. The minimum cover depth is 36 inches for primary power trenches and 24 inches for all secondary conduit. The contractor may be required to place a concrete cap on the conduits in areas where the minimum cover criteria cannot be met. The concrete cap shall be considered incidental and included in other unit contract prices in this construction. 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: arr The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8-20.3(2). When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4. Pull wires shall be installed by the Contractor in all conduit and on all cable trays. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 80 extra heavy wall p.v.c. conforming to ASTM standards shall be used sm unless otherwise noted. Rigid Galvanized Conduit conforming to ASTM standards shall be used when the conduit is to be placed in exposed areas subject to the physical damage. 16 All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SPECIAL DIVISION 8 4 +wr All conduit and conduit placement must be approved by PSE/Potelco and Qwest prior to trench backfill. The conduit runs shown on the Plans are schematic, however, they shall be followed as closely as site conditions will allow and may be revised, as directed by the Engineer, to allow for unforeseen obstructions. 8-20.3(6) Junction Boxes Section 8-20.3(6) is supplemented by adding the following: The contractor shall provide and install junction boxes, handholes, pull boxes, and cable vaults of the type and size at the locations specified in the plans and as per detail sheets, and per Section 9-29.2, herein. All junction boxes, handholes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box handhole. The junction box handhole shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box handhole frame and lid. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is revised and supplemented as follows: y" The fifth paragraph is deleted. The sixth paragraph is deleted. 4W The following is added: All street light standards, signal poles and other standards on which electrical ,w equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic 40 ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of prices." �.► 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted. The power service point shall be as noted on the plans and shall be verified by Puget Sound Energy. Connections to Puget Sound Energy power source shall be as shown on the plans. All connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy requirements. wr SPECIAL DIVISION 8 5 rr 8-20.3(13)C Luminaires Section 8-20.3(13)C is supplemented as follows: The luminares to be furnished and installed by the Contractor shall be in accordance with the contract documents. 8-20.4 Measurement Section 8-20.4 is supplemented as follows: Measurement for unit price items shall be as described in Section 8-20.5 or as described in the contract schedule of prices and/or special provisions. The length of wire shall be measured in linear feet of wire in place, completed and approved. The several sizes and types shall be measured separately. 8-20.5 Payment Section 8-20.5 is supplemented as follows: The unit prices for the items listed below shall be full compensation for furnishing and installing each item and for all labor, materials, tools, equipment and testing necessary and/or incidental for the full and complete installation as per the contract plans, detail sheets and these specifications. "Vehicle Roadway Trenching and Backfill", per linear foot. "Airside and Misc. Pavement Trenching and Backfill", per linear foot. "Non-Paved Area Trenching and Backfill", per linear foot. to The unit contract price for "Vehicle Roadway Trenching and Backfill', "Airside and Misc. Pavement Trenching and Backfill", and "Non-Paved Area Trenching and Backfill', per linear foot shall be full compensation for removals, excavating, loading, hauling and otherwise disposing of the waste materials, for bedding, backfilling, crushed surfacing top course, compacting backfill material to specified density, and providing and placing Asphalt Concrete Pavement Cl. B as shown in the Plans, Standard Specifications and Special Provisions, or as directed by the Engineer. "4" Schedule 80 conduit, P.V.C.," per linear foot. 40 "4" Rigid Galvanized Steel Conduit" per linear foot. The unit contract price for conduit shall include all conduit, pull wires, couplings, adapters, elbows, bends, reducers, bell ends, bushings, and any other material, labor or equipment necessary to complete the installation of the conduit, as shown in the Plans and as described in the Standard Specifications and Special Provisions. Measurement shall be by linear foot from end of conduit to end of conduit as measured from the top of grade along the middle of the trench line and adding a vertical measurement at the end of each conduit run equal to the design depth of the trench. No payment shall be made for conduit from the trench to the buildings, pedestals, or other connections or for additional conduit used by the contractor due to horizontal or vertical weaving of the conduit within the trench line. fir► "Service Panel, NEMA 3R", per each. The unit per each price for "Service Panel, NEMA 3R" shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of prices. "Handhole", per each. rr SPECIAL DIVISION 8 6 *W The unit contract price for "Handhole" shall fully compensate the Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 'w" Wire at the various sizes and types listed in the proposal, per linear foot. The unit contract price for wire shall fully compensate the Contractor for furnishing all so materials, for all installation of these materials for connection to the existing luminaries on the existing poles, and for materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. .o "50 A Circuit Breaker', per each. The unit contract price for "50 A Circuit Breaker" shall fully compensate the Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, go tools, and incidentals necessary to complete the item. "20 A Circuit Breaker", per each. as The unit contract price for "20 A Circuit Breaker' shall fully compensate the Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. VW "60 A Disconnect", per each. The unit contract price for "60 A Disconnect" shall fully compensate the Contractor for fm furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 4W "100 A Disconnect", per each. The unit contract price for "100 A Disconnect" shall fully compensate the Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. "Service Meter", per each. NW The unit contract price for "Service Meter" shall fully compensate the Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. "° "Photocell with Mounting Bracket", per each. The unit contract price for "Photocell with Mounting Bracket" shall fully compensate the ow Contractor for furnishing all materials, for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. "Electrical Connections and Grounding", per lump sum. to The unit contract price for"Electrical Connections and Grounding" shall fully compensate the Contractor for furnishing all materials, including but not limited to meter housings, connections, relocation of gate disconnect and all associated installations such as the "' galvanized steel channel support and connection hardware, and all other accessories and for all installation of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. ow 8-22 PAVEMENT MARKING go VW SPECIAL DIVISION 8 7 ow 8-22.1 Description sir The following item In Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk Irrl stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) 16 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane, two-way highways. 10 Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane, two-way highways and for to channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45- degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. All striping shall consist of replacing the existing striping removed as part of this contract. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. rrr SPECIAL DIVISION 8 8 «r Section 8-30 is a new section with new subsections: 8-30 PHONE CONDUIT IN BUILDINGS 40 8-30.1 Description The work shall consist of installing 4" Schedule 40 PVC pipe, pullwires, couplings, adapters, elbows, bends, pull boxes, and other incidental equipment, as defined on the plans and in these Special Provisions. 8-30.2 Materials Materials shall be 4" Schedule 40 PVC Conduit. irr 8-30.3 Construction Requirements The 4" Schedule 40 PVC pipe shall be installed using standard industry methods, the manufacturers' recommendations, and as directed by the Engineer. A pull box shall be " required for every 270 degrees of bend in the conduit run. Building 790 conduit shall roughly follow existing power service conduit. .rr Building 800 conduit shall run along south wall until it is in line with the phone connection location. The conduit can be mounted above the office space. «.w Installation shall not damage or disrupt any existing systems in the buildings. 8-30.4 Measurement Measurement shall be per linear foot of phone conduit in buildings installed and accepted by the Engineer. Measurement shall start at the outside face of the building and run to completion of conduit at the telephone demarcation point. No additional measurement and payment will be made for any materials, tools, labor, or equipment necessary to install the conduit. 8-30.5 Payment • "Phone Conduit in Buildings", per linear foot. The contract bid price above, including all incidental work, pull boxes, conduit bends, pull wires, couplings, adaptors, elbows, and other incidental equipment, shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Plans and these Special Provisions. MW Section 8-31 is a new section with new subsections: +r• 8-31 BOLLARDS 8-31.1 Description .r The work shall consist of installing bollards around the new vaults. 8-31.3 Construction Requirements The bollards shall be placed and provided as shown in the Plans. wr 8-31.4 Measurement Measurement shall be per lump sum for all bollards installed and accepted by the Engineer. va 4W rr� SPECIAL DIVISION 8 9 8-31.5 Payment "Install Bollards", per lump sum. The contract bid price above, including all incidental work, shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Plans and these Special Provisions. Section 8-32 is a new section with new subsections: 8-32 GAS LINE TRENCHING 1r 8-32.1 Description The work shall consist of trenching, backfill, bedding and all removals associated with the installation of the gas line. 8-32.3 Construction Requirements The gas line trenching, backfill and bedding shall be provided as shown in the Plans, and as described in Section 8-20.3 of these Special Provisions. 8-32.4 Measurement ,rrir Measurement shall be per linear foot for all trenching for gas line installation. 8-32.5 Payment "Gas Line Trenching", per linear foot. The trenching for the gas line shall be approved by PSE/Pilchuck and the Engineer. The unit contract price for"Gas Line Trenching", per linear foot, shall be full compensation for excavating, loading, hauling and otherwise disposing of the waste materials, for bedding, backfilling, and compacting backfill material to specified density, and providing and placing +w Asphalt Concrete Pavement Cl. B., as shown in the Plans, Standard Specifications and Special Provisions or as directed by PSE/Pilchuck and the Engineer. r Section 8-33 is a new section with new subsections: 8-33 GAS SERVICE CONNECTIONS 8-33.1 Description The work shall consist of connecting the existing gas piping in Buildings 790,800, and 820 to 1r the new PSE gas service meters. 8-33.3 Construction Requirements ,;, The gas service connection shall be completed such that new PSE gas meter will be connecting to the existing gas line in each building, meeting all applicable code requirements. It is anticipated that the gas meters installed by Pilchuck will be as follows: 790 Building: Residential Meter with 1" connection 800 and 820 Building: AL-1000 meter with 1.5" connection. SPECIAL DIVISION 8 10 1x11 8-33.4 Measurement Measurement shall be per each for each gas service connection to the building. .. 8-33.5 Payment "Gas Service Connection", per each. „ The unit contract price for"Gas Service Connection", per each, shall be full compensation for excavating, connections, materials, coordination with PSE/Pilchuck, and other incidentals as required to provide a complete and operational gas service connection to each building, as shown in the Plans, Standard Specifications, and Special Provisions, or as directed by PSE/Pilchuck and the Engineer. .�w wr r .r +gin aw.r rr w 00 on w SPECIAL DIVISION 8 11 4W +r r +rr aw vo wr ar DIVISION IX 40 so N. to of rrr Section 9-00(A) is a new section: 9-00(A) Recycled Materials (RC) �+* The Owner encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the Owner requires that a ww Recycled Product Reporting Form be completed by the Contractor. 9-03 AGGREGATES 6r 9-03.8(6)A Basis of Acceptance (RC) Section 9-03.8(6)A is replaced with: .r 1. Asphalt Concrete will be accepted based on its conformance to the project job mix formula (JMF). No material for payment may be produced for use on a project until the job mix formula has been approved by the engineer. The mixture shall be designed to meet the test criteria listed in Section 9- 4W 03.8(2) and remain within the limits set forth in 9-03.8(6). The determination of the job mix formula shall be the responsibility of the Contractor. .r The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete pavement placed during a working shift shall conform to a single job mix formula established �,. for the class of asphalt concrete specified unless there is a need to make an adjustment to the JMF. The JMF shall be submitted in writing by the Contractor to the Engineer at ow least 10 days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size. wr b. Percent of asphalt cement,_ c. Asphalt grade. d. Mixing temperature. e. Compaction temperature. „■ f. Anti-strip agent content. The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources of materials be made, a new JMF must be approved by the Engineer before the new material is used. 2. Job Mix Formula Tolerances a. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: rr Constituent of Tolerance Limits Mixture The tolerance limit for each mix constituent shall not exceed the broad aw band specification limits specified in Section 9-03.8(6), except the tolerance limits for sieves ow designated as 100% passing will be 99-100. 4W up w SPECIAL DIVISION 9 Aggregate Broad band specification limits passing „ 1;;, Section 9-03.8(6). /4„ 5/8", 1/2 , and 3/8, sieves Aggregate passing 1/4" sieve ± 6% Aggregate passing No. 10 sieve ± 5% go Aggregate passing No. 40 sieve ± 4% Aggregate passing No. 200 sieve ±2% Note1 Asphalt cement ±0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate IN gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), as 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type Il. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: SPECIAL DIVISION 9 2 "W Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 orAWWA C302 except test pressure shall be 5 psi. No 9-06 STRUCTURAL STEEL AND RELATED MATERIALS w. 9-06.5(4) Anchor Bolts Section 9-06.5(4) has been supplemented by adding: ■r All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: +.w 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans 4W and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of wr steel as per Section 9-06.5(4). r 9-08 PAINTS Section 9-08.8 is a new section and subsections- 9-08.8 Manhole Coating System Products 9-08.8(1) Coating System Specification The following coating system specifications shall be used for coating (sealing) interior concrete (including the channel) surfaces of sanitary sewer manholes when required. r Coating System Specification A. General 1. Buried Manhole 2. Surface Color Paint System Buried, and White C-1 exposed concrete surfaces. 9-08.8(2)Coating Systems A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane SPECIAL DIVISION 9 3 Surfaces: Concrete Surface In accordance with Preparation: SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in any case System 6.0 mils dry film Thickness: Coatings: Primer: One coat of Wasser MC-Conseal ` high solids urethane (2.0 DFT) Finish: Two or more coats of g► Wasser MC-Conseal (min. 4.0 DFT) 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit (RC) Section 9-29.1 is supplemented by adding the following: The conduit P.V.C. - non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in all installations under areas subject to vehicular or aircraft traffic and direct buried installations. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards, to be installed in concrete ductbanks. 3. Rigid Galvanized Steel conduit conforming to ASTM Standards, to be installed when exposed to physical damage. 9-29.2 Junction Boxes (RC) Section 9-29.2 is supplemented with: Junction boxes (handholes) shall be 233-LA (H20 rated) manufactured by Utility Vault, or approved equal, reinforced concrete with galvanized steel from anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. The inscriptions on the covers of the junction boxes shall be as follows: 1. Power only"Electric" 2. Telephone only"Telephone" Inscriptions on junction boxes performing the same function, i.e. power, or telephone shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets. The above inscriptions shall not be higher than the top surface of the cover plates. wir SPECIAL DIVISION 9 4 Wo 9-29.3 Conductors, Cable Section 9-29.3 is revised and supplemented as follows: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 9-29.9 Ballast, Transformers Section 9-29.9 is supplemented by adding the following: The Ballast shall be pre-wired to the lamp socket and terminal board. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper. The cabinet shall 1W be rated NEMA 3R and fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9-29.24(1) Painting Section 9-29.24(1) is replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8-20.3(12). 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: rr The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Complete provisions for 36 breaker poles 4. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 5. Meter base sections per PSE standards. w ow r SPECIAL DIVISION 9 5 AW ow rr rr aw 4m so rr to STANDARD PLANS o. 10 ow 0 u m Ln Ld \fr U u z 0 2 \ Li u z CN :< 4 ■ xj §\ 0 oo 0 T- 2 q§ �§ ID m L.Li + :m < L) z z 0 ow u Z + M 0 Ln U aw 0 LLJ a. Ln W® u M to 0 LLJ C) z ILI-j L�j \% z < th 0 L, U V) (If z D 0 V) 0 —x LJ 0 z 0 Lf)LJ > 0> Lri ow LLJ 0 V) 0 r Lf) < L� —i z 0 u 0 LLJ F-- L) u Z W W ac U) < z V) to 0 < CD FY L, 0 z LLJ z �-: U z < OV) < — U LLI L, < Lf) Ir V) E5 < V) C)< LLJ LLJ -J law 0 n- LLJ -i�- 0- > !� Ln U cn LLJ Ld fr D < < u a_ lu << u < X z ®0 LL) C) 0 m Z Lj LLJ L� Lji Cf)LLJ 0 < <= Lf) 0- C) 04 CL 3: ::D U) LLJ t U) C) z \3 < C, z - // 0 V) \\\ M D< z C-) L, LL) LLJ X ><M_I -, <M _j � <Of 0 ta- E LLJ LLI Z w Lj LLJ U LAJ < > 0> of C) U -i LLJ <0 z a- > LL)LL) L'i moo s D- V) fO Z 80 31V0 101d b0 ZO 90 Mjr 4103 LSfl z cO a h � I � W o m a U o O U d0 0� to o pU .q UU '-W Z r z ¢U Z 0 0 z N W F J w� rn Z Q d p N H ~ w W 2 Y1 too H OO i- 3 I- < w a ^ or�i C ry h� oF- wU a F z a w �8 omQ a W U 2 W ti O G N It 3D 2 as= o 2 2 CL Z¢ O = 6 � OU � O Z z x _ I , U z 55 0 W ye ° w CJ D N v W U O ' z J r 0 le- (N.) W d- � 0 Z � o W '�- W N N W W W I- OZ U U a W Q 2 Vn Q U O W Z W U. Wd 4 > p 2 W G �YYYY 22 adala o z �� 3 O D O O cg, > U y G 4 D ^] Z > Q 2 Q �W Wa W� p 8 W V) O O C2,: O a 3 a 3 W W U 2 a ° oa a0 kJ' o a Ccz,3 N J U Q aa m YYYYY z aCL CL H0 U) a Z V W W' O v, J J L�L/J Q U J Q Q U Q LL v LU \/ W Q U W W p /'��� o o W j /\ z p 0 Z U Q U o W y o g g o o W z m a o o w Z' d 3 Z Q W O O QZ Z W Z W W (n Q z (n p W Z _] = W W N O Q KC �V Y? 54'w 2 ��2 OJm 2Q 2a4 d t= Z z z a w w9 °z�a O O U p �Zoz x5 0_o a fox �J� �¢ Q�do Z _ _ Q QQQQ mm UUU O WWW WWW UO -H d Z Z H H J ~ (n z Z O f- O O -i G D leve— J z Z w= =wa U w 0 0 ~ LLJ U > Z J cf) G_ Z Z LLJ W O O W < Q > W W O O U U U W W p p U W J LLJ oO� z9 Yo 3 w CWW i oax O QGQQQ mm UUU O WWW �i CiW C+U z2z V O LO t7j V W � N r7 c0 I� 00 Cn � N � d- to S U U U U U U U W W W W W N z V CL �.L ~ Q _ a � x MAY)rave CL < a ►- J O Z Q a U NPo W� Uj o z C J / n o z w z Q - U U O 30NVN 'dIHSNM01 'N011035 r by 6 Cllr u r 'moo Y� Nuevo amono wawr wMMOrr wr ro tomwr ONWAO loomw 1oommo nomma UNNO !Od —9SSL£' 999i.f OZ =„L n-;Igary d.-Pan. uawon .-Id 3WVN 3113 9NWV8G •,z„r �,„„� ON 1031'O?Jd :31VOS vroorogpadgr N019NIHSVM N01 N28 Doer-rve(vat) w NVId 53111 ian &3MOd (INV 3NOHd3l31 ► 21ddVG•NO NOISIA32 X321 A9 31V0 � U ZLBB-IZOBB vop8vrrtsa,M 'par{�og N SWA4Jnd VMA aavoyr 09CC 40 ZO 80 -31VG 101d 40 eo 90 am 15V1 NO1S213l1N0D 7b'0I2I1O373103!'O2Id S3I111I1(l NO?Jdb' �, o�° .-•fd Aa 03n08ddV war AG NMVaO IL10d&/V lVdIOINM NO1N32I JAM .s MSG A8 03NO3HO WVl -AH C3NOIS30 PJ 133HS 33S 3N1 7HO1 V kV 39.1 FV W __. z _ _ - x ca �a � Q 1 k pa-0 W a w m O W w m z J J W W O t� I T3 W`NQ cx IV 1-8n o x I Z m ER W 1'L 4.20 I z z o� Imo° w 1_MH I Q < f Q. v - \ O / C M A ¢ VN o o oc �u S M _ W R a Li PI V/ L. cj I �O .. ^ �. I U 1 ♦ I 'B.__I Cv E 'f{ f�11- t r� p OT 2 0' o -- (o I Y Fl f3 Q t v 1 SS ._ c -) - P I c \ t o IW I W(\/ z F i- 5 03 \ 41 Co 6"C m PRD I I C9 l� ” SM__ e c QD ° -�? -1 \ a sty I a s w o I j , Z 8 TOP 2 -- — aT13 I 1 ate- o ;z ?a o .7,3 1 INV Z `j 1 o I > OP 17.6' zo j a¢ 3OT 2.43 Dirt �, � I FLAP 4V 1 ' 72 �� �z w° ° za 1 o �,,, I I I_. 16.21 ( U O 2~ Win ¢ O w� m F 01. 15.62 I _ I - w o� a 00 I I RI -__--_ W� Q WMH 18.90 r ° J RIM. FM11 1 c —- - o� �w z a °� I INV »_ %° 96 1 �} - Q m W W I INV U[ 16. 6 , .C' Mo(-I, z �. - - --- -- o� N< ka° o Zo WIV 1 716%1 �> a U O K -- �> wo zQO i mo QUf 1 S6 , T N 1� o° Zo ova i L� /' I ' V=j� 4� or- N� O OW Li I 1 Ln c.. Z iW Qw Ra me a zm n Ul �U 4.5. > 4 1 _ M f z s 8 z C( _ ._... .-_ ..�.__.__-__ _-.. ._5 ..__ __.... - _m-. _ -.-_..__ J W W 2 O O Win W Ili lj L r. Z ui 1 1 r N li '.h to t0 I i 1 ct3 I - {" TOP 18"15 I INV W 16.15 I - - - -- - 801 16.47 ° Ibsc_ur•e I I L2 w o r z"ouw,zw Z) RIM 19. ?~ vw O waf I 'F-H Z m I timWW 4 W 2o2JW� .�- uj I I �C�Lu 18.60 J° w � mQOa .. W�WNO U / (:E3 IN W 17.2() �7 V �?aoa w 8'o't awoz B0 16.80 n °zW i^ 2J WNF=0�2 I 2. •-TL -5 V 6a�_oZZw --- — 1� - - ro 6 00° o �wZ o°� 2W t'n0 wma�W4.0 ( xQQQn oQ ctZ;i Oz U»>4i 20 4 J�UO I �) I T - 1 .98 1. I T L'> I IN E: 17.78 I 1 W 5.�,i7 n w w r[-n-i I I I I NE1E3AR �C P0 .48 E 14.9I 7 C 836A , w a w 2. W a w 36 7 I I E1297885. 27 1> I II - I Q ( a O O NZ ^U c+U O Z ITI I I I Z Q Z b W Q 2 W - i mm N 12 Lo Z w z W m w a ct -- _Z �° R0 s �II SU EANG m Z �¢ �W No �ti Z ON o m r- z mo w9- Z ma F C, �u tY0 zw as o vz_i °zw I I II II I _ Fptl ° Z X w a h X W w W O O X Q W W Win >CL W Q a U U W a I o O O O (D O i i i i I P*i -i-� rmurYYr uasN I tZOHdZO-V3S-&m :waa S 3ll1V3S :801)10 lmmp w err YI`mt `Illl o vmmrl fit! "now iwrri lawww o %MONO smor ten/ ft� lummo rme loommri row •nrWA 7 Odd-9SSl£' 9991£' OZ =„1 saoi'amm ssawxa n-wga�y ad.�.paR. aroLLaunB .aiwopgg.ar fd 3WVN 3113 ONIMVJO ON 103('ONd 37ViS moo•ogryWgr NOIONIHSVM N01 N38 808►-i98(984) �\. t r 008Y-i88(98i) races W r1 un-FZ09B -IN-gsay •11eglag' NVId 53unun d3MOd QNd 3NOHd3131 21ddVG,NO NOISIA38 38 AS 31VO dv-4JUd VUjA 97u0n 096E r 40 l0 80 :31 V0 107d ti0 ZO BO 110315V7 NOIS�13/1N00 7b'012l10373103!'021d S3111711(1 J NO�tdd %��M .S p� ,.,yd ;,1e G3noaddv war 'As NMVaG 1NOdblb'7b'd10IN(1W NOlN32J MSG AB 03NO3HO wV7 AS 03N0IS30 90 133HS 33S 3Nl�HJl dW 1. p < _ Y C) U _. 1 LEI __ _u m F9 ass fi I { 18,9 CB I z = Q Q -18 0 o m m Fs _-. .- - INV N 14.6 ____��_ ._ 111 : CB--I INV_..W 1 z ? ? N ° _- TOP -� `B(7T --r-4:4.4 6 -- - i ^� 8.69 _1u RIM - INV 16.09 Aircr af t 3 .9 -- 1:x.19 Far king Fl-. 2.3 9 '-Z : - - INV N 15.19 ° U M H BOl 141. 9 W A/V l%MM11 a Z N ` _ -- - - - LL. S_MH -- - Air cra L1 6) Ft_ 10.37 t Parkin °' ?0•.I - cn ARAN ? 9 �) ,�,, ? n vObscured Grass - _ vt r - W -1 ------------Q,�EL_ VLTt 7 I -- W�•Q¢ 1 CL 0 2 N __ ODU U 1 ay2 .. - ¢� -. j f?FBAR & CA r DWI �[.// W� ! N184518.4?6 -1297744.22 1 00� 6 1 CGrass '003 ul _.-- t INV N 1 F 1 WMH L)b c.u P4 Yp M \ Ei 1 TIt��S, 1LLV 18 74 WV BO 1 .1 F 91 RIM �19 E c s r � � - -T F = x t - _�r J C I s. ... . I I I I I II w.MH _ SI�MH G ..g � t S, RIM 1 � F�IM 27.6?_ 1 wMl I ;, __L ,���( I_I Fl t ._i.1. i =. . -- . 9--`- - �,a t HIM 19.6 --- W V (: Wt 13.62 1( F� Vl t Ic SDF t'avr'd l�3 13 )v ^`61� - -- .._ -F III 1��e� - rI 1 INV W 16 .30c� 8 1 INV 1 WL 16 0 = -- Wt- L5�a 8 BOT 1, 0 tL_ _._ _ - i �3OT 14.7( XA �c 7ro I \SUMFc{- - �. z 1?t -- ��' zS21 S E tII/ / / / / / / / / I = _ - WL x r CIE.; I .. 04 0 _ _ o L -� 4 � . CD 0 I r:J SMf I } SSMf i _____....__ IM RIM 1 18.9? 12.V2 m s.: GAS FL. 11.95 o W�Z W¢a p y_ _ WO ME' IRS CH I _ -r- -- -- I ° y Q �° TOF' 8.92" ,G gZ z ~^ o W 18.0� I�7 Q TRAP 71 I �o UZI a k - ------ ? ¢ a m <-s W I C1 BO-I 5.1�� L_. 1_ .l_.-_J I _o °� �� om x m z ram. Womb u I c3 m� k,:7j o : W } T3F 18.53 irI I- �` z m Ud W 17.08 � - I �� � W a o � s / v 16.63 14.83 _ > 0o z¢o z o �o cn 1-- I I- o 0 m A;t : Q cn � _-I - UW Li �, s MEI C_ I I-.. F_ _ Na o • ,: 2a n p -- - __ 4f2 �W OF�W Qty = ti U__-()4..i-` i _ _ 2 O U O Q lWil 2 a W U1 Rim 19.00 I I I Q W �UW W U W v1 W O U 8--- U WU QtiZ lx0 o �\f� CE3 I z 5 2��- of 17.9 .;;'; �'.. �rO�p ._-.-rr._..__. I ° I -,W W p¢Z W¢ X X V U -02 - -_ ___ o W ❑ 15. 7o TOP 18.57 I c� a 4.67 WL J6,17 I -- - 0 t_... BOl' Co SD COo- - - -11= 1'2"C -- -- - 8 80I Q N� M ----- - ------- ----- ---- -- -- ----- 1- 1I2. 0 _ y 12"�- r` I - �SMFi SDMH (_H �. I I C z W 11 a 8"AREA 08-01" MMBM--O iOP 0.711 , DRA1N RIM 19 19 1"OP 19.3 INV TOP 19.07 F 1 1 I L 12.99 WL 16.00 0� E3OT 6­1 BOT 14.7 -. _ L . . "� Z W o - W - �._ A I I o° m CB 1 p n L o FOP .5- s INV I o U, W INV 4.5 o I - m W W 1 4.5 o U s2.v- I °z a a N OT ¢ t CB--I I I W W z z U) ° - I �v N -1' - INV W 15.77 x oI k £'3 133HS 33S 3NnHJ1 b'W �$� 173173rwr -sll ld0HlZG-V3S-dHM .wad S 37L1V3S :80!{/0 WYI� �11�11 ILA �� 1� ammow wm� 1NNOW 1NWANM mmowmmw momm Uwaw MONO "now ammew rANOW aws" £'0 d-9991£' 9991£' ,OZ =„! saL'lLlYt S3M d%3 •I�•arv�+r M •�• ��•�s ••L••m�s ••••w•Ia 3WVN 3113 ONIMVaG ON 103road J7VOS gig NOIONIHSVM NOIN38 soar-ISe(sari �� `' LO ZZOO-IZO96 -1sumspA 'asooB NVId 53anun 83MOd (INV 3NOHd3l31 addVO,NO NOISHA32 Aid A8 31VG U AB•JIlgd NIUA 07UOYF 096E 4o Zo Eo :31V0 Told 6o do q_o uio 1SVI NOlSZf3/1NOJ iHoI2l1o373 !o3!'OZId S311/711n NO2�db' %.��� .�o� —axe O3AO&ddV "Jr :A8 WV2iG -L&Od&IV lVdIDINnW NOIN38 MSG -AS O3NO3HO YVVI A8 G3NOIS3O r / _ 1f CB e G O 18.4 /cc N TOP 18.3 �� ., I V w 16.1 cQ ! W INV E 16.2 7�/A OT 1J� �ry J B0T 15.3 Al - --- ----- - - 1 Conc i r-H Dirt TOP 2 .3 INV E 6.0 o BO I' 1 .J j - -- - �O 3 W O ° C� -/'i Q Q _..____ _ _ - 1. rOP 2 . 30. / B-I_ z Z INV W 15.1 TOP 1 /.40 INV E 15. ! / INV E: 15.90 1J BC)_r 14.7 / INV �E 15.4 Q W INV ° c� 0J / INV Nw14 84 o W BOT 1:3.40 rl U Q. s z -.for -a b C nB N 4 F'V( 6 WM . OP- 18 5 1�- - -- Conc / -- C) C)! r � ) rO Fj 17.7 �.____ INV W_ _I SUMH- 96 / RIM 2 3C) _._ __. �-A Wl_ 1,5 20 BOI 11.20 C) Uir t o _ C7 SUMI1-- 6 > -- -- --- ° _ z RIM 24 -)o Wl_ 13.2 BOT 11. 0 ----- -X, 2 QJ I C-B �W --- PRD-. QQ r a v L,(.7 SW 2W XO m - m c� ----- Hf- W a W Q O W U Q UQ �� WC G R1 uj 1 � I o WV wM z o�j X W W - 0 CB`II 48 Q W° v w N W -�- Sc Mti - TOP --'- oZ w°sj? W� - - 1 PUM4J f Wr 1 .10 Z r. z 30 Q �� °�< = W < BO 'D T FU_ EL. F UMP 13.5 V. ` ����MF1 -- ry cD_ = / C:E3--I _ V ° MH W Ws D - -- - I T0F' 18 x 1 SJ - __ _ 18,4 ° °N I INV S_15 4-'- V, � F1 M P 27.t� 1 I BOr 14.4 1.t3 ` 1 .5 18,5 [Q1185 W W IN W 1 i 8 1 ,-H f aved - - - -- -- - - e ry U j MI-1 f IN F 2_5 _ BOT 18.6 Z / - .. . ( TOF 118.0 ` [.7b cure B„�7VC ❑b5c ur(=d z W Woo _ r - -� INV.- -� 6 --- -- - - - --- ---- P: z z W N i _. _ W NV E 1.1. 4. v �zo NV N f J - - 3C1� -- _.. �- --- - Aircr•ar z zWZ 1 P �k°o z 0 0 O �J 133HS 33S 3Nl3HJ1 V kY - 1l3773r{W "jasO I IZOHZZO—V3S—dHM :—;SAS 3IIIV3S [aOY/G YrrWrr W� �� � ��/ �� �� �s � �w �r r.r�r �rrr>•r �� �� r� �! 11rrr rr jo —977-12 999tL i0(i �n� 9WZ'aw :suwa g.gig.ay.da..p,.7. —L.smg. u..s,sus .,, Wd :3WVN 311-1 9NIMV80 'ON 1031'ONd -'31VOS —..Uj..dgr NOlDNIHSVM NOIN38 �tlNO)SS BOBM i98(9Zfl ?�" OOBi-i9E(98i) addVO, o u6g-Taoo —7surgsey gragpo8 NV-Id Ai an SbJ NOIS03a 7A31 8 1V0 6auxrad WITIA 07UON 09EG NOIS&3ANOO ivpi �103i3-1031'0gd S31117an O NO�Idd �i �� ro aD ao 3ivD iold ti0 ZO 8o 1103 15V1 TIM •S AS 03A08ddV yHo -A8 WV80 180d&IV 7ddl0lN PV NOIN3ZI MSO A8 03NO3H0 Va0 WVl AB 03NDIS30 1 1 I I I r_. Gate ❑ ----- Vl.t Po.vcd U U O - O oil - --I 1 7_/-7_I F V) 2 i Bras UIEsEa- 1 - M N lr. GAS -- --. .___ ° METERS -- I _T /t W a -- S 2 m O J W ILI : OW7NCI = Om cNa - �W Q.I_ �Q� z��pgv, ¢U �o� Nay .,.. q cn I gO�QZZ g W W O WZU2 tiyZ�i- Q2~F- QWOF I m - y0�2JU �J yr �?22 Wp � %5 :)';: I UW q�W :z QU2¢� 01 I y j0 Uz Lu NU �O I > ?., -.- IJaZww oam o avopv ° c�ioU ms=s Lj ¢m_�� U li o¢Qm q°�_ 0 I J �k O m H p m 2 pZ Q Q O fri ZW Lu n; avWiaio CJ L" U I U I I I JWN M C) O C� I I � � JQ•-K LtJ Y¢Z� O a� ti W � (n ¢ W U .Z-Jzc=., : I I 410 W N N 00 CL 1,j X a 2 kl 1 'ss1;i; , I o Q I-I -- - -- - r - �_ L J I - -- ;'tkl.a„8 MAN ' I I I I arm 11 1 i j I I I I I oZZ I tea° a° fl' I C) h-- °o z� �� �y- J t o I �- _ a � J oa 1 � • 5 ��__ -- �- ( I 2Uu, Wh 0-- W 1 ' O I q f I Q Q Nm o Ke (D' V)C) PO m Eras Z l f Ety I Free F - Lij J 2� Q 0 __ _CL WZ J Z O Dirt I.a 0 O G U U W N (~j W - Wm U Ul°im 00 O O Il3l13rWr -S(7 le0WZO-V3S-dW :-;SAS 3ll1V3S .•alW0 wE�Mi rrr..r . 1M*ME ONOW SIMMONS vwwmmr am000 OOmMi1 wE ommmr MEMNOl *MEMO arrow iwmMr "WROMrO "=="a E�ryO 1014—dNly-9SSl. 999if S1N .�..� advoapar7. uo[asrng . u..ctrgq . .,,Dona :3WVN 3113 ONIMVaO ON 1031'O&d 31VOS g �oo•op�ovdQr N019NIHS" NOl N38 soar-"safes►) 9 Doer-we(sst) � eases W r(�` aaddG � NOI5�3 1V0 2688-F2088 u78mgsad •Frypg SlIV13GISNO1103S TAID 7VO/dAl i w U 6eA'4.rad aFFFA aauoR 09CC b C 60 ZO BO 31VO 101d �0 ZO 80 11O3 15V7 NOIS?�3/1NOJ 7b`JI�11J3i3-1j3('021d S3111711n J NO2�db' /j��M •S o` Q :Aa o3noaddv rvlr Aa fa vac I&Od&IV lVdiDiNnW NOIN3& MSG Aa 03NO3H0 {9Vl A8 03NDIS30 o¢ �ZW 4 JWO 2 W O¢�.� j W �U� G � CWQfWjW a W yam Q ��fi3 J J ?v¢ vii I ?° °^ » a 3 IQ- ¢ ti w > 1 oar OI o W a D Ay , W 3 a 0- a W W I 2 w o �mL ° FW°> O a K °zozo S Z) o W;,zc ° c��2� WJ�U�-u U Z Wpm ° ?tea m j co 2 Z SO��-Ji O 02pm¢ OR W y O z J m 'p ip 4¢- v)QC. z U ?jU �� � O rn a ¢ ti N�6: Q w = � o�a a W > Q 0 z W ul co w Q L, W z o a Q ¢JF°°I° a z � • C7 Z > z J¢WLU m�>=0 jZOQ� >m4<O ti f- J �i J J J x J 7 x ¢F¢-� m0 w 01- ¢W ¢�ti ¢O w ❑F- ¢W 2p�W� Z�¢ �UVxi2 zO0 ?Ow�� z�¢ �xy= tn (xjU>C) ¢Q4x1 Rw�N ¢�¢ UU>C> ¢QN ywza", 'K2 w?Q= Z�w 41Ue ZON ��a2 2up (n UKZ U¢ U �°W Oti wQF OW'1'N Qj xUani �-Wpti x¢F 8,VC4 - =Ux C a w�a MO ¢�Oz� w y �O°aF� w�aa <Z ozN w¢u441i °O�¢z ¢¢Um cWi 41n 410 �-U°U oo3¢z ¢¢Um �4vINU �„U°tiU k'�-ea$ wmz2O m�o�ti 3ZU~ �"UJa° �z2o �wzo�� 3zo� ¢mPzo QmUO °¢R�� ttnn ¢z<o�' °ma�� ¢wm�G avxko °W¢y a �wNa ¢time ayxo o¢xn a WwNa Wwa NJZa� ZJWO �zZZk iw°� NJZai � oSnn �ZZZw xwwW omm >W 2z w YJO Yzl- ZUWU ZUWU JU'�2W KUWW CWIz`�Z KWJ2 JU'��W UWW KW��Z CCWJ2 NJ¢UW O¢ W O ¢JO O �O �unU QJa co CC, Q- LU co I a _ JY z^ a U I" 2 U N W � p �U. N Y��g y M a. 'C W r �ON'�'I ¢H N W U m�00 O�¢ > > V= N ! UO�� bin`f 'n >F.Q^ F` > k 41 ` �cn In zZ zc� L � h° U m W° J J C a LU 'mQ UcyUOa jO�? Z J�i¢WfW a 2 X ja1- v� R. Cz m>a¢o �>xoy >m1�iQ0 I73713rIYr :aas0 140HZZG-V3S-d HM :wa] 8 3111V3S rao9l0 Irr iMmo wwr ammom 1iE—Mr amomw ftE "M.MMM "MEMO a "EEOEW war rr..no woomme "MEMO "now "MONO "mmaw EE�rr1l L0� —9SSl£' 9SSl� rOZ =r,l soox'arnr sanwx� - y..7rgary.d..pa►r. uc4—W. —..rags --rd :3WHN 3113 ONIMV811 ON 1031'02!- 3"'OS —..Up.dgr NOlONIHS" NO1N3a poet-196(got) oogt-[9Q(wt) ZZ69-mope vol8tngsvy graglog NV-ld 107 9NIY8Vd oI 'addv(1,Nj NOIS1�3a �3a A8 31V0 U .Cvlu)JVd vRcA aluoH 09CE Ro a- 80 31v0!Old do Z0$0 -1io3 1Svl NOIS2I3/INOO IVdQR1V1kJJ31t7J3-1^Q3F'02fd S3/llVlll(1 NQ2Idb' /j�1 .S o` .-r54 .la a3no8ddv vao ,a NMVao 1OOdOIV dI✓INm NOIN3O MSG A9 03>03H0 Va0 iYVI A8 03N01530 V) ice\ W O UQ V X W 2 O Z =lO JO U� \ W O O Wa W W 2 p Z 2a Z¢Z Zm �p Ci O ��,l� rwil Vii¢ \� W U E• ¢W Wwm k¢ C.5 ti QzmU, �°2° timrn ax G� >�op �aoc� 4 UO y �w ��R�i W �� WO U UO�� O¢'+Om _ 1- I_ w d a o k ¢ o p� co Z)W waoW o av� zv ^ z¢QO Z-h 2p W (JUa' N ¢ 2 �� O O� <v`I V12 0O ( OK'o K a ZN UU�O W Wiz¢ V 2 Vi m ~N30 Q�W V7J O`er' ^ o h 4 WO V ON OU ~ ¢pg ZO W ? Wx I U I-Ow0 ¢ U OX O Z� w W� W00� ? NWO p ] O � NOZ 2p OC�U OU K ZtiL,"¢ 2_w �W G W Ell C) UVi2¢ I �wz �¢ o ? �(r¢QW� awe, Q <Z Z w wcF wxv z w�i o o ¢ Wmw $ado 000� p ?w W a �N¢¢ i G z U�� w I2 vl n 0: Q0 ¢� ak 3 ¢ owQ W n'W yaU oJZ -00 Xk ONMU U 3y 2 2 W NR aqw z m w a¢J ¢ o�oo '•coi Q $Io m\ <~ a >m G� F o °0p?=env a¢oi arm omo m3 o zz x¢aU�^ ¢om WVV) J e �¢WW W2 U 03 `O^O WUxj^.trn. �wJF WHO N ti�UpIOJi�� ¢�O¢ /\/ 22� - �0- 2W a N022Wlaj 4i XL8 } ¢md2 W O WwItW C i 33 3v O O MH SDMF�.. c8 R 1 10 - MMr -0 f�F�nj AIN RIM 19 19 rOF' 9.3C F 1- 12.99 WI- 1 x.00 BOO o4./0 Um I I ^ ¢ O C ' _ I Goal lu- i-t lit ^N a¢aIa ti p os o � o� o I C1 aal Q° W II tn aJ u) w is^ro c.b w uW a w c w ov< n a W—I II W GNU�a> x N 2aW O ¢ o2�cn >3o x3�p .- O O O v� wOJJ�WWN I y, ¢ ❑ ¢ _ m Wmm tiUa U� o WO OR" N ,zz � 18.6 _—- ���� �J H_ - �� SW 1,9-02 oz IM DT 17, �aWW oz 18.00 - ---�'`-----._..._ F ,20 L 35.3 CP 16 z 9,`� a C) i`x.631 I o C7 1 O ci N n W of ,�.- ,I 0 --- ----- ------ S . 46.0 1.8,.E --- R 1973 v) cv U I i IW W N. FL- 5 0 3; v> L-i o _ - 0 SSMH 40 F oo w `x" P R D _.-----<°-w I as z x cal e.. � p k. cFil ti __ X 29,9 - 30,4 Dirt 14- 1 RAP W 1 3,/2 16-27 --- ----� E OF 15.6?_ - -- 1 C o n y Il3ll3mr —sn 1ZOHZZO-v3S-dHM MaisAs Yulv3S raoyl0 bun"* ummw wm� fr i� komw amomr ✓rte "MONO onow "mmr M"Nnvo romp "mmoo "WROW momwo 11mmoo SO 9SSlfi' 9991f ,021 =„L ww-,w :m„ _X .�•�rgAr•a•o no•r• •+�••as• -uj8.g.rr•w•Td *3WdN 3113 JNWV80 ON 1J3(ONd :33b'OS ryn�y m• Up.dgr N019NIHSdM N01 N3N _7" OOaf-I90(aaf) � [eeBE d' - r�1 NVId JN1H01Vd 1N3W3ndd add VClNO N0151A32 A38 AS 31 VG = U ZdBB-TZOBB voTBvigsaµ 'ii'g1�9 N - p 6a.[ui10d ante aIvoK 04EE NOIS&.9ANO0 lt/012_Lo373103road S3anan J NOc4dV d i3O zo eo :31VG 1014 do Z0 so :-_um 1sV1 -L&OddlV lVdIOINnIN NOIN32I JTfM s C+`Aa 03n08ddV rv3r Ae NMVNO MSG 48 03NO3HO WVl A8 03NOIS30 SDMFI-_ I G, I RIM o - G-9 ' RIM 277 �;2 i v WMf I 11� f -i - i 4--I ---- - - W z WL 13.62 Ga to RIM 19.F _ ��W°V E30T 11.62 / 'T0 _�8. 1 Vlt SDMH 19,4 W oa �= Paved INS .. - W 16 0��, FfI 18.I INV ='WL 16.20 = {�_ WL I ----18.41 cn � % `1I E301-1--1_ O _ .-- _- 30TH 4.7 �(A w kj Q - 17 -T-1 I / T 1�, ° ° ro x l �_... II / / I I I I I / /I I I I I { \SD 48r cn Gras_ z 121„-1---- DIESE WL , I o =� uu Fe CL rz LLJ C7 SMH _ 9_ fV I o X ao SSMH._--- f fM 18.9' I z W �Q 1... ° ._ GA: RIM 19.05 FL 12.02 - - FL 11.9.5 � o g� & o ME ERS GB -I _ - -- ) C 1 --- TO 8.92 V - ° _ I I� _< P W 18.02 /1 I eras I X --------R - 1_J I Ig, . v CJ J.'I �]all w 2 -I I I I w 18.53 -ter MQ 0_ N 1 Y W 11.08 16.63 CA I I- x U 1 sz m IMF rj'1- � 9 B, 14.83 _ a co c 1 r a St MI I - C) SS In 8 RIIA 19.00 OP 17.9 C5 ° CB V 15. .67 7 f. 4I I I _ -fop 18.5 I °r r 7 ) 17 - o o z BOT 14. 37 co - a -- J. I - 12"C -- ._ - -- 1W, 80 a Y I F I � 0 12%, . L CL I - SSMH SDM1I cBW _.. U O -- - � ; f W o CB- „-- „ -- -- Z = 08-o1"` MMBM -0 „PR a ° �� z TOP 0- .71', Af2F.A DRAIN_ RIM 19.19 rOP 19.3 i� - �s I a �x w a INV I 17.1 I jOF' 19.07 F7-_ 1199 WL 16.o(J m� _{ _- B01 16.21 BO 14.70 ci - _ `, o� a '�J' =x I Q x (_B.. I I� C� X a4 4 3 7OP - / 0= n C I W Y W 2 INV �4.5 W INV -I'4 5 wo "z w I7UI � Qm¢ ✓ W� UU mU 01 c7 o = yo vg C. �n Fo � �, _ co z w v z - --- pIN�V W 15.7I { ll_ `f k ° �`o' ° w --_ BO I - Ti n r/. W O W V) cr3 f 7 ---- - -- - U" z 39.1 I 1 i E.V 1 - a1 W W � I - .a z z ° 4W- I YD �\ I I S H aL ( I NTTF5 (Y J°z!8.0 i` f 18, VERT PIPk_ 4.20 v z z- I I 6 - 1. V -- ---- --- ,- Q I I \ 7 c -- ---- - M Dir- Q - -- - - ' ._ !J X11 I r I I c \ M I c I ` - _ .` I' 6 PIV Y RIM 2.s . J l ,� I `� o nJ, 811�- OP E 1 f_O F T N�-I I I •,2 o r,- - I t o I C) IZJ SS v w I I JR�M 1 3 lri IW I W IV Fl 5 0 4 w o cs, o- - --- -- - -- ---- ------ ! o W CO 6„G -_ � W 1 1 0G H . t X3E_ W W------- ------ r :z W SSMfI �z � Q�z x W = - ' ro � � �� l-�_ P aj ul W - __-- - S SD H­96 00 -- }5- " $�Wa TOP 2�73 - =_!__ tP o vN Q o o I INV 2. 3 \ I 0F' 1-7 6<..-- -_ Q zo�wa a a 301 Dirt _F F2AP U/ 1 o WO}W W 2. } I 2 W tW Q a L z oonz a i --4, 16.27 - - - --- � o 1 -- 01 15.62 I I I C ---- RI WMH 1 - Z '(w Q°3 --- -- 8.90 I - _. I I INV rMHC1 -96 1 v Cc�nc 1 �, Wy �WW� I INV UTV 16. 6 Blocks s N --- - --- �= aQ�e f/; INV I 16.41 N r WL 1 " o I I BOT 1 C 36 P s z o I13113rWr -sn lmHZZO-V3S-&m 3ll1V35 :21J10 �� �� Ran" *-No own" "Now" Immow amill-W %"-A* "W"aw �r low N OM R VUUDYa. kit 9SSI _ ..a—,Og = .t mamm'IEL17'11RiMVNW 1MOWA -'3PVVN 3113 ONIMV210 ON .!03'0,!,1 31VOS ��—1 alWITON00-MM NOIDNIHSVM NW-8 N01N321 >A0 77Npj. �,j i n�nlW+►�+av�+'f• .recung..,..u�eq .r,.ua.[d � or d6 W r� moc oploMga _1 VVrd'-L037.9 311.9 OF 331 r Y-V O,>0 N01SIA3a E A31 /B 31V0 vyi LU NOIS83nNOO 7b`O211O373-1031'02{,1 S3I11711(1 O NGYdV t, Oe do/zo/B ,31VO 101,1 do/ao% 11a3 Isdl ZLB9- W .nd 7 m a uoW G9 OS.0 0^ 509 :AB 03A0,VddV W :AS WV210 180ddlY lVd{O1Nl11N NO1N38 SOD :AB 03NO3F10 9EW :AB 03N91S30 SAG 0AN } W mp0 22 00 NN W wo�� � or c=iI`W Win. �`� m .1 1 lob AM I -04~ 0 <`W < U x2 U aQ a ° C dam W''o cs Wpm EVlm�ZW�2 aaoay�"j 40 _a too a�S � zcmo xv1' mm wwaaa�' .~o Ood WAY �x O I.�� ..' Q0 20 � WW <WO x � 00, x�X y �C1Ua�02>> 0 U OUy. F2" W WTI` 60W 0 W a<g Of m N WZW C27 rz U < low o w x 2t�iI=F.Uf2i1UZ "O <2<e0�48 Cgtn} UoW3a 2�<C9� Nz moOW m�m C~ � � Zo�O ciw=06 of O I� pO 1-. F CR�2 tiWz GW <W KC��r<Y z�F Q o =$aWZR$ma" QOZh (<�ay'A to j�Q4 ,2WazmOQ o O#O � 267m 0 W" 2 W gra 111 1 �" 1- U��Ymg 2 W.FW� rn� O US'O aw< g f--- U �<..0 ©22WM t'3 8210 081.- o told _ Qu"j w11 W V �m���� ' <� O� 2m� mz��a� O � acs � pct— �� � Ot` �i` �Z18VIFO I<�CWQ E1W�� �'0'J��ZWL�..a wy.6 as Z $OWi-v1 �y}2`,'W02.� W4 a��� �p�O W�� ��j I�� WW�X Wa= au' C7 W- J� 0� ���'6fj K(�� <3 Cj "U2 �U `�$'aka p° m o Nm tt W �W C MW 1C` mw 0 a Z WmF<-16.6 O=Z Z2 O� ,- H 0,-<u7 2 Q'2 < o`�-�I QvI 2' � U GZ� Od o I% o 1 }O O s VZOAo S2 join < ARR 2a.�, O aWU <�<U o � 2�W (l 2 WIU. 21- 2� d.4�0pC 1-UG�A O<N U r<- q<18 ZYo11 U. WFrtW Upl< EWw. al 2d I.. Wa <zm 30 1 Z <0-<p02. < F 22 <01nWI�Z'S�1 a2cpp Folu<WU Na2 hm0 qpZZ2E �-4 N3m WNLZ� I-C7o N i.. 1.W>�< WW2 psi O�cWZ�ZUU,MCI UOU ZwOUF 7 UyOjiPRO W GFFL��Z W6<oW 2"'� TU�O� ''k3 U�2 U� U� U2 141, <OU UO W O CEF R wE<vi F 2 U N �2�2�77 W < sCW 2 ZW22�(pE�.IC 4 W�•W}�SOO�W<o2 W���iios22=CUt G<lW WY Wtl'ii t~i1 y�2� 2Zq�,a,N OUa r=0 WO %WWt �: 1 604.1 OW �I=f=h tUF(= dS v=iQ UCWp �NaU«Q� WOOa-Om awI O C1 6W0 `o b C sm URK 04xiC O C1 Ct��C , O N O O D O O 8 X 0 0 0 ? NQ11 YnNIl N00 2103 M0138 33S WWI t/A 1 f }sit. �, I r, I I � I i ��• ��:I' _ � _...__.�____-. �, - -__ �. - _._ --- I ,\ l nn bi sx a ' 1 I { I ei�k i I ,Y. I I 1 L i I r I � I i 1 �, I I I I c� II I s,ah jaoc� i I I �' U n I I I I I I III ti o l �( 44- I 1I I I fil�rl � I N7 i � O II I I I I $mf: Iz4aa ll l I : I I �! i I �• 1 1 � I I � I Y - � , to I V 4 r 1 1 E� �olrr VIA a III , I I 1� ;� A� M � d �1 Q ° Q�� waU , V I N0LLv 1N11N00 *803 3108V 33S 3NIIHOIVkV W 4 U m I < ulloso.i �asrj 131 OOYSO-9S9S s3- 1d d NOANHIM VUV39 n1b 3NON I '"MIL , =am tk'xIr11gtMEN00M 3WVN 311.4 9NIMV214 'pN 193rodd 31VOS 0; atN/'FWVO-aAINSlY NOIDNIHSVM NO1N3a _ �a $lvx p •!••7[9M'•d-wpm7. arolaat8 uMVpgq um•[d F! Y�.J 0 Y I 3NF 13NQ _or ei W m..•apw•dq� NOU170PV3Q bddVO,ZO NOISA3a 7A—3d A8 i[-Y(l uj GoYrros(sar) 31Vq 107d �p0ItOlgl �1f03 1SV7 000r'r9e(as►) NO/S2 13/IN0;37b'�►c1.Lo373-1p37O2Jd 5.311/7!1(1 ONC1�idd �..,,,.,°�o �pIao/e ZLBB-�oee—d VIIIA T Yom 4oES AI^ AI Jg•� 0^ S30 :A9 03AOaddV 0>10 :AS NMVa0 lHOddIV 7Vd/D/N PV NOIN-98 S0o AS 03ZO3H0 SUN AS 03N91S30 IMF 4 WSW O.mvj °oa $ N U aQ6N a O Y 2� 2� Log, ry • cad .Q q oa o0 ------ ------------ ---------------------- G O e O W o 120-2 0 M �6 o 2 Oz 2 y U U 0-i CL tC iY F2Wk a � tti � -��-- W ------ ------------ -------- N 0 o,�ZRe o< �� p a zNao CI- a= UCc) --------------------------- ®� J " $� 'n O N � vi 2 • �� U Y ¢ v O C UU ? W Zm < ih�c QO g2 1 , � Wa WCl1. 111 U <° CO OI I 2 O a C~ _� I it e 0 o W W W v a ------------- c� Nm Q ° ° o --- – -------------- 8 ---- Q '- O O W ETi O a "ea cc U �2m <O v by eON W W �V) N M °a N 2 Wwj W V U Jc�3 U LLI \ pz _ - -----------�----- -----_ LLI C' LLJ W o W N V CL m I n I m F– zok < eza �$L^ 0 Co I • I I I : �t v O �W Co°2U� 4 d I I I U y Z – ------- ----------------------- I III U n --- •Nm O CL Ldl a ci z o ti I I I 8 L-------------------------- No O I `�< < I I N –_ M m -------------------------- I I I I I C I v ----------- I I I I � L � i I v N I I I I m I I I ---- W---- � I I I I g I I I I � < I I I •Nm a `v I ^ L----------J L 10 �e I I vi z c?m n q N I �+� I I I „ �7 Q 3 Z m � a'W CC,w I ly< Kq I I I L– - II I W O U m < ullosoi uvsq l3l 00'LSO-9595 S;3.Ojd :d raaw Imo mw womw vm� No~ "NOW vN NOW muaeD UNNOW o.Irl NOMMf aaOMMr1 wimom l ON-W rNlY aaWAdi "ONW l "moo +aura C315 99960 0-09 = A �o —x3 sl4 M�Op9t'TrNpItYWlgil1M= -3ftYN 3713 ONMVAG 'ON 10;r �I l n -31YOS SM.L roco-MOM" N010NIHSYM . ...... N01N38 _+ia719o+► �Pm/• 4?�LS++�6D ��Id . �� Fldd O,NO NOISN3 n.va 1YQ _�o LM u W01810373 7 11s N rndsna oon rse(sar) NVOIS&3AN00 7VOW10373-iogrodd saunun j Noddy ���4 *0 1z019 -.31Y0 10,d 6pfZ0/B 1103 1SYl 9,409-rapes uo;8aTgxvA 't staff a 0^ S00 As 0_:MoaddY W A8 NMYaO 6 [1441 1PUTover A o 0999 180dHIV WdIDMW NOIN3& _ sop :AB 03NO3H0 9aa -AG.03NOIS30 CC N ?.o t� a W O I'`I< I„•. ��+ iii =2 = 34� A 2 p 2 W K�? 3WTU W W UO�EO 2 W .� q Wolof UPz°2 pZ 3 m sW+f WZ2 i2 j << _a's �C< <p ~W W 20� O.-W o p q W Q -kW tin_� ((G��< m�W�.ti iR•W.0<q hU W <WCft-WC� UI-.0 ley( 2 ,�r qf� �gfQE� °7 or X16 2 2 vi -Z+ to m�WWyZ�O�h° te a q �Y O � zzKj OO �F D y.200=��yy K "e EIW_- v�VFii••�t `-�U�z q� � V p a ��Z�2tnOnpJ02UU FU <f7t2UUd. Ify, °z 3C92�a W�f�il 2~ y O oE0Cc 6 � 4'm � W ak <-t'O 2 2 q �fri o tL =m7m o2WWr�.=y7.1�SW2� =�?k1�c�•FUS 04"UW O�1�W S� � � f9�c7 2.. 3W C�U= 2 ZG'1 u7� c� � GW.© to � � O s GO 8YE6°$" estop 6t 1 � WW§92UVZ can � k 2N �U� H�U�q q,.y 2°� q �4 2a °n W0 I FZ09ir-411 16W g ¢yonyx qw- m� W Q mOh8�2Z�5j5j yF� 20In a- � ggy Sad Wei opmo� �U�iyN� ptE��� © HW2U OU<2 1¢ 1 . QW°<WZ Mug oa � GF tv�7Wdj W�a6q I�+�[c°y^ tqn NM U� WK .�W kY� U3 Q �2 Cyxzgzq qU� OW I .- O�'IUZ �+l'S U�L.1 Q� 2 Iffy 0 o U2 WU ~a2 tiU J Man" � �'-u,x Z e''c'� ?�i c�`� �csio ��?oe; � ��� �o �'OO� <�U� S6WW HoFi � °"3��daaaz+r� ZS '� Ja 23; 2_ k ��vi °'' W U w =; c�0 W boa ¢m tn UWa R WWOCWa<2.Z W� ��60¢ A WN} Evil = 6 rn� at NC -1".i R 611, h W �xraz<°allax�rs<om 111KAH01` 8aaaom W�2 Io NOil vnMIN00 2103 M0138 33S 3NIlHOl b'W A. rh i LL. ^ j 1{ I ! Mnn� - _ a , I1 1 1� r� � �I .. � I •�! i, I II ��, I I III l7 �`1i61 'i I � �� �► / I __ I t �. I h c� rVa'f� h I II �� I � 'I ��y�•j► I Ij ('If --__/ ' I __... ___.._...�� W W to I , k`+ Wm? 11 I i I I� '4 I ' I 1 I I m U I { a c I N i.j I I Ao m� t IW _ � I , 1� y - 1 l ,1 1' 4W1 ^ I I E, N011 vnNIlN00 803 3n08d 33S 3N/7H01 M W � U Co ¢ epos- Min £3C Op'!SO-9S9S sT�.o d d ftmn / Monwo MMMi NOWMw MonnM1 11MOMW MPMM/ "MM" *mom" MMMwAo MIME "-NW 1M~ "Wafto town" r41�MIIi Niwnato�t��uty� *3t3 99910 3NON MR""M'il1hi01VNwamoom '3WVN Slid ONIMb?JO 'ON 103'ONd 3lVOS 6 tf ilrom-tea s d NOlaNIHSVM NOl N38 Fi si��Npf Wt�Jb1C _gN17-3NO �`7''o.n . na•otW+r•d+-PQ•7 s,.runs awn�y•.+.w.rd I n�f c Nouo ►L.f'iswo �, MddVO.NO NOISLA38 A3M g—"V- lVALT—d O°°°'-i°°��') NOIS&RANOO woidia373`10-gro td sguntln a NOHdb' aa t0/C0/B 31V0 lO7d wojto/a ayes- o�ne ar it os s v �/ y �y �y 7v 8•� o :�e o3noaddv oa�a ca 1QOd tY 7Vdt✓tNnW NV1N7© SOJ -AS 03NO3NO aHN :AS 03NOIS30 c5 ^ z � � 3 ° 2 m C G ~ O �_ Q 3F Z � 2 Lu ° OI J O Z W Q U Z W WU C C O W 6 V N ——————————————— C O Z w _Q of ^ x aZr------- °C ^Ct I I v i E, K w m NS I I ✓�9 � y I I a N Z)w a cV I N I ____________ ______________________- w L-------J M a, I I U v N I LL i n O N � 8 CL 8,fEO I I ------- ---------- � �0------^- ry m J lK -- ------------------------------ cc t LU N U w D = O C Q N m M U 2 w �z� �n oz ooR ci W ¢ oa^ a� vWi` n W Q zee OW W � s s I S co O O r ---7 a • - --------------------------- L----J is N� lrF� e _ Z °Q z I - U.U n o o °�•J.u O c� Z� c I 8 8 I In Clq 0 m I Z ai w v,Z ri ..,n M k v 3 z L" '�� w .N¢1 � o ? azW Sm ? v 2 tAV � N W U W 3W U W Q M M -------------------------- WJ S Q J QCL N N� W 9 Z U OD cc Q 2 U UW r.Q a > ^wo W 2 R WWia I WWm L------�c~no3 �Z ------------------------------ w n n vw� �z co L ` Ld N M h 'x w _____-_____J m �J � ti �z5 �z5 WW W O U m ¢ ug050i ❑asn *31 00'LSO-9595 sa .-d :d irrr lru.r rr sommoo manow taowm r Iftwow mono %W~ wwwr "mm" wum.r wwmw r.moo w mmo mwmw wwml —000 —WNW swrho► xl�awv� Sat 9SSt£ 'S'I'N =RUM'Oh7'1#PMVWAMCDM :3nVN 3113 ONW1 b'NO 'ON 103P02fd :31VDS ON iIN1137vmw-�iB�6lw NOIDNIHSVM _... NO1 N321 7rN 0 M ,7aat19a+► aroo ayp►dga ��'Y i Y�� V � Nolsln3a - 4t L 1 W •addv0,x0 n3a xa 3t V0 � aan roe(9ar) b w/z0f9 ]Uva 107d to/,-0/9 1103 iSVi rssnOff NOIS83ANOO IYOW1037.3'10.31'O?Jd,S3I117un 0 NOaldV ��o�+a 900 :AS o3noaddv a zcae-rz09e d wItYgO; ,g OQCC INOdMIV 7VdIDINnW NO1N3?! :le NMS3C7 Srrrtnd •I6A a7cc)R 0456 � SOO :A8 03HJ3H� 8817! :.lB 43N91S30 � o 0 ti z o 0 N z ri y�y Z 4 E � W o rx x ((,� WeS ?W S ar T rl W � < tIJ :z <0 2a IOt n 1;; Z krx�y cz z rzr� oo °o WWO T ri WOW �t yW2 y Xh z ymK LW a s4Q 00 WW 6(s 6 I c� I I IIN I I a W n - 1I lilt W`�I I tJ I I I I I I-I I o L-LI--- -'' W(3 w a yz 8£ g ? W a „ZL oQ o v). to z k� I C7 9 N 10 �ti I FEW O wa V < w v v W NIW J \ i � -071 W p r` U _z LU Z ♦Cm ON♦bmO NNOa0�Y1.I� M.00 � O g v Nz I I Q�� I 888 � LOU h � � �� ax eauoa uaau a Ymu gg8s�$�gg a �y � ..I:N ii r°<i 6 M� GGG.-��Yrw \\ Z to LU I N O W Y b ro n ro $gy N HIP] U 51 1 of 1 1 it 1 1 ITj fx an,m d^ [/O�� W W yqq �t �e !ai N W hCQU W co $ r cL t plalyai aC ul 5 g R m J U U ct -nnnw^nnnwClNNNtwV n�f�f J9 In }S{ a a s pYp gyyI _ ulloso.1 —n Sgt 00'[90-9S9S s;a.ojd :d 4� tans animus k"Uwll illy! *Boom wolmw am~ awwwo "ONNO w now w omw wrlO "OWMIO worl MWOW LOdS-9991£' 9SSlf r00Z i s❑❑sumr saa aza q,gJq,.ry ad.-p n. cmLaemg uaowag rtovuvJd -3WVN 31I3 DNIMV80 ON 103'OHd -,31V;JS mo,•,yJ,.dq. N019NIHSVM NOIN38 BOBY-I98(9d1} omt,-Iwg") ecse I- t`('�� V� Z169-FZO96 voa8utgssg 710009 NVId 311S NOIlona-LSNOD 2rddV 0,N0 NOISIA38 A38 AS J.VC �., = U .co, ,od orrrA aavaR 09CS NOIS83ANOD IVOIHiO313-103rOdd S3anan O NO`&dV j a�C do zo so •3lvo lo7d >o eo ao aim-LsV7 180d&IV lVdIOINnW NOIN38 /M 'S Aa 03AOaddV wdr Aa NMVNO MSG 'A8 03NO3H0 PVVI 'AS O3NSIS30 n n LAKE V{ GFINY1Adra 0 (/m / F Y tl Y Y 4 Y o �JL, fllf I N OU U U C . �Q WN V) ¢W U -�u ° ° �'� `' N J Ld OzU ° I III F W I � � i rryy i Z2Z O 1 - 1I�1 w o I14�I ll Di Ol ° U � ' a t.. 1 w ^ 0 Q I I r_ir 'I I I [l' I I I , t 11 li � • I /4 1 i "pJ 1 � J °VI ZJz ' NOILVVIV� t- ° N O_�3¢F cn 3NV7 t--. w 41WK OW Oa F i W�FOxU O W �0. ~I oo C,"wz�z Jopzo a Jw ao U � W O o ¢ UU ZF > rJ Q � UmW � pW WQ ~ _ � p0 � W"¢F- 0.020 4- i Ua¢ �J __.. ' I -•• , 2 � /- Ina20 W Wpr-'i2 0.Wp W I- � J>..F2 OJF F Q(xC.) U¢¢ 20 y x�WmQ JF QF°2 '-O F� C O W y� (x 0.0. =¢z¢}]} G�J jm oaF p02W m 0. ZeW01!rF J 2W -W J 2Ww0. RaWOOU m0 U OU aQ0 O S IQ'W�>�U ti202 °U > \\ 2 F- U w0.Q°0. ma 0.0 WW wW W(xO W . 2qW r- " a i I _ C:n IIII�II'' Q ------- °� (x 2� �uOW (xU�� O¢ !G i t 11 Ilill O W Q w Q ¢O W W ° I U RQ� Q=02QW ~�� yw ¢J m�m " I`'G m2}O¢ 00.2 W0. JK 2 WU x.10. "JWO W o¢ J oo �° a U 22 z wJoU ow {�� U¢z ¢ Z� 0.0. e 2 920 a. o� zw w wo 3Jw ao� w o- -}- ��� `.I•I QW�¢ ��Oa0. 2'QC. ¢" ..j2W O OW SOU a2 W O¢ e00 vi °¢¢ tn° OZ O 3Zr- U OQUa QQ FW" U _u O- N zWZ00� UW IOW U W aW ''- 0. Zti ¢2 20. U C7 D[ ] t o a xWwJIz Qa�Gam x JZa =z i¢¢ �6wct ° ° o-x °m g ao�°a t}wz °'- QQw cz wU '�, moa �C7 w U 4+ Q(xo " jf^ o�K W U x aJ "�mZ N�-¢ RQ OU x Q v��FOw° 41 ° wxJ �1 ov�� a o�omm "sawc�x ° oQw ° m=Y "o U °d "aU�! o QwQ� °WY 2 W W 2 W h 2 � O 0. 4 VI 0. Q, W¢a 0.0 S y U 2p�°2¢ ¢ Wom OW w" 0� � dQ -11°�� Nm �¢"h WO¢m L ¢ 0."rte " CW9 (x� ul� UQ I — o °n 'z z o>k° �zo W . �W °¢z ¢c��� c� " ^ w �z o� o �z�,II�F �zoQ� 2 0� Fz�¢>w(x x-o wzo w70 �w°F W �OZQCZ�❑Cx7 (x E F " Y ( c%i �v of z O W U<o c z zU oWaU o mil. c°�W �°o ^�cFi^b °a IIL. o¢ -� \ W o 2o�m WwFO o QWF ¢� zoo 3�°no oN ww° Z? 000� w z- z OWUWWW fYC¢ t f� U z"- r• (xa � ✓/ \ P \ UO�"�� 0611:? pQ� pm jm2 m"W¢2 W ¢¢ °per"$U� az�`t F°ti „ z �w "o ° J 2W vi 0 21-"" U WW to O 2"° F zOrn22J xw�Y I W w - ¢ o � m QQ¢ 4 d ro ci °U2e? o �a °¢m°iii °o_ wmm z " a >�"Lu O Es '- �lE \ t7 _ ' ...1 _ Q N "7 a ul ri 41 of P rte- I73 rurnr —so I IZOHlZO-V3S-&m :-O WS 3711V-3S :a-l!/0 kmmw bwr i mmow "Mmr irw fammo i rnaw fosaw ...... [rr~ lumaw amomm ININOIIM wanowe MONO "NOW "NUNN arrow "nor .r r.. rr .r rrr aw .r w APPENDIX AV .w aw .o ow W" fAW i. Analytical Resources, Incorporated Analytical Chemists and Consultants ` June 9, 2004 •° Carl Bach The Boeing Company P.O. Box 3707,M/S 1 W-12 Seattle, WA 98124-2207 RE: Project: Renton Airport C11 aw ARI Job: GR47 Dear Mr. Bach: wr Please find enclosed a copy of the original chain of custody (COC) record and a set of analytical results for the above referenced project. Analytical Resources, Incorporated (ARI) „■, received one soil sample in good condition on May 21, 2004. On June 2, 2004 the sample was requested to be analyzed for NWTPH-G analysis. No analytical complications were noted for this.sample. Quality control analysis results are included for your review. A copy of this report and all associated raw data will.remain on file with ARI. If you have any questions or require additional information,please contact me at your convenience. Sincerely, ANALYTICAL RESOURCES, INC. Stephanie Lucas Project Manager (206) 695-6213 •r steph @arilabs.com Enclosure rr. cc: Ray Power, The Boeing Company,P.O.Box 3707,M/S 63-41, Seattle, WA 98124-2207 aw aw W. r i 4611 South 134th Place, Suite 100 •Tukwila WA 98168 • 206-695-6200 6 206-695-6201 fax O vii .O-. N 0 0 ro O. cO Q-,U .� p c O`- m o ° a o cn E a j . m C "O N N E y 0 0 y C U Ol O t E m N N ro5 w U m E v N a b ° � .E 0 E .o O E N O - �II O a d.L 00 Z °j Q rn o eCU � Q� a w m u u o �n c ) ° 0 cr,�j..j.N n E .. to � ° N eC r0 Y m m Z �` h k C U C C ip 7 O i0 m `� '� v> C1 ro t QQv1- cv u Q € a M Q1 y O d q U Q U y ow t m Q t N C C ro m m o N 4 E low o- a m n N U N 3i 4 N > 40 v c E a OQ C 3 0 Sc: C O .•�:,ra• •O U a FJ4, iq o r w 2 Cc C) °•y c o "<:? p N rn IN a � �: •��? �LLB (X\ 1 � y.� y Gl ? Z m vi C cr ' g m c E O N O ii m N N X `C•- N � T 21 •U Q C _ Vi, N , ro -0 t� y a CD o CD t r O D n { ZQo ¢ ' .0 � Fri`j i ;J uroi o 0 o Q �C D m m b Q -o •- � rn aw y r11r C m .� IL Z Cf 3e 1 y C O vi CD ca c cts .0 OC &A4_ {� 0 a MW J E y y fJ1 m aw r ANALYTICAL RESOURCES ORGANICS ANALYSIS DATA SHEET INCORPORATED TOTAL GASOLINE RANGE HYDROCARBONS NWTPHg Toluene to Naphthalene QC Report No: GR47-The Boeing Company r Page 1 of 1 Project: RENTON AIRPORT C11 Matrix: Soil Data Release Authorized Reported: 06/04/04 Analysis Result ARI ID Client ID Date Basis Range mg/kg aw MB-060304 Method Blank 06/03/04 --- Gasoline 5.0 U 04-8180 HC ID --- Trifluorotoluene 102% aw Bromobenzene 98 .2% GR47A ApronCll-QH790-Renton Air 06/03/04 Dry Gasoline 180 04-8180 HC ID GRO 11W Trifluorotoluene 85 .0% Bromobenzene 92 .8% Quantitation on total peaks in the gasoline range from Toluene to Naphthalene. aw GAS: Indicates the presence of gasoline or weathered gasoline. GRO: Positive result that does not match an identifiable gasoline pattern. as ow ow W r +r wr No MW %W FORM I r r ANALYTICAL RESOURCES ORGANICS ANALYSIS DATA SHEET INCORPORATED NWTPHg - Toluene to Naphthalene Sample ID: LCS-060304 rr Page 1 of 1 LCS/LCSD Lab Sample ID: LCS-060304 QC Report No: GR47-The Boeing Company LIMS ID: 04-8180 Project: RENTON AIRPORT C11 Matrix: Soil Data Release Authorized Date Sampled: NA Reported: 06/04/04 Date Received: NA w Instrument/Analyst LCS: PID2/AAR Sample Amount LCS: 0.10 g LCSD: PID2/AAR LCSD: 0.10 g Date Analyzed LCS: 06/03/04 14:19 LCSD: 06/03/04 14:47 +rr Spike LCS Spike LCSD Analyte LCS Added-LCS Recovery LCSD Added-LCSD Recovery RPD MW Gasoline Range Hydrocarbons 131 125 10596 128 125 102% 2.3% Results reported in mg/kg (ppm) . RPD calculated using sample concentrations per SW846. No Gasoline Surrogate Recovery LCS LCSD Trifluorotoluene 98.7% 96.3% aw Bromobenzene 100% 98.9% MW a* �wr wir rr +rr r No aw FORM III ow qr rr n wr err ow wr DIVISION IX tw ow m o. +1M 111